HomeMy WebLinkAbout041360 - Construction-Related - Contract - William J. Schultz, Inc. dba Circle C Construction Company-
-
-
CllY SECRETARY L_\-\ 'j lo D_ L CONTRACT NO. ---
FORT WO RT H C/TY S5CRETARY
~--D.O.E. FILE
CONTRACTOR'S BONDING ca
SPECIFICATIONS AND CONTRACT~IC&J'S copy .
CLIENT DEPARTMENT FOR
Water & Sewer Relocations for SH121T
{Southwest Parkway)
PART 20-M-272D RELOCATION
MIKE MONCRIEF
MAYOR
CITY PROJECT No. 00203
Sewer No. 275-703170020388
D.0.E. No. 6564
OCTOBER 2010
DALE A. FISSELER, P.E.
CITY MANAGER
WILLIAM A. VERKEST, P.E.
DIRECTOR, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
S . FRANK CRUMB, P.E.
DIRECTOR, WATER DEPARTMENT
-' -
M&CReview Page 1 of 2
Official site of the City of Fort Worth, Texas
CITY COUNCIL AGENDA FORT WORTH
~
DATE:
CODE:
COUNCIL ACTION: Approved on 12/14/2010
12/14/2010 REFERENCE NO.: **C-24652
C TYPE: CONSENT
LOG NAME:
PUBLIC
HEARING:
60121TP20-
CIRCLEC
NO
SUBJECT: Authorize a Contract in the Amount of $769,276 .00 w ith William J . Schultz , Inc., d/b/a
Circle "C" Construction Company for Water and Sanitary Sewer Relocations for SH121T,
Part 20 at Hulen Street (COUNCIL DISTRICTS 3 , 8 and 9)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract in the
amount of $769,276 .00 with William J . Schultz, Inc., d/b/a Circle "C" Construction Company, for
Water and Sanitary Sewer Relocations for SH121T, Part 20 at Hulen Street.
DISCUSSION:
On April 5 , 2005 , (M&C C-2063 1) the City Council authorized a n eng ineering agreement with
TranSystems Corporation d/b/a TranSystems Corporation Consultants for the design of Water and
Sanitary Sewer Relocations for SH121T, Part 1 from Hulen Street to Summit Avenue .
This project Part 20, will provide for the relocation of a segment of existing Sanitary Sewer M-272D
that is in direct conflict with the south foot ing of the proposed Hulen Street Bridge over SH121T.
The proposed improvements consists of the installation of a 48-inch diameter pipe beginning from a
point located 270 feet north of the Hulen Street/Bridgeview Drive intersection, northwesterly 41 O feet
then easterly 380 feet and then southerly 80 feet to a connection point with an existing 10-inch sewer
lateral.
The project was advertised for b id on October 7, 2010 and October 14 , 2010, in the Fort Worth Star-
Telegram. On October 19, 2010 , the following bids were received :
!Bidders IIBid Amount
William J. Shultz, Inc.
cl/b/a Circle "C" Construction Company I $769,276.ool
Conatser Construction , TX LP I $787,683.ool
S.J . Louis Construction of Texas Ltd . I $889,406.651
Lewis Contractors, Inc. $921 ,687 .00
Davis Excavation , Inc. $1 ,133,296 .00
In addition to the contract amount, $36 ,000.00 is requ ired for material testing and inspection and
$25 ,000.00 is provided for change order contingencies.
M/WBE -William J . Schultz , Inc., d/b/a Circle "C" Construction Company , is in compliance with the
City's M/WBE Ordinance by committing to eight percent M/WBE participation . The City's goal on this
http ://app s.cfwnet.org/council _packet/m c_revi ew.as p?ID=l 4501&councildate=l2/14/2010 12/26/2 010
M&CReview Page 2 of 2
project is eight percent.
This project is located in COUNCIL DISTR ICTS 3 , 8 and 9.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budgets, as appropriated , of the Sewer Capita l Projects Fund .
TO Fund/Account/Centers
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
60121TP20-CIRCLEC MAP.pdf
FROM Fund/Account/Centers
P275 541200 709170020389 $769 .276 .00
Fernando Costa (6122)
S . Frank Crumb (8207)
Liam Conlon (6824)
http ://apps .cfwnet.org/council_packet/mc_review.asp ?ID=l450l&councildate=l 2/1 4/2010 12/26 /2010
CITY OF FORT WORTH
WATER DEPARTMENT
ADDENDUM NO. 3
TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR
WATER AND SANITARY SEWER RELOCATIONS
FOR SH 121T (SOUTHWEST PARKWAY)
PART20
D.O.E. NO. 6564
SEWER PROJECT NO. P275-703170020388
BID RECEIPT DATE: 1:30 PM, NOVEMBER 4, 2010
ISSUED: NOVEMBER 1, 2010
This Addendum No. 3 forms a part of the Contract Documents referenced above and modifies the Original
Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provided below, in the
proposal (page Bl-lORl) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge
receipt of each Addendum could subject the bidder to disqualification.
Prospective bidders are hereby notified of the following:
1. Specifications: The proposal section is hereby replaced in its entirety with the revised
attached pages Bl-lRl to Bl-lORl.
2. Plan sheet 5 and 6: 66" steel encasement shall be casing pipe. Liner plate will not be
accepted as an alternative.
All other provisions of the addendums, plans, specifications and contract d ocuments for the project which are
not expressly amended herein shall remain in full force and effect.
Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-
responsive. · A signed copy of this addendum shall be placed into the proposal at the time of bid submittal.
RECEIPT ACKNOWLEDGED: ---By: /~oJ/~
Company: Ct /'cle { Lo~s hu~t;n
1 of 1
Tony Sholola, P.E., Engineering Manager
Addendwn No.3
CITY OF FORT WORTH
WATER DEPARTMENT
ADDENDUM NO. 2
TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR
WATER AND SANITARY SEWER RELOCATIONS
FOR SH 121 T (SOUTHWEST PARKWAY)
PART 20
D.O.E. NO. 6564
SEWER PROJECT NO. P275-703170020388
BID RECEIPT DATE: 1:30 PM, NOVEMBER 4, 2010
ISSUED: OCTOBER 28, 2010
This Addendum No. 2 forms a part of the Contract Documents referenced above and modifies the Original
Contract Documents and Plans . Acknowledge receipt of this Addendum in the space provided below, in the
proposal (page B 1-10) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge
receipt of each Addendum could subject the bidder to disqualification.
Prospective bidders are hereby notified of the following:
1. The bid receipt date is hereby changed from October 28, 2010 to November 4, 2010.
Sealed proposals will be received at the Purchasing Office until 1:30 PM, Thursday,
November 4, 2010. The bid opening is at 2 PM, Thursday November 4, 2010.
All other provisions of the addendums, plans, specifications and contract documents for the project which are
not expressly amended herein shall remain in full force and effect.
Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-
responsive . A signed copy of this addendum shall be placed into the proposal at the time of bid submittal.
RECEIPT ACKNOWLEDGED: ---By: IL&&2c~
Company: {.,·,,e,/.t C Ci:,.,,s )-
S. Frank Crumb, P.E., W e 'Department Director
.-r'
By: _ __:.li_O,t----+------=:.....L...!....~,-:.+
Tony Sholola, P.E., Engineering Manager
1 of 1 Addendum ~1#/:. 2._
CITY OF FORT WORTH
WATER DEPARTMENT
ADDENDUM NO. 1
TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR
WATER AND SANITARY SEWER RELOCATIONS
FOR SH 121T (SOUTHWEST PARKWAY)
PART20
D.O.E. NO. 6564
SEWER PROJECT NO. P275-703170020388
BID RECEIPT DATE: 1:30 PM, OCTOBER 28, 2010
ISSUED: OCTOBER 25, 2010
This Addendum No. 1 forms a part of the Contract Documents referenced above and modifies the Original
Contract Documents and Plans . Acknowledge receipt of this Addendum in the space provided below, in the
proposal (page B 1-10) and acknowledge receipt on the outer envelope of your bid. F ailure to acknowledge
receipt of each Addendum could subject the bidder to disqualification.
Prospective bidders are hereby notified of the following:
1. Part B-Proposal: Remove page Bl-5. Replace with attached B1-5R.
2. Part DA: Remove Special Provision DA 130 -Passive Odor Control for Vent Pipe. Replace
with attached DA 130 -Odor Control.
3. Part DA: Add the following comment to DA-46 -Sequence of Construction. Substantial
completion of project does not include installing protective coatings to manholes (2) and cast-in-
place structures (2). Completion of installing the protective coating shall be complete by July
31, 2011.
4. Appendix A Soil Borings: Add attached soil boring information
5. Plan Sheets: Remove cover sheet, and sheet 9 -Modified Type 'A' Manhole in their entirety.
Add cover sheet, structural sheets 9a, 9b, and 9c, and traffic control plans sheets 12-14.
All other provisions of the addendums, plans, specifications and contract documents for the project which are
not expressly amended herein shall remain in full force and effect.
Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-
responsive. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal.
RECEIPT ACKNOWLEDGED:
----By : /-?-U&a, ~
Company: C/.,... I,. C c ,v, s: / ..,
S. Frank Crumb, P.E~r rer Department Director
By: (on:; ::;t <>
Tony Sholola, P.E., Engineering Manager
1 of 1 Addendum No . I
Water & Sewer Relocations for SH121T (Southwest Parkway) Part 20-M272D-City Project No. 00203
Pa y CPMSRecord Approximate Units
Item Number Quantity
15. Bid-00210 10 VF
16 . Bid-00217 6 EA
17. Bid-00211 54 VF
18. Bid-00200 1 EA
19. Bid-00367 18 EA
Description of Bid Item Price s Written in Word s
Manhole -Mod Type 'A ' 5 Ft Diam
Added Depth ( over 6 Ft Depth) FRP
Tee Base (See Sheet 9)-Install
__________ .Doll ars &
_________ Cents per VF
Manhole -Vacuum Test -Services
Doll ars & ----------
_________ Ce nts per EA
Manhole-Paint & Coating-Interior
Protective Coating -Install
__________ .Do ll ars&
_________ Cents per VF
Filter-Odor Control (includes unit,
enclosure and media) -Install
__________ Doll ars &
_________ Ce nts per EA
Cut and Plug Misc. Water & Sewer
Lines -Install
__________ Do ll ars &
_________ Ce nts per EA
Unit Total
Price Price
$ $
$ $ ---------
$ ____ _ $ ___ _
$ ____ _ $ ___ _
$ ____ _ $ ___ _
DA-130 ODOR CONTROL
I Odor Control Unit
1.1 SYSTEM DESCRIPTION
A. The Contractor shall furnish and install the modular odor control systems described
herein . The purpose of these systems shall be to remove H2S and methyl mercaptan
odors . Each system includes the following:
1. Modular Adsorber Unit (a.k.a.55 gal drum)
2. Activated Carbon Media (see II-Media)
3. Stainless steel enclosure (see III-Enclousre Assembly)
B . The modular adsorber unit and activated carbon function as a system and shall be
the end product of Calgon Carbon Corporation or equal , to achieve standardization
for appearance, operation, and maintenance.
C. There will be 1 modular adsorption units required at M-272D Sta 225+ 13.
1.2 SUBMITT ALS
A. Manufacturer's standard submittal format shall be acceptable as a minima l standard
for the Odor Control System contingent upon the inclu s ion of the specified content
below. Additional information shall be provided to the City representative upon
their request.
B. Submit the following items at the same time under one cover:
1. Documentation to demonstrate that the adsorber system is the standard product of the supp lier.
2. Documentation to demonstrate that the manufacturer has been regularly engag ed in fabricating
modular odor control carbon systems for at least 5 years .
3 . Reference list of at least 10 separate installations of similar function and construction material
to that of this section . The list shall include the following information:
a. location
b. application
c. size and number of units
d . installation date
e . airflow
f. type and amount of carbon
g. contact name and phone number
Failure to supply this list in the shop drawing shall be considered a non-responsive by the
contractor.
4. Shop drawings and/or catalog cuts of supplied items.
C . Submit also the following (1 weeks after arrival at the project):
1. Installation Instructions
2. Operation and Maintenance Instructions
PRODUCTS
2.1 GENERAL
A . The Contract Documents indicate specific required features of the equipment, but
do not purport to cover all details of design and construction .
2.2 MODULAR ADSORBER UNIT (S)
A. The modular adsorber unit shall be a VentSorb-PE system , as s upplied by Calgon
Carbon Corporation, or equal, which meets these specifications.
DA-130 ODOR CONTROL 1 of 4 PART 20 AMENDMENT 1
B. The adsorber unit shall be manufactured of 125 mil thick HMW-high density
polyethylene (PE), or equal. The adsorber shall have no moving parts.
C. The adsorber shall support the carbon bed on a polyethylene grating and screen. Adsorber design
shall utilize "Plug Flow" air distribution (Influent air shall enter below the carbon bed support
grating, this area shall pressurize equally, and the air pass through the carbon bed uniformly,
exiting through the outlet nozzle at the top of the vessel).
D. The adsorber unit shall be operable as a passive odor control system, requiring no energy to
operate.
E. The adsorber unit shall have the following features:
1. Inlet: 4" FNPT coupling, PE construction
2. Outlet: 4" FNPT coupling, PE construction
3 . Cover: Removable PE cover, 175 mil thick HMW-HDPE, 16 gauge bolt ring with polyuethane
gasket
F. The adsorber unit shall be capable of operating at an air flow rate of up to 200 CFM with a
maximum headloss of 4 inches W .C.
G . The adsorber unit shall be rated at+/-2 psig .
EXECUTION
3.1 MANUFACTURER'S SERVICES
A. No on-site assistance shall be required unless requested by the City. The modular
adsorber unit shall come with installation instructions which allow the operator to
install the unit unassisted.
3 .2 QUALITY ASSURANCE
A. The engineer may provide and direct inspectors to inspect the equipment at the place of
manufacture or upon arrival at the job site. The inspector shall have the authority to reject
work which does not conform to the requirements of pertinent sections of this specification.
Inspection shall not relieve the manufacturer from any obligation to perform the work
strictly in accordance with this specification. Work not so performed shall be replaced by
the manufacturer at his own expense.
II MEDIA
1.1 PRODUCT
A. The media shall be provided by the system supplier and supplied separately after
vessel installation .
B . MEDIA :
The media shall be provided by Calgon Carbon Corporation, Bay Products or approved equal. The
media shall have the following properties or approved equal :
Carbon Tetrachloride Activity (wt.%) 60 min.
Hardness Number 99% min.
Moisture Content I 0% max.
Ash Content 10% max.
Mean Particle Diameter (MPD) 4 mm, pellets
Apparent Density (g/ml) 0.480 to 0.520
Total Surface Area (N 2 --BET method) 1050 to 1150 m2/gm
Ignition Temperature (ASTM) 4507C
Typical H2S Capacity 0.22 glee
* The determination of H2 S breakthrough capacity will be made by passing a
moist ( 85% R.H. ) air stream containing 1 % H2S at a rate of 1,450
cc/min. through a 1 inch diameter by 9 inch deep bed of uniformly
packed activated carbon and monitored to 50 ppm breakthrough.
Results are expressed in grams H2S removed per cc of carbon .
DA-130 ODOR CONTROL 2 of4 PART 20 AMENDMENT I
2.1 EXECUTION
A. MANUFACTURER'S SERVICES
a. On-site assistance may be required as requested by the City. The products shall
come with installation instructions.
B . QUALITY ASSURANCE
a. The engineer may provide and direct inspectors to inspect the equipment at the
place of manufacture or upon arrival at the job site. The manufacturer shall
furnish all reasonable assistance, if required by the engineer or inspector, for
the proper inspection of the work. Inspection shall not relieve the manufacturer
from any obligation to perform the work strictly in accordance with this
specification. Work not so performed shall be replaced by the manufacturer at
his own expense.
C . The Contractor shall supply media and fill the odor control unit to the
manufacturers recommended level.
III ENCLOSURE ASSEMBLY
1.1 WORK INCLUDED
A. Provide manufactured assembly enclosure.
1.2 QUALITY ASSURANCE
A. Qualifications: The assembly enclosure manufacturer shall be a company specializing in the
manufacture of sanitary sewer assembly enclosures with at least 5 years of successful experience
designing and selling enclosures to various customers in different climatic regions.
1.3 STORAGE AND HANDLING
A. Store products in shipping containers and maintain in dry place until installation.
1.4 ACCEPT ABLE MANUFACTURERS
A. SAFE-T-COVER™ or Engineer approved equal.
1.5 REFERENCES
A. ASTMB209
B . ASSE I 060-Performance Requirements for Outdoor Enclosures .
PRODUCTS
2 .1 MODEL NO. & SIZE
A . Model No. shall be 1000LU880-SS.
B . Inside dimensions shall be 48"W x 48"L x 56"H or approved equal. Model must meet the sizing
requirements of the odor control units
2.2 MATERIALS OF FABRICATION
A. Material of fabrication shall be Type 304, #3 Polish, ASTM A-240 , 18 ga. Stainless Steel.
B. Insulation shall be 1.5'' (10.0 "R" value) minimum thickness polyisocyanurate foam larrinated to a
glass fiber reinforced facer (each side). The insulation shall have the following properties:
1. Dimensional Stability-Less than 2% linear change ;
2. Compressive Strength-20PSI:
3. Water Absorption-Less than 1 % by volume;
4. Moisture Vapor Transmission-Less than one (1) perm ;
5. Density-Nominal 2.0 lbs. per cubic foot;
6. Flame Spread-25;
7. Service Temperature--JOoOp to +2500p maximum.
DA-130 ODOR CONTROL 3 of 4 PART 20 AMENDMENT I
8. The insulation shall be of uniform thickness.
C. Structural members shall be redwood.
2.3 ROOF, WALLS & PANELS
A . The roof, walls & panels of the enclosure shall be constructed of Type 304, #3 Polish, 18 ga.
Stainless Steel, ASTM A-240, outside with insulation 1 1/2" (10.0 "R" value) thick in the walls and
panels and 3" (20 .0 "R" value) thick in the roof. The inside of the enclosure shall also be lined with
Type 304, #3 Polish, 18 ga. Stainless Steel, ASTM A-240 .
B . The insulation and redwood shall be securely bonded together to form a composite panel.
C . The panels shall be provided with a PVC or similar exterior film to prevent damage before
installation. The film shall be removed before installation.
D. The complete assembly, including valve stems, shall be protected by being inside the enclosure.
E. The roof shall be hinged to provide access to the number one (#1) check flange . The roof hinge shall
be located on the number two (#2) check flange side of the enclosure.
F . The lift of the hinged roof shall be assisted by gas shocks.
G . The hinged roof shall be restrained while in the open position.
H. All screws shall attach to redwood members.
I. The walls of the enclosure shall be securely attached to the concrete base with inside anchoring
brackets .
J . Access panels shall be two (2) in number and each shall be 40"W x 56"H. One access panel shall
contain the drain panel. One access panel shall be located to provide access for removal of the
number (#2) check assembly.
K. Access panels shall be completely removable.
L. Access panels shall be provided with built-in pad lockable folding T-handles .
M . The clear opening drain panel area shall be 40 1/4"W x 6 1/2"H.
N . Drain panel shall have a stainless steel hinge and a stainless steel light strength spring as a positive
means of closure so that the drain panel will not be activated by wind.
0. Drain panel shall be designed to remain closed except during water discharge.
P . Assembley shall be class II and class III without heat.
Q. Install 1 O"x20" stainless steel louvers (2) on non-access door sides of the assembly. The inside of
the louvers shall include an W' stainless steel screen.
2.5 MOUNTING HARDWARE
A. Mounting hardware shall be furnished and shall be 300 series stainless steel.
B . All threaded fasteners shall be furnished and shall be 400 series stainless steel and/or Hilti type Tap-
Fast w/Quickcoat™ and Flo Seal washer or equal.
C. All masonry fasteners shall be furnished and shall be stud type Hilti Kwik Bolt II™ and/or Hilti type
Hit Anchors or equal.
D. All necessary drill bits shall be furnished.
3.0 INSTALLATION
A. Enclosure shall be mounted on a mnimum concrete pad of 62"W x 62"L x 7" thick slab, dimension
5" minimum beyond the edge of the cabinet, two rows of #5 bars spaced at 2 " vertical apart at 12 "
O.C. with top and bottom rebar rows offset by 6". The top of slab shall be 4" above the ground.
B . Enclosure shall be assembled and mounted to concrete pad according to manufacturer's instructions.
C. Enclosure shall be assembled and mounted to concrete pad in such a way that it will remain locked
and secured to pad even if outside screws are removed .
DA-130 ODOR CONTROL 4 of 4 PART20 AMENDMENT 1
" x ~
"-;!
~
BORING LOCATIONS
TE ST tn , P;:5 5
t HJL[N ST
TR NIT Y RIVER
··O.:.:.
150 500 600
HORIZ .SCALE N F'"EET
100% PLANS
BRlOGEFARM ER a. ASSCXJATES, INC
REGISTRATION NUMBER 261
PRELIMINARY
FOR REVIEW ONLY
USA M. DEITEMEYER, P.E., 83758
APRIL2010
SO UTHWEST PARKWAY
IOITH TC.US ra.1 VAY AUTHO'flrr
SHI 21 ISWPl BORING LAYOUT
• ~~l~,l~.t!:~tt AM~!~]~,l!C; SECT~ 21
--~ .. 11~ ---1fI...._ .. 11_.!:1!:.!!L. au..-..J:!!!...._ .... -.!:l.!:L tc•U AS SHOWN
~L--------------------------------------------------------------------------.;::SHE:!::.ET:.....:.•::::<Y:....:..1 .1..:<.:."":;'•:;".:.':;l<):;·;,;"::;'"';;;;;~";;;;;;~'°';;;;;'";;.;SK;.::,ET~6!;98=,CY:,;;;9;;:19;.;,i 7:<1 5:08 PM
60
275.00' STEEL PLATE GRO£R
PRCf'lE CR.M>E LNE
33+00
/
·,
''>
/
/
/
20 ,o 60 80
HCRIZ. SCALE IN FE£T
NOTE:
SEE GENERN.. NOTES 1H) DESCN NOTES ON
SHEET 1 Cf' ••
DRILLED SHAFTS ; COLUMNS AND .
BENTCAPS FOR B.E.NT NO . H'3, H4
AND H6 CONSTRUCTED BY
OTHERS .
DRILLED SHAFTS ONLY FOR BENT
NO. H2 CONSTRUCTED BY
OTH.E'RS .
WEST DRILLED S.HAFT AND COLUMN
ONLY FOR BENT NO. H5
CONSTRUCTED. BY OTHERS.
660
64
62
6.0.
58
56
'Ulil 'ICI
NO. O~T(
SOUTHWEST PARKWAY
BRO.GE LAYOUJ
HULEN STREET OVERPASS@
UPRR PAVOSoN YARO
SECTOt za
6 :11:13 l;>M
I ,1 1 · ' I I
580 ! o .. me .\· I I I 580
1 wl1'h 1 1 lmea'tor-. froo,ne('rta
I CLAY , tiff, brown, aon y, with Ql""OVe l
1
........ u ... a·,.-I "x,,.4c,_,._,t4x,._...,a;_ __ .j... __ -1,-__
1
~~;i.tg:~,: :;::: !6 ~!~!. •~C:,, ~k own, r.Jndy
i-.::5c::6c::O:...+---+' ---+---Bl-'C"L"-'""-'l'''-'''-'"c._,,,'0'-1'0"''"''-""'+-""--"""-' '"""l-'""""=-1---l---l---li'f..C-,~~ ~ ('I !y~ ~.. l ~$ ... -.... ~""'l'---1-'5"-6"-0::...,l
t-t---+---l-+---+---+----l--t---t---+---+---!---+---+-li---+---l---+---+-l--+l-,,,-.!'1''"'f!,W.!J.• ,J!TTrto ~ery efil/ido.-. rown, • noy,
CLAY, tiff, brown, aan y I I s,~&; oo~,ton, tSl,I)
SANO, ~~t, r°'• C l o ey, w l t t orove l ~:~g: ;~!, t-~~11~1
19;:;• ( I
i-.::5~4c::O:...+---+---+---lil-''"-'!!JND!,._;!j!'·!!!?J-··1£L·fL.jt"'!!L!!ond:J!!..:~Ox,_•2:.5-·~v•!JlcJ.ILJ•l~S~-_;,S"!!2'~..J...--..J...--~.~~'°"*',-t<JAr-9"'0¥.fH· CLAY , f irm, oro;y Md ton, a :..:·~M::''..:'°"=•+5~4:::0"-J
j ] CL.t.Y , lr"m to, lff, br -~ I SOI. 1s J. SOI.SI SA~?:ne:~1;.~~t~1~~r'· cl , 'i , wi • t i ,_,, CRA\IH COffC)OCt', ton, 5 Indy, SI ty lGl,I) Llt.4ESTONE hord,, ta"I weathered '
520 ,?0
1
1
1'
2
2
5
5,1~5
0°1''25
75,1 Lll,IEST NE, ver" hard, I Qht Q('o o:n ._ it.n!OI LIMEST E, hord, ton SO I SI iSO I .Z5 I : Llti!E SH)NE: very!hcrd: ljQtlt Qr"O~
F~-i ·~··~f" ~· ~.,-j" ,~. ~sz~o.of,~~·-=-:~::.:...!:.T-t--j~ra!'.~!'.J<-''~" I ,_.I,_._.., I I ·~-"'" 1' ! 1·
500 8 /H • 515. 7114 I I I
580 I
Test ~ote R-53
EL 57 ~-534
I I
Te s t t-o le R-54,I' I Test ~ale P'·SS I EL 57 • 659 EL 57~. 8 15
! .
520
500
580
SOU THWEST PARKWAY
\ \
FUTURE /I \\
HULENST.~ \
BRIDGE \ \
\ \---
v
Legend
,$-Approximate Bori ng Location
;fb..::= SH 121-T WATER & SANITARY SEWER Plan of Borings
.~~~~~~~~-r=~=-~~~_,.~--.,.,~~~~~~~-F_o~rt_W~o_rt_h_,T_e_x_a_s~
_ Dato: Drawn By: Project No .:
FuQioColiau lllirila.lnc. October 21, 2010 WR 04-4010-1083 PLATE 83
Legend
~ Approximate Boring Location
SH 121-T WATER & SANITARY SEWER Site and Boring Plan
Fort Worth, Texas
PLATE B1 Drawn By:
WR
D.ate:
October 21 , 2010
Projoc;tNo.:
044010-1083
PROP 48" SS W/66" CASING
Legend
~ Approximate Boring Locatlon
SH 121-T WATER & SANITARY SEWER Site and Boring Plan
Fort Worth, Texas
Date: o~w n 6 y:
October 21, 2010 WR
Projec:t No.:
04-4010-1083 PLATE B2
NORTHING : 32.713
EASTING : -97.385 ...
t: :fi
ll. :.t
cl i!'i.t c· ~ -' a. ;a m II.
I). ~ :ii ;o~ w ,( -u
C II) II) umw
0 l:t:
II.
P 2.0
P=2.0
DC><X•>a P = 3.0
l>C>O<)tl P = 3.0
LOG OF BORING NO. B-1
SH 121 WATER & SANITARY SEWER
FORT WORTH, TEXAS
PROJECT NO. 04-4010-1083
STRATUM DESCRIPTION
SURF. ELEVATION : Unknown
FILL, FAT CLAY WITH SAND (CH), brown and very
dark brown , mo ist, soft to stiff, fine sand
LAYER
ELEV.I
DEPTH
5
P"2.o FAT CLAY WITH SAND (CH), brown, moist, soft to
stiff, fine sand
4.0
P=2.5
P=4.5+
~ ~~ 0~ ... c:i::
IX~ c'ifl (J"' z ->-CJ ~ I-~:.: u-ll~ l:t: 0.
~ ffi ~t: i= !!:. ci-: u. llJ ll5
~~ :Si II)>< iii iii I-:i::: z ffi I-_:::;; :s~ z!:2 Oa,: -' :::i II.-' lllo (.) I-0 II.ii!, ,Co ::>~ ~II) CJ 11.,N
P=4.0 SANDY LEAN CLAY (CL), brownish yellow and very
pale brown, mo ist, very stiff to hard , fine sand , few to
some calcareous nodules and limestone fragments
6.8 1----l---+--t---+---+--4-----1
10
15
20
P • 2.0 LEAN CLAY WITH SAND (CL), brown ish yellow ,
soft, moist to water bearing, trace fine sand
P•1.0
P=1.0
Pa 1.0
p: 0.5
,...
_./'~--•c"...c __ ,.,
SANDY LEAN CLAY (CL), very pale brown , wet,
very soft , fine sand , calcareous
COMPLETION DEPTH: 80 .0
.. ---.-"(----
DATE DRILLED: 10-14-10 to 10-14-10
WATER LEVELi SEEPAGE: 17 .0
WATER LEVEL(): 10.0 Fugro Consultanta, Inc.
11.0
22.0
24.5
KEY:
P = Pocket Penetrorneter
Note: All depths are measured in feet.
Coordinate System : NAD 83
PLATE 1a
NORTHING : 32 .713
EASTING : -97 .385
t: g
0
35
10011"
40.08'-45'
100/64
45'-50'
100/ 100
_:::.:.,;-~ _ ... ~-.
...... ....-~' -=-~ J
Fugro Consultants, Inc.
LOG OF BORING NO. 8-1
SH 121 WATER & SANITARY SEWER
FORT WORTH, TEXAS
PROJECT NO. 04-4010,1083
STRATUM DESCRIPTION
SURF . ELEVATION: Unknown
SIL TY SAND (SM), very pale brown , wet, loose , fine,
trace gravel (cont inued)
CLAYEY GRAVEL WITH SAND (GC), very pale
brown , wet, loose to med ium dense, calcareous, fine
gravel -angu lar to subandular, fine to coarse sand
LIMESTONE, very dark brown to very light gray ,
hard to very hard, moderately to sl ightly weathered ,
interm ittent shale lenses and discontinuities
LIMESTONE , very light gray, hard to very hard ,
intermittent shale lenses and seams , discontinuities
COMPLETION DEPTH: 80 .0
DATE DRILLED: 10-14·10 to 10-14-10
WATER LEVEL/ SEEPAGE: 17.0
WATER LEVEL(): 10 .0
LAYER
ELEV./
DEPTH
d~ z .
C, g;! zw
jjjii)
~8 0. N
27 .5 1-----1---+--+--+---+----+------,I
38 .0
43.5 1----t---+--t---+---t----+-----t
KEY:
P "' Pocket Penetromete r
Note : All depths are measured in feet.
Coordinate System : NAO 83
PLATE 1b
NORTHING : 32.713
EASTING: -97 .385 ..
Ii: !! ';It
..J U) ffiit!c" 0 w
,:£ ..J iii m D. i lE lE £t3 > ,( Ul U) ulllw
0 a,:
D.
50'.W
96160
LOG OF BORING NO. B-1
SH 121 WATER & SANITARY SEWER
FORT WORTH, TEXAS
PROJECT NO . 04-4010-1083
STRATUM DESCRIPTION
SURF . ELEVATION : Unknown
LIMESTONE , very light gray, hard to very hard ,
interm itten t sha le lenses and seams , discontinu ities
(continued)
-shale seam @ 56 .2' -56 .9'; calcareo us
-shale@ 57 .6' -56.6'; ca lcareous
LAYER
ELEVJ
DEPTH
704=='=~~~~~=--~-:-:;--~~:-::-:;;:-:=--==:-:--::~~;:----t-70.1'-75.6' SHALE , very da rk gray to medium gray, soft , fissi le, 70 .1
98/ 95 slighUy ca lcareous
COMPLETION DEPTH : 80.0 KEY :
..,. ~~ a,: !i o;;l: ~~ Si-: ~[ ~w un-~s; a-Sri fl)><
:i~ :5 ~ 0 D. ..J
u D. !:
~-, P = Pocket Penetrometer
0~ u.
it r;; 1t
o..,:
~iii I: :i:: z£! ,cg :::i;
D. "'
;1;saa
---/'._ __ ____ ........ , ...... -Note : All depths are measured in fee t.
Coordinate System : NAO 83
fib: z I-
ii:<, u. zZ UI
0Wt-ua:: zt-:::i"'
. .,,, __ _
Fugro Consultants, Inc.
DATE DRILLED: 1D-14-10 t o 10-14 -10
WATER LEVEL/ SEEPAGE: 17.0
WATER LEVEL(): 10.0 PLATE 1c
NORTHING : 32 .713
EASTING: -97 .3B5
85
90
95
il;GRO .,,.... ____ _
. -~"·'~ -.,-~
---.. J"-.---==
Fugro Consultants, Inc.
LOG OF BORING NO. B-1
SH 121 WATER & SANITARY SEWER
FORT WORTH, TEXAS
PROJECT NO. 04-4010-1083
STRATUM DESCRIPTION
SURF . ELEVATION : Unknown
SHALE, very dark gray to medium gray, soft, fi ss il e,
slightly ca lcareous (continued)
LIMESTONE
COMPLETION DEPTH: 80 .0
LAYER
ELEV./
DEPTH
77.0
80 .0
KEY :
lit ~~ c.i' ~~ a: i-: wz si-: I-• ~~ 1-W ~!= ~ !z 2-~~ ... ~ ... ~
0 0. ... ..iC u 0. :=1:
P = Pocket Penetrometer
d~ ...
z . >-0 c,w 0: 0.
z(ij ::~ iii iii z!2 ~~ ::,~
Note : All depths are measured in fee t
Coord inate System : NAO 83
Q::c: !ii! I-;;:c,.._ zZ(I)
ol:!1-u ....
~en
DATE DRILLED : 10-14-10 to 10-14-10
WATER LEVEL I SEEPAGE: 17 .0
WATER LEVEL(): 10.0 PLATE 1d
'
NORTHING: 32.715
EASTING: -97.385
li ... • ';ft.
..J (/) i5 .• u. 0 Ill 11.18 '% ..J Ill II. ... :E ~ ~.25 a. ~ w
Q (/) gllll:!
a..
p .. 3,5
P=3.D
P=3.5
P •3.5
P=4.5+
5 P=4.5+
p =4.5+
P=4.0
P=4.5+
P=4.5+
10 P·=4.5+
P=4.5+
P=4.5+
?=4.5+
P= 4.5+
15
20
il!GRU ~---~_,,..-.. -· ------:<,~~ --
Fugro Conaultanta, Inc.
LOG OF BORING NO. B-2
SH 121 WATER & SANITARY SEWER
FORT WORTH, TEXAS
PROJECT NO. 04-4010·1083
';ft. t:~ d~ u. ~~ ll:..: c~ Q~ z •
LAYER ~~ t.,w STRATUM DESCRIPTION ~ i5 5...: .... ~!i ;i zili
ELEV./ a-~Q iiliii ~~ :I~ z£1 a. ..J rllo
DEPTH t.) a..25 :l;l ::,~
SURF . ELEVATION: Unknown
FILL, FAT CLAY WITH SAND (CH), brown and very
dark brown, moist, very stiff, fine sand , trace gravel
FAT CLAY WITH SAND (CH), brown, moist, very 3.0
stiff to hard, fine sand
SANDY FAT CLAY (CH), brown , moist, very stiff to 7.0
hard , fine sand, trace to few calcareous nodules
SANDY LEAN CLAY (CL), brownish brown and very 13 .0
pale brown, moist , hard, fine to coarse sand ,
calcareous with few to some calcareous nodules and
limestone fragments _____________
15 .0
COMPLETION DEPTH: 15.0 KEY:
P = Pocket Penetrometer
Note : All depths are measured in feet.
Coordinate System: NAO 83
o:J: ~ ... u;e>,..
z iii!!! 81!:
~(/)
DATE DRILLED: 10-14-10 to 10-14-10
WATER LEVEL/ SEEPAGE: DRY
WATER LEVEL(): DRY PLATE 2
M-272 -PART 20 RELOCATION
WATER & SANITARY SEWER RELOCATIONS
FOR SH121T (SOUTHWEST PARKWAY)
CITY PROJECT NO. 00203
SEWER PROJECT NO. P-275-703170020388
D.O.E. No. 6564
LOCATION MAP
NTS
FORT WORTH
®
G: \FW04 \0382 \Utilities\COFW-Stonegote \Lo cation Mop-M 272 .dgn
TABLE OF CONTENTS
Location Map
Part A -Notice to Bidders
Special Instructions to Bidders (Water Department)
City of Fort Worth Minority/Women Business Enterprise Policy
Part B -Proposal
Part C -General Conditions
Part C 1 -Supplementary Conditions to Section C
Part D -Special Conditions
Part DA -Additional Special Conditions
Certificate of Insurance
Part F -Bonds (City of Fort Worth)
0 Performance Bond
0 Payment Bond
0 Maintenance Bond
Part G -Contract (City of Fort Worth)
Appendix A -Soil Borings (Pending)
G:\FW04\03821Specs \StonegateiParr 20 lmprovements'SPEC JOO"/o\0382 P20 M272 Table of Co ntents.doc
TC-1
Part A- Notice to Bidders
�
_
SHORT FORM NOTICE TO BIDDERS
Sealed proposals for the following:
FOR: Water and Sewer Relocations for SH 121 T (Southwest Parkway)
Part 20 -M272D RELOCATION
DOE No. 6564
Water Project No. P27507031700203
City Project No. 00203
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 p.m., October 28, 2010 and then publicly opened and read aloud at
2:00 p.m. in the Council Chambers. Plans and documents for this project may be purchased for a non-refundable cost of
Sixty Dollars ($60.00) per set at the offices ofTransystems Corporation, 500 West Seventh Street, Suite 1100, Fort
Worth, Texas. These documents contain additional information for prospective bidders. Plans and Specifications will
be available for pick-up on October 7, 2010.
A pre-bid conference will be held on Tuesday, October 19, 2010 at City Hall in Water Administration
Conference Room 225, beginning at 10:00 a.m.
The major work will consist of the following (All Approximate):
PART 20 -SEWER REPLACEMENT
301 LF 48" SEWER PIPE (BY OPEN CUT)
563 LF 48" SEWER PIPE (BY OTHER THAN OPEN CUT)
600 LF 66" STEEL ENCASEMENT PIPE
52 LF 1 O" SEWER PIPE (BY OPEN CUT)
2 EA 4' DIA MANHOLE
4 EA 5' DIA MANHOLE
All bidders submitting bids are required to be pre-qualified in accordance with the requirements of the Special
Instructions to Bidders.
For additional information, please contact Liam Conlon, 817-392-6824 and/or Kent Lunski, P.E., Project Manager,
Transystems Consultants, at 817-339-8950.
Advertising Dates:
October 7, 2010
October 14, 20 I 0
COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following:
FOR: Water & Sewer Relocations for SH121T(Southwest Parkway)Part 20-M272D
RELOCATION
0.0.E. No. 6564
City Project No. 00203
Addressed to :
CIT Y OF FOR T WORTH
PURC HA SING DIV I SION
1 000 TH ROC KM OR TON ST
FOR T WOR TH TX 7 6 1 02 -63 11
will be received at the Purchasing Office until 1 :30 p .m., October 28, 2010 and then publicly opened and read
aloud at 2:00 p.m. in the Council Chambers. Plans and documents for this project may be purchased for a non-
refundable cost of Sixty Dollars ($60.00) per set at the offices of TranSystems Corporation, 500 West Seventh
Street, Suite 1100, Fort Worth, Texas. These documents contain additional information for prospective bidders.
Plans and Specifications will be available for pick-up on October 7, 2010.
A pre-bid conference will be held on Tuesday, October 19, 2010 at City Hall in Water Administration
Conference Room 225, beginning at 10:00 a.m.
The major work will consist of the following (All Approximate):
301
563
600
52
2
4
L.F.
L.F.
L.F.
L.F.
EA.
EA.
48" SEWER PIPE (BY OPEN CUT)
48" SEWER PIPE (BY OTHER THAN OPEN CUT)
66" STEEL ENCASEMENT PIPE
10" SEWER PIPE (BY OPEN CUT)
4' DIA MANHOLE
5' DIA MANHOLE
Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract
Documents and Specifications.
NOTICES
Bidders are advised to pay particular attention to DA 46 -Sequence of Construction and DA 138 -Pre-
Construction Sequence.
All bidders will be required to comply with Provision 5159a of"Vemon 's Annotated Civil Statutes" of the State of
Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no . 7400 (Fort Worth
City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices.
Bid security may be required in accordance with Special Instructions 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
1
COMPREHENSIVE NOTICE TO BIDDERS
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 Addenda Index and Receipt form(s). Bids that do not
acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of
addenda may be obtained by contacting Kent Lunski, P.E. Project Manager, Transystems Consultants, at 817-339-
8950.
Bidders, using the printed copy, shall not separate, detach or remove any portion, segment or sheets from the
contract document at any time. Bidders must complete the proposal section(s) and submit the complete
specification book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of
the forms included in the Minority and Women Business Enterprise section for submittal within the time deadline
stated below or the bidder may request a copy of said forms from the City of Fort Worth Project Manager named in
this solicitation .
In accordance with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the
participation of minority business enterprises and women business enterprises in City of Fort Worth contracts. A
copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the
MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME
CONTRACTOR WANER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT
VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p .m ., five (5) City of
Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate
employee of the Water Department to whom delivery was made. Such receipt shall be evidence that the City ofF ort
Worth received the Documentation. Failure to comply shall render the bid non-responsive.
SUBMISSION OF BID AND AW ARD OF CONTRACT
The proposal within this document is designed as a package. In order to be considered an acceptable bid, the Contractor is
required to submit a bid for the complete proposal. A bid proposal submittal that is received with the proposal incomplete
will be rejected as being non-responsive. The Contractor who submits the bid with the lowest price, will be the apparent
successful bidder for the project.
Bidders are hereby informed that the Director of the Water 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.
The Contractor shall be prepared to commence construction without all executed easements and permits and shall submit a
schedule to the City of how construction will proceed in the other areas of the project that do not require easements.
For additional information, please contact Kent Lunski, P.E., Project Manager, Transystems Consultants, at 817-339-8950
or by email: kalunski@transystems.com or Liam Conlon, Water Department at 817 -392-6824.
DALE A. FISSELER, P.E.
CITY MANAGER
Advertising Dates:
October 7, 2010
October 14, 2010
By:_-~(of\~~ ~s~~ill~/9 __
Tony Sholola, P.E
Engineering Manager,
Water Department
2
MARTY HENDRIX
CITY SECRET ARY
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 (1) year old. In the
case that a bidding date falls within the time a new statement is being prepared, the previous
statement shall be updated by proper verification .
b) For an experience record to be considered to be acceptable for a given project, it must reflect the
experience of the firm seeking qualification in work of both the same nature and technical level
as that of the project for which bids are to be received.
c) The Director of the Water Department shall be the sole judge as to the acceptability for financial
qualification to bid on any Fort Worth Water Department project.
d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as
such.
e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or
expertise.
t) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if
inadvertently opened, shall not be considered.
g) The City will attempt to notify prospective bidders whose qualifications (financial or experience)
are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are
to be received . Failure to notify shall not be a waiver of any necessary prequalification .
2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort
Worth , in an amount of not less than five (5%) percent of the largest possible total of the bid
submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails
to execute the Contract Documents within ten (10) days after the contract has been awarded To be an
acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas.
In addition, the surety must ( 1) hold a certificate of authority from the Untied States secretary of the
treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have
obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and
admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the
Untied States secretary of the treasury to qualify as a surety on obligations permitted or required
under federal law . Satisfactory proof of any such reinsurance shall be provided to the City upon
request. The City, in its sole discretion , will determine the adequacy of the proofrequired 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
4. WAGE RA TES:
Section C3-3.13 of the General Conditions is deleted and replaced with th e following:
(a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code,
including the payment of not less than the rates determined by the City Council of the City of Fort
Worth to be the prevailing wage rates in accordance with Chapter 2258 , Texas Government Code .
Such prevailing wage rates are included in these contract documents.
(b) The contractor shall, for a period of three (3) years following the date of acceptance of the work,
maintain records that show (i) the name and occupation of each worker employed by the contractor in
the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to
each worker. These records shall be open at all reasonable hours for inspection by the City. The
provisions of Right to Audit, under paragraph L of Section Cl: Supplementary Conditions To Part C
-General Conditions, pertain to this inspection.
{C) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) and (b) above .
(d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that
the contractor has complied with the requirements of Chapter 2258, Texas Government Code.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at
all times .
5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the
City reserves the right to adopt the most advantageous construction thereof to the City or to reject the
Proposal.
6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas.
7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of
Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower
than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas
resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in
the state in which the nonresident's principal place of business in located.
"Nonresident bidder" means a bidder whose principal place of business is not in this state, but
excludes a contractor whose ultimate parent company or majority owner has its principal place of
business in this state.
This provision does not apply if this contract involves federal funds .
The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the
bid to meet specifications. The failure of a nonresident contractor to do so will automatically
disqualify that bidder.
8. PAYMENT: If the bid amount is $25 ,000 .00 or less, the contract amount shall be paid within forty-
five ( 45) calendar days after completion and acceptance by the City.
9 . AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government,
Contractor covenants that neither it nor any of its officers, members, agents employees , program
participants or subcontractors, while engaged in performing this contract, shall, in connection with
the employment, advancement or discharge of employees or in connection with the terms , conditions
09 /10/04 2
or privileges of their employment, discriminate against persons because of their age except on the
bases of a bona fide occupational qualification, retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents , employees,
subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations
or advertisements for employees to work on this contract, a maximum age limit for such employment
unless the specified maximum age limit is based upon a bona fide occupational qualification,
retirement plan or statutory requirements.
Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City
harmless against any claims or allegations asserted by third parties or subcontractor against City
arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above
referenced Policy concerning age discrimination in the performance of this agreement.
10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990
("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully
discriminate on the basis of disability in the provision of services to the general public, nor in the
availability, terms and/or conditions of employment for applicants for employment with, or employees
of Contractor or any of its subcontractors . Contractor warrants it will fully comply with ADA's
provisions and any other applicable federal, state and local laws concerning disability and will
defend, indemnify and hold City harmless against any claims or allegations asserted by third parties
or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to
comply with the above referenced laws concerning disability discrimination in the performance of this
agreement.
11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City ofFort Worth
Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business
enterprises and women business enterprises in City contracts. A copy of the Ordinance can be
obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE
UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with
Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be
received by the managing department no later than 5:00 p.m ., five (5) City business days after the bid
opening date. The bidder shall obtain a receipt from the appropriate employee of the managing
department to whom delivery was made . Such receipt shall be evidence that the documentation was
received by the City. Failure to comply shall render the bid non-responsive.
Upon request, Contractor agrees to provide the Owner complete and accurate information regarding
actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise
(WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or
examination of any books, records or files in its possession that will substantiate the actual work
performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent
misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of
the contract and/or initiating action under appropriate Federal , State or local laws or ordinances
relating to false statements . Further, any such misrepresentation of facts (other than a negligent
mi srepresentation) and/or commission of fraud will result in the Contractor being determined to be
irresponsible and barred from participating in City work for a period of time of not less than three (3)
years.
12 . FINAL PAYMENT, ACCEPTANCE AND WARRANTY:
a. The contractor will receive full payment (less retainage) from the city for each pay period.
09 /10/04 3
b . Payment of the retainage will be included with the final payment after acceptance of the project
as being complete .
c . The project shall be deemed complete and accepted by the City as of the date the final punch list
has been completed, as evidenced by a written statement signed by the contractor and the City.
d . The warranty period shall begin as of the date that the final punch list has been completed .
e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due
and payable .
f In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city
and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a
progress payment in the amount that city deems due and payable .
g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall
attempt to resolve the differences within 30 calendar days.
09/10/04 4
City of Fort Worth Minority/Women
Business
Enterprise
FORTW°ORTH . '"-, ·tt· ~ 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 goal is not applicable .
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business
Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual bas is. All requirements
and regulat ions stated in the City's current Mi nority and Women Business Enterprise Ordinance apply to this bid .
M/WBE PROJECT GOALS
The City 's M/WBE goal on this project is -~8 _% of the total bid (Base b i d 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 follow ing :
1. Meet or exceed the above stated M/WBE goal, or
2. Good Faith Effort documentation, or;
3. Waiver documentation, or;
4. Joint Venture.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department , within the following t imes allocated, in order
for the entire bid to be considered responsive to the specifications . The Offeror shall del iver the MWBE doc umentation
in perso n to the appropriate employee of the manag ing department and obtain a date/ti me rece ipt. Such receipt shall
be ev idence tha t the City received th e docume ntat ion i n t he time allocated . A faxed copy will not be accepted .
1. Subcontractor Utilization Form , if goal is
met or exceeded :
2. Good Faith Effort and Subcontractor
Utilization Form , if participation is less than
stated oal:
3. Good Faith Effort and Subcontractor
Utilization Form , if no M/WBE artici ation :
4. Prime Contractor Waiver Form , if you will
erform all subcontract in /sup lier work:
5. Joint Venture Form , if utilize a joint venture
to met or exceed oal.
received by 5:00 p.m ., five (5) City bus iness days after the bid
o enin date , exclusive of the bid o enin date .
received by 5:00 p.m., five (5 ) City business days after the bid
opening date , exclusive of the bid opening date .
received by 5:00 p.m ., five (5) City business days after the bid
o enin date , exclusive of the bid open in date .
received by 5:00 p.m., five (5) City business days after the bid
o enin date , exclusive of the bid o enin date .
rece ived by 5:00 p.m ., five (5) City bus i ness days after the bid
o enin date , exclusive of the bid o en in 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. 11/11/05
ATIACHMENT 1A
Page 1 of 4
FORT WORTH ----..,-----City of Fort Worth
Subcontractors/Suppliers Utilization Form
PRIME COMPANY NAME: Check applicable block to describe prime
PROJECT NAME: I MiW/DBE I I NON-MiW/DBE
Water & Sewer Relocations for SH 121T (Southwest Parkway} PART 20 -M-272D RELOCATION BID DATE
City's M/WBE Project Goal: Prime 's M/WBE Project Utilization: PROJECT NUMBER
00203
8% %
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 w ith in the Ma rketplace , that have
been determined to be bonafide minority or women businesses by the North Central Texas Reg ional Certificat ion
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway div ision . 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.
Rev . 5/30/03
FORT WOR TH --.,..--
ATTACHMENT 1A
Pag e 2 of 4
Primes are required to identify ALL subcontracto rs/suppliers , regardless of status ; i.e ., Mino ri ty , Women and non -M/WBEs .
Please li st M/WBE fi rms firs t, us e add it io nal sheets if necessary .
Certification N
(check one ) 0
n SUBCONTRACTOR/SUPPLIER T N T Detail Detail
Company Name i C X M Subcontracting Work Supplies Purchased Dollar Amount
Address e M w T D w
Telephone/Fax r 8 8 R 0 8 E E C T E
A
Re v . 5/30/03
FORT WORTH
~
ATTACHMENT 1A
Page 3 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status ; i.e., Minority, Women and non-M/WBEs .
Please list M/WBE firms first, use additional sheets if necessary.
Certification N
(check one) 0
n SUBCONTRACTOR/SUPPLIER T N T Detail Detail
Company Name i C X M Subcontracting Work Supplies Purchased Dollar Amount
Address e M w T D Vii
Telephone/Fax r B B R 0 B E E C T E
A
Rev . 5/30/03
FORT WORTH
~
Total Dollar Amount of M/WBE Subcontractors/Suppliers
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS
$
$
$
AITACHMENT 1A
Page 4 of 4
The Contractor will not make addit ions , deletions, or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance . The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination .
By affixing a signature to this form, the 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 subm itted with the bid . The Offerer also agrees to allow an audit and/or
examination of any books , records and files held by their company . The bidder agrees to allow the
transmission of interviews with owners, principals, officers, employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City . Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or
Local laws concerning false statements. Any failure to comply with this ord inance and create a material
breach of contract may result in a determination of an irresponsible Offerer and barred from participating in
City work for a period of time not less than one (1) year.
Authorized Signature Printed Signature
Title Contact Name/Title (if different)
Company Name Telephone and/or Fax
Address E-mail Address
City/State/Zip Date
Rev. 5/30/03
..
FORT WORTH
ATIACHMENT 18
Page 1 of 1 ----·tt· ~ City of Fort Worth
Prime Contractor Waiver Form
PRIME COMPANY NAME: Check applicable block to describe
crime
PROJECT NAME: I M/W/DBE I I NON -M/W/DBE
BID DATE
City 's M/WBE Project Goal: PROJECT NUMBER
%
If both answers to this form are YES , do not complete ATIACHMENT 1C(Good Fa ith Effort Form). All questions on
this form must be completed and a detailed explanation provided , if applicable . If the answer to either question is
NO , then you must complete ATIACHMENT 1C . This form is only applicable if .b.ath answers are yes .
Failure to complete this form in its entirety and be received by the Managing Department on or before
5:00 p.m., five (5) City business days after bid opening, exclusive of the bid opening date, will result in the
bid being considered non-responsive to bid specifications.
Will you perform this entire contract without subcontractors? YES
If yes , please provide a detailed explanation that proves based on the size and scope of this NO project , this is your normal business practice and provide an operational profile of your business .
Will you perform this entire contract without suppliers?
YES
If yes , please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an inventory profile of your business. NO
The bidder further agrees to provide , directly to the City upon request , complete and accurate information
regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment
therefore and any proposed changes to the original M/WBE(s) arrangements submitted w ith this bid . The bidder
also agrees to allow an aud it and/or examination of any books, records and files held by their company that will ·
substantiate the actual work performed by the M/WBEs on this contract , by an authorized officer or employee of
the City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or
debarment from City work for a period of not less than three (3) years and for initiating action under Federal , State
or Local laws concerning false statements . Any failure to comply with this ordinance creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from participating in City work for a
period of time not less than one ( 1) year.
Authorized Signature Printed Signature
Title Contact Name (if different)
Company Name Phone Number Fax Number
Address Email Address
City/State/Zip Date
Rev . 5/30/03
FORT WORTH ..___ .•. ,,.
PRIME COMPANY NAME:
PROJECT NAME:
City's M/WBE Project Goal:
%
City of Fort Worth
Good Faith Effort Form
PROJECT NUMBER
ATTACHMENT 1C
Page 1 of 3
Check applicable block to describe
M/\N/DBE NON-M/\N/DBE
BID DATE
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 form .
If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a
"good faith effort", the bidder will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 6 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing
misrepresentation the facts or intentional discrimination by the bidder.
Failure to complete this form, in its entirety with 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
2"a tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
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.
__ Yes
__ No
Date of Listing __ / __ .....;/ __
3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are
opened?
__ Yes (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.)
__ No
4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are
opened?
__ Yes (If yes, attach list to include~ of M/WBE firm, 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
plans 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
Rev. 05/30/03
ADDITIONAL INFORMATION:
ATTACHMENT 1C
Page 3 of 3
Please provide additional information you feel will further explain your good and honest efforts to obtain
M/WBE participation on this project.
The bidder further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
thereof and any proposed changes to the original arrangements submitted with this bid.
The bidder also agrees to allow an audit and/or examination of any books, records and
files held by their company that will substantiate the actual work performed on this
contract, by an authorized officer or employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three
(3) years and for initiating action under Federal, State or Local laws concerning false
statements. Any failure to comply with this ordinance and creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from
participating in City work for a period of time not less than one (1) year.
The undersigned certifies that the information provided and the M/WBE(s) listed
was/were contacted in good faith. It is understood that any M/WBE(s) listed in
Attachment 1C will be contacted and the reasons for not using them will be verified by
the City's M/WBE Office.
Authorized Signature Printed Signature
Title Contact Name and Title (if different)
Company Name Phone Number Fax Number
Address Email Address
City/State/Zip Date
Rev. 05/30/03
FORT-WORTH
'---.•. .-'" CITY OF FORT WORTH
Joint Venture Eligibility Form
All ques tions must be answered; use "NA" if applicable.
Joint Venture
Page 1 of 3
Name of City project:------------------------,----------------
A j oi nt ve nture fo rm must be com pl eted on each project
RFP/Bid/Purchasin g Number: ____________ _
1. Joint venture information:
Joint Venture Name:
Joint Venture Address:
(If applicable)
Telephone : Facs imile: E-mail address:
Cellular:
Identify the firms that comprise the joint venture :
Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the
joint venture
M/WBE firm
I
Non-M/WBE
I name : firm name:
Bus in ess A ddre ss : Busin ess Address:
C ity, State, Zip : C ity , State , Zi p:
Te le ph one Facs im ile E-mai l Tele ph one Facsi mil e
Cellul ar Cellul ar
Certification Status: E-mai l addr ess
Name of Certifying Agency: -,.
~. Ii-, .. ,
' ,,
' /
..t
Describe the sco e of work of the non-M/WBE:
Rev ,;nnm.3
Joint Venture
Page 2 of 3
3. What is the percentage ofM/WBE participation on this joint venture that you wish to be counted toward
meeting the project goal?
4. Attach a copy of the joint venture agreement.
5. List components of ownership of joint venture: (Do not comple te if this information is described in j oint ve nture agreement)
Profit and loss sharing :
Capital contributions, including
equipment:
Other applicable ownership interests :
6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day
management and decision making of the joint venture:
Financial decisions
(to include Account Payable and Receivable):
Management decisions:
a. Estimating
-----------------------------------------------f---~~~~~~~~~~~~~~~~~~~~~~~~~~~~----i
b. Marketing and Sales
-----------------------------------------------f---~~~~~~~~~~~~~~~~~~~~~~~~~~~~----i
c. Hiring and Firing of management
personnel
-----------------------------------------------f---~~~~~~~~~~~~~~~~~~~~~~~~~~~~----i
d . Purchasing of major equipment
and/or supplies
Supervision of field operations
The City's Minority and Women Business Enterprise Office will review your joint venture submission and
will have final approval of the M/WBE percentage applied toward the goal for the project listed on this
form .
NOTE:
From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar
amounts/percentages change from the originally approved information, then the participants must inform the City's
MNVBE Office immediately for approval. 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 City's MNVBE Ordinance .
Rev . 5/30/03 .
"
Joint Venture
p f aqe 3 o 3
AFFIDAVIT
The undersigned affirms that the foregoing statements are true and correct and include all material information
necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall
agree to provide to the joint venture the stated scope of work, decision-m aking responsibilities and payments
herein.
The City also reserves the right to request any additional information deemed necessary to determine if the joint
venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds
for termination of the eligibility process.
The undersigned agree to permit audits, interviews with owners and examination of the books , records and files
of the joint venture by any authorized representatives of the City of Fort Worth . Failure to comply with this
provision shall result in the termination of any contract, which may be awarded under the provisions of this joint
venture's eligibility and may initiate action under Federal , State and/or Local laws/ordinances concerning false
_ statements or_ willful m isre.Presentation of facts .____________ ------------------------------------------------------------------------------
Name ofM/WBE firm Name of non-M/WBE firm
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Title Title
Date Date
Notarization
State of ___________________ · County of ______________ _
On this-------------day of _______ ~ 20 ___, before me appeared
and ------------------------------------------
to me personally known and who , being duly sworn, did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed .
Notary Public ---------------------------Print Name
Notary Public --=s-ig-n-at_ur_e ______________________ _
Commission Expires ------------------------(seal)
Rev. 5/30/03
�
�
�
L
�
�
�
�
1
�
PART B -PROPOSAL -Water & Sewer Relocation for SH 121 T Part 20 -M-272D
TO:. DALE A. FISSELER, P.E. FROM: (Bidder's Name)
Vtlln:>,n T .s c.4.llr.Z;?c e&a ,.,.-,J, c c l!'JA..fr':,,,udc.n CITY MANAGER
FORT WORTII, TEXAS fl.CJ. Box Y£>JLB ,,q, .V,;,..-,1(, It( 7~/Yb
(Address)
For: Water & Sewer Relocations for SH 121T (Southwest Parkway) Part 20-M-272D
City Project No. 00203
Pursuant to the foregoing ''Notice to Bidders," the undersigned has thoroughly 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 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.
Upon acceptance of this proposal, the bidder is bound to execute a contract and furnish
Performance and Payment Bond approved by the City of Fort Worth for performing and
completing the said work within the time stated and for the following sums to-wit:
Water & Sewer Relocations for SH121T (Southwest Parkway) Part 20-M272D-City Project No. 00203
Pay CPMSRecord Approximate Units Description of Bid Item Prices Written in Words Unit Total
Item Number Quantity Price Price
Sanitary Sewer Improvements
oO t) C.
1. Bid-00309 177 LF Pipe Sewer-48-inch Pipe (By Open $_£10 $ /OO.i91J .
Cut -All Depths) -Install
["v , i «oa?ecl
r...>I' ti I'/) fy Dollars&
/lo Cents per LF
$ 'loo
c;O oc.
2. Bid-00310 498 LF Pipe Sewer-48-inch Pipe -Grouted in $ {99Zoo
66" Steel Encasement Casing Pipe
-Install
.fdv r iunckPc-1
Dollars&
Bl-lRl Addendum 3
Water & Sewer Relocations for SH121T (Southwest Parkway) Part 20-M272D-City Project No. 00203
Pay CPMSRecord Approximate Units Description of Bid Item Prices Written in Words Unit Total
Item Number Quantity Price Price
3. Bid-01123 136 LF Pipe-Casing -66 Inch Steel $ i oo 06
$ S-'i_i._oo oC
Encasement-(By Open Cut) w/Pres
Grout -Install
'hu .,-hund.,,~c/
Dollars&
/JO Cents per LF
4. Bid-01123 362 LF Pipe-Casing-66 Inch Steel 'Ii O () 00
$ '00 $ L'ii./._Coo
Encasement-(By Other Than Open
Cut) w/Pres Grout (All Depths)-
Install
.fdu / h V 17 cl/(" &/
Dollars&
~o Cents per LF
0 {) 06
5. Bid-00226 52 LF Pipe Sewer-10-inch DIP w/ Protecto $_..;?oo , . $ IS~oo
40 1 Protective Coating (By Open Cut
-All Depths) -Install
/j.,,.,, h u acbe t/
Dollars&
l?Q Cents per LF
oO 06
6. Bid-00213 2 EA Manhole-Std 4 Ff Diam(to 6Ft $ '1000 $ SooCJ
Depth) -Install
"fot.u -lhe,v.JO.nd
Dollars&
/'JO Cents per EA
Bl-2Rl Addendurn3
Water & Sewer Relocations for SH121 T (Southwest Parkway) Part 20-M272D -City Project No. 00203
Pay CPMSRecord Approximate Units Description of Bid Item Prices Written in Words Unit Total
Item Number Quantity Price Price
C)0 06
7. Bid-00214 5 VF Manhole -Std 4 FT Diam(Extra Depth $ Zoo $ /006
over 6Ft) -Install
f w o /~ tz che:-cl
Dollars&
Cents per VF
oCJ 06
8. Bid-00196 2 EA Collar-Manhole -Install $ 300 $ &JOO
/Jr.,~ jun ch·,,,e/
Dollars&
/JO Cents per EA
06
9. Bid-00209 2 EA Manhole-Type 'A' 5 Ft Diam(to 6 Ft $ 00 $8~ t:JO()
Depth) FRP Tee Base (See Sheet 8)--/,;'Ooc)
'Install
.Rl;J l&.ea /)e;vs4 n ti
Dollars
n Q Cents per EA
06 '/86D o () 10 . Bid-00210 12 VF Manhole-Type 'A' 5 Ft Diam -Added $ ~00 $
Depth ( over 6 Ft Depth) (See Sheet
8)--Install
hu,, fv11~1n:I
Dollars&
I? C2. Cents per VF
B1-3Rl Addendum3
Water & Sewer Relocations for SH121T (Southwest Parkway) Part 20-M272D-City Project No. 00203
Pay CPMS Record Approximate Units
Item Number Quantity
11. Bid-00370 1 EA
12. Bid-00370 1 EA
13. Bid-00217 6 EA
14. Bid-00211 30 VF
Description of Bid Item Prices Written in Words
Special Structure -includes
Protective Coating (Sheet 9A,
Sta 225+ 13.00) -Install
;iJ, · / I y /;·v-e
_7".'._tfi~o=u~c..Si~O~/J_c/ ____ ~Dollars &
__ n_o ______ Ccnts per EA
Special Structure -includes
Protective Coating (Sheet 9B,
Sta.231+87.82) -Install
-/J t',,, 17 /),1~ I) ovJo.,,/
-----------'Dollars &
___ n_6 ______ Cents per EA
Manhole -Vacuum Test-Services
__________ .Dollars&
-~/?~o~ _____ Ccnts per EA
Manhole -Paint & Coating-Interior
Protective Coating-Install
---------~Dollars&
____ /J_O _____ Ccnts per VF
Bl-4Rl
Unit
Price
oD
Total
Price
oO
$.J'SOOD
t,0 D6
$ .J'S-000 $ ..J'S-DOD
$ t?s-o
$ zso 06
Addendum3
0 (.
$ l .500
oG
$ ?SOO
Water & Sewer Relocations for SH121T (Southwest Parkway) Part 20-M272D-City Project No. 00203
Pay CPMSRecord Approximate Units Description of Bid Item Prices Written in Words Unit Total
Item Number Quantity Price Price
o(J 06
15. Bid-00200 1 EA Filter-Odor Control (includes unit, $ S"SDo $SSoo
enclosure and media) -Install
f/v e_ l/,c:;."1_J Qa. d
f;,·v e J,u n d;_pc/ Dollars&
/JO Cents per EA
06 o('.
16. Bid-00367 18 EA Cut and Plug Misc. Water & Sewer $ ?ooo $3&; ODO
Lines -Install
/evo liousein d
Dollars&
a. 6 Cents per EA
17. Bid-00202 855 LF Inspection-Pre Construction Cleaning $ 5-0 0 $ l./_27S
00
&TV-Study
u'«('
Dollars&
/JO Cents per LF oO
15 3,
18 Bid-00201 727 LF Inspection-Post Construction $ llBr $ZJ8!.. oo
Cleaning & TV -Study
/),/P~
Dollars &
/}D Cents per LF
19. Bid-00372 365 LF Trench Safety System 5 Foot Depth $ ~-00 $ !A7£S O()
-Install
!;·v-e
Dollars&
AO Cents per LF
Bl-5Rl Addendum3
Water & Sewer Relocations for SH121T (Southwest Parkway) Part 20-M272D-City Project No. 00203
Pay CPMSRecord Approximate Units Description of Bid Item Prices Written in Words Unit Total
Item Number Quantity Price Price
20. Bid-00542 2 EA De-Hole-Exploratory Excavation $ ?06Q oO $ 'i_OD Q
oO
-Study
lcvo fio u.s t;;? cl
Dollars&
CJ Q Cents per EA
oO 60
21. Bid-00841 20 LF Concrete Encasement -Install $ 7S" $ LStJO
Jpv~n/'1 r/v-e
Dollars&
/JO Cents per LF
I oei $ /tJ CJ b 22 Bid-00840 10 CY Fill Material Crushed Stone -Install $
o n e
Dollars&
l?D Cents per CY
·I oo a"
23. Bid-00839 10 CY Concrete Type E-Install $ $ ID
o n e
Dollars&
/10 Cents per CY
B1-6Rl Addendum3
Water & Sewer Relocations for SH121T (Southwest Parkway) Part 20-M272D-City Project No. 00203
Pay CPMSRecord Approximate Units Description of Bid Item Prices Written in Words Unit Total
Item Number Quantity Price Price
24. Bid-00459 49 SY Pavement-Concrete Replacement on $ CS" o o $3!8S 00
Existing Base -Install
IY( ,f"/;cly li~e,
Dollars&
/}0 Cents per SY
t,D
$3t.SO 06 25. Bid-00137 365 LF Grass Sod -Install $ l o
len
Dollars&
no Cents per LF
06 00
26. Bid-00205 5 EA Manhole -Abandon $ /t)OO $5000
t:Jn~ I Lu.sq n c/
Dollars &
/J C) Cents per EA
27. Bid-00226 660 LF Grout Existing 8" and 1 O" Sewer $ 2tJo 6 . $ /tsoo o(j
with Flowable Fill and Abandon
-Install
l uua ty /i v·tl
Dollars&
/1 b Cents per LF
0 (J
$ ZtJ/oo Od
28. Bid-00226 485 LF Grout Existing 48" Sewer with $ &0
Flowable Fill and Abandon -Install
.f/#' i
Dollars&
/J D Cents per LF
B1-7Rl Addendum 3
Water & Sewer Relocations for SH121T (Southwest Parkway) Part 20-M272D-City Project No. 00203
Pay CPMSRecord Approximate Units Description of Bid Item Prices Written in Words Unit Total
Item Number Quantity Price Price
cO oO
29. Bid-00843 75 LF Curb - 7 Inch -Install $ J'o $ZZ.J o
If -,, ly
Dollars&
QQ CentsperLF
oO 00
30. Bid-00100 1 LS Storm Water Pollution Prevention $ 5CJOO $5000
Plan-SWPPP -Install
f2 r,1~ lhouso n c/
Dollars&
QQ Cents per LS
1!)0
$ S°D{)Oo o 31. Bid-00181 1 LS Traffic Control -Install $ I §'°C)eJO
;;: r,1-, I h o u J q n cl
Dollars&
/JO . Cents per LS
Total-Sanitary Sewer Improvements $ 7&:19Z7~. 00
Bl-8Rl Addendum3
PART B -PROPOSAL (Continued)
Within ten (10) days after notification by the City, the undersigned will execute the formal contract and will
deliver an approved Survey 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.
The undersigned bidder certified that he has been furnished at least one set of the General Contract
Documents and General Specifications for Water Department Project dated January 1, 1978, and that he
has read and thoroughly understands all the requirements and conditions of those General Documents and
the specific Contract Documents and appurtenant plans.
The undersigned assures 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 terms of City Ordinance No. 7278 as
amended by City Ordinance No. 7400.
The Bidder agrees to begin construction within_lQ_ calendar days after issue of the work order, and to ·
complete construction by one of the following dates below as set forth in the written work order to be
furnished by the owner:
1. Substantially completing project by March 31, 2011 in the event the 42" water line from
DOE 4855 is abandoned prior to beginning of construction of this project (DOE 6564).
2. Substantially completing project 28 days after the, 42 ~' water line from DOE 4 855 is
abandoned in place.
Liquidated damages in the amount of $3,000 per calendar day shall be assessed if the
Contractor does not complete the project by the applicable dates listed above.
B1-9Rl Addendurn3
Receipt is acknowledged of the following addenda:
Addendum No. 1
Addendum No. 2
Addendum No. 3
Addendum No. 4
Addendum No. 5
TJ_s
(Seal) If Bidder Corporation
Respectfully submitted, _ 1 J
l,.hll1am J .Sc-lzJlz .Lnc:, Joc,.,
C //G!e C ,C on..s rn,~/7or7
By: ~o ..S S.d~
Title: 0ce he..fl/ea;
Address: -;JO ,80)( t/032. 8
1-o /1 UtJ ///, n ?~1.;o ,
B1-10Rl Addendum3
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of
contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low
bidder, non-resident bidders ( out of state contractors whose corporate offices or principal place of
business are outside of the State or Texas) bid projects for construction, improvements, supplies
or services in Texas at an amount lower than the lowest Texas resident bidder by the same
amount that a Texas resident bidder would be required too underbid a non-resident bidder in
order to obtain a comparable contract in the State in which the non-resident's principal place of
business is located. The appropriate blanks in Section A must be filled out by all out-of-state or
non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or
non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must
check the box in Section B.
A. Non-Resident vendors in-------(give State), our principal place of business,
are required to be percent lower than resident bidders by State law.
A copy of the Statute is attached.
Non-resident vendors in (give State), our principle place of business,
are not required to underbid resident bidders.
B. Our principle place of business or corporate offices are in the State of Texas. [ZJ
Bidder:
WUiiam J. Schultz Inc. dba ClN.?le C Cons truction
PO ·Box ·40328
Fort Worth, TEXAS 76140
By: (Please Print)
Signature
Trtle (Please Print)
. ·--····--·-.. --·-·----------·---.... --··•·· ·-··----·---------·--·-··-·----· ··---·····-···-----·-···--··
Cl-1
C l-1.1
Cl -1.2
Cl-1.3
Cl-1.4
C l-1.5
Cl-1.6
C l-1.7
Cl-1.8
Cl-1.9
Cl-1.10
Cl-1.11
Cl-1.12
Cl-1.13
Cl -1.14
Cl-1.15
Cl-1.16
Cl-1.17
Cl-1.18
C l -1.19
Cl -1.20
Cl-1.21
Cl -1.22
Cl-1.23
Cl-1.24
Cl-1.25
Cl -1.26
Cl-1.27
Cl-1.28
Cl -1.29
Cl-1.30
Cl-1.31
Cl-1.32
PART C -GENERAL CONDITIONS
TABLE OF CONTENTS
OCTOBER 19, 2009
TABLE OF CONTENTS
DEFINITIONS Cl-1 (1)
Definition of Terms Cl-1 (1)
Contract Documents Cl-1 (2)
Notice to Bidders Cl-1 (2)
Proposal Cl-1 (2)
Bidder Cl-1 (2)
General Conditions Cl-1 (2)
Special Conditions Cl-1 (2)
Specifications Cl-1 (2)
Bonds Cl-1 (2)
Contract Cl-1 (3)
Plans Cl-1 (3)
City Cl -1 (3)
City Council Cl-1 (3)
Mayor Cl-1 (3)
City Manager Cl-1 (3)
City Attorney Cl-1 (3)
Director of Public Works Cl-1 (3)
Director, City Water Department Cl-1 (3)
Engineer Cl-1 (3)
Contractor Cl-1 (3)
Sureties Cl-1 (4)
The Work or Project Cl-1 (4)
Working Day Cl-1 (4)
Calendar D ays Cl -1 (4)
Legal Holidays Cl-1 (4)
Abbreviations Cl-1 (4)
Change Order Cl-1 (5)
Paved Streets and Alleys Cl-1 (5)
Unpaved Streets or Alleys Cl-1 (6)
City Street Cl-1 (6)
Roadway Cl-1 (6)
Gravel Street Cl -1 (6)
C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL
C2-2.l
C2-2 .2
C2-2.3
C2 -2.4
Proposal Form
Interpretation of Quantities
Examination of Contract Documents and Site of Project
Submitting of Proposal
(1)
C2-2 (1)
C2-2 (1)
C2-2 (2)
C2-2 (2)
C2-2.5 Rejection of Proposals C2-2 (3)
C2-2.6 Bid Security C2-2 (3)
C2-2.7 Delivery 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.I0 Public Opening of Proposal C2-2 (4)
C2-2.11 Irregular Proposals C2-2 (4)
C2-2 .I2 Disqualification of Bidders C2-2 (4)
C3-3 A WARD AND EXECUTION OF DOCUMENTS:
C3-3.1 Consideration of Proposals C3-3 (1)
C3 -3.2 Minority 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.ll 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 .I Authority of Engineer C5-5 (1)
CS-5 .2 Conformity with Plans CS-5 (1)
CS-5.3 Coordination of Contract Documents CS-5 (1)
CS-5.4 Cooperation of Contractor CS-5 (2) -~
CS-5.5 Emergency and/or Rectification Wark CS-5 (2)
CS-5.6 Field Office CS-5 (3)
C5-5.7 Construction Stakes C5-5 (3)
(2)
C5-5.8
C5-5 .9
C5-5.10
C5-5.11
C5-5 .12
C5-5.13
C5-5 .14
C5-5.15
C5 -5.16
C5-5 .17
C5-5.18
C6-6
C6-6 .l
C6-6 .2
C6-6.3
C6-6.4
C6-6 .5
C6-6 .6
C6-6.7
C6-6.8
C6-6.9
C6-6 .10
C6.6.11
C6-6.12
C6-6.13
C6-6.14
C6-6.15
C6-6 .16
C6-6.17
C6-6.18
C6-6.19
C6-6.20
C6-6 .21
C7-7
C7-7.1
C7-7 .2
C7-7.3
C7-7.4
C7-7.5
C7-7 .6
C7-7.7
C7-7.8
Authority and Duties of City Inspector C5-5 (3)
Inspection C5-5 (4)
Removal of Defective and Unauthorized Work C5-5 (4)
Substitute Materials or Equipment C5-5 (4)
Samples and Tests of Materials C5-5 (5)
Storage of Materials C5-5 (5)
Existing Structures and Utilities C5-5 (5)
Interruption of Service C5-5 (6)
Mutual Responsibility of Contractors C5-5 (7)
Clean-Up C5-5 (7)
Final Inspection C5-5 (8)
LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
Laws to be Observed C6-6 (1)
Permits and Licenses C6-6 (1)
Patented Devices, Materials, and Processes C6-6 (1)
Sanitary Provisions C6-6 (1)
Public Safety and Convenience C6-6 (2)
Privileges f Contractor in Streets, Alleys, C6-6 (3)
and Right-of-Way
Railway Crossings C6-6 (3)
Barricades, Warnings and Flagmen C6-6 (3)
Use of Explosives, Drop Weight, Etc . C6-6 (4)
Work Within Easements C6-6 (5)
Independent Contractor C6-6 (6)
Contractor's Responsibility for Damage Claims C6-6 (6)
Contractor's Claim for Damages C6-6 (8)
Adjustment or Relocation of Public Utilities, Etc. C6-6 (8)
Temporary Sewer and Drain Connections C6-6 (8)
Arran~ement and Charges for Water Furnished by the City C6-6 (9)
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)
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.l 1 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-I DEFINITIONS
SECTION Cl-1 DEFINITIONS
Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the
following terms or pronouns in place of them are used, the intent and meaning shall be
understood and interpreted as follows:
Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written
and drawn documents, such as specifications, bonds, addenda, plans, etc ., which govern
the terms and performance of the contract. These are contained on the General Contract
Documents and the Special Contract Documents.
a . GENERAL CONTRACT DOCUMENTS: The General Contract
Documents govern all Water Department Projects and Include the
following Items
PART A-NOTICE TO BIDDERS
PART B -PROPOSAL
PART C-GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E-SPECIFICATIONS
PERMITS/EASEMENTS
PARTF-BONDS
PART G -CONTRACT
(Sample)
(Sample)
(CITY)
(Developer)
White
White
Canary Yell ow
Brown
Green
El-White
E2-Golden Rod
E2A-White
Blue
(Sample) White
(Sample) White
b. SPECIAL CONTRACT DOCUMENTS: The Special Contract
Documents are prepared for each specific project as a supplement to the
General Contract Documents and include the following items:
PART A -NOTICE TO BIDDERS (Advertisement) same as above
PART B -PROPOSAL (Bid)
PART C -GENERAL CONDITIONS
PART D-SPECIAL CONDITIONS
PART E -SPECIFICATIONS
PERMITS/EASEMENTS
PART F -BONDS
PART G-CONTRACT
PART H -PLANS (Usually bound separately)
Cl-1 (1)
Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published
in public advertising mediums or furnished direct to interested parties pertaining to the
work contemplated under the Contract Documents constitutes the notice to bidders .
C 1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to
perform the work which the Owner desires to have done, together with the bid security,
constitutes the Proposal, which becomes binding upon the Bidder when it is officially
received by the Owner, has been publicly opened and read and not rejected by the Owner.
Cl-1.5 BIDDER: Any person, persons, firm, partnership, company, association,
corporation, acting directly or through a duly authorized representative, submitting a
proposal for performing the work contemplated under the Contract Documents,
constitutes a bidder.
Cl-1.6 GENERAL CONDITIONS : The General Conditions are the usual construction
and contract requirements which govern the performance of the work so that it will be
carried on in accordance with the customary procedure, the local statutes, and
requirements of the City of Fort Worth's charter and promulgated ordinances .
Whenever there may be a conflict between the General Conditions and the Special
Conditions, the latter shall take precedence ..
Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements
which are necessary for the particular project covered by the Contract Documents and not
specifically covered in the General Conditions. When considered with the General
Conditions and other elements of the Contract Documents they provide the information
which the Contractor and Owner should have in order to gain a thorough knowledge of
the project.
Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract
Documents which set forth in detail the requirements which must be met by all materials,
construction, workmanship, equipment and services in order to render a completed an
useful project. Whenever reference is made to standard specifications, regulations,
requirements, statutes, etc., such referred to documents shall become a part of the
Contract Documents just as though they were embodied therein .
Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by
the Contractor for prompt and faithful performance of the contract and include the
following:
a.
b .
C.
d.
C2-2.6)
Performance Bond (see paragraph C3-3.7)
Payment Bond (see paragraph C3-3.7)
Maintenance Bond (see paragraph C3-3 .7)
Proposal or Bid Security (see Special Instructions to Bidders, Part A and
Cl-1 (2)
C 1-1.10 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 drawing s or for the purpose of showing changes in
the work hereinafter authorized by the Owner. The plans ·are usually bound separately
from the other parts of the Contract Documents, but they are part of the Contract
Documents just as though they were bound therein.
C 1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and
chartered under the Texas State Statutes, acting by and through its governing body or its
City Manager, each of which is required by charter to perform specific duties .
Responsibility for final enforcement of the Contracts involving the City of Fort Worth is
by Charter vested in the City Manager. The terms City and Owner are synonymous.
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 his absence, the Mayor Pro tern
of the City of Fort Worth, Texas.
Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of
the City of Fort Worth, Texas , or his duly authorized representative.
Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort
Worth, Texas, or his duly authorized representative.
Cl-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City
of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly
authorized representative.
Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed
Director of the City Water Department of the City of Fort Worth, Texas, or his duly
authorized representative, assistant, or agents.
C 1-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth
City Water Department, or their duly authorized assistants, agents , engineers , inspectors ,
or superintendents, acting within the scope of the particular duties entrusted to them .
Cl-1.20 CONTRACTOR : The person, person's, partnership, company, firm, association,
or corporation, entering into a contract with the Owner for the execution of work, acting
Cl-I (3)
directly or through a duly authorized representative . A sub-contractor is a person, firm,
corporation, supplying labor and materials or only labor, for the work at the site of the
project.
Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are
required with and for the Contractor. The sureties engaged are to be fully responsible for
the entire and satisfactory fulfillment of the Contract and for any and all requirements as
set forth in the Contract Documents and approved changes therein.
Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and
covered by the Contract Documents, including but not limited to the furnishing of all
labor, materials, tools, equipment, and incidentals necessary to produce a completed and
serviceable project.
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
fudependence 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.
C 1-1.26 ABB RE VIA TIO NS: 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
JAW 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.
Cl-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. l PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which
will contain an itemized list of the items of work to be done or materials to be furnished
and upon which bid prices are requested. The Proposal form will state the Bidder's
general understanding of the project to be completed , provide a space for furnishing the
amount of bid security, and state the basis for entering into a formal contract. The Owner
will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and
"Financial Statement," all of which must be properly executed and filed with the Director
of the City Water Department one week prior to the hour for opening of bids .
The financial statement required shall have been prepared by an independent certified
public accountant or an independent public accountant holding a valid permit issued by
an appropriate state licensing agency, and shall have been so prepared as to reflect the
current financial status. This statement must be current and no more than one (1) year old.
In the case that bidding date falls within the time a new statement is being prepared, the
previous statement shall be updated by proper verification . Liquid assets in the amount of
ten (10) percent of the estimated project cost will be required.
For an experience record to be considered to be acceptable for a given project, it must
reflect the experience of the firm seeking qualification in work of both the same nature
and magnitude as that of the project for which bids are to be received, and such
experience must have been completed not more than five (5) years prior to the date on
which Bids are to be received. The Director of the Water Department shall be sole judge
as to the acceptability of experience for qualification to bid on any Fort Worth Water
Department project.
The prospective bidder shall schedule the equipment he has available for the project and
state that he will rent such additional equipment as may be required to complete the
project on which he submits a bid .
C2-2 .2 INTERPRETATION OF QUANTITIES: The quantities of work and materials
to be furnished as may be listed in ' the proposal forms or other parts of the Contract
Documents will be considered as approximate only and will be used for the purpose of
comparing bids on a uniform basis. Payment will be made to the Contractor for only the
actual quantities of work performed or materials furnished in strict accordance with the
Contract Documents and Plans. The quantities of work to be performed and materials to
be furnished may be increased or decreased as hereinafter provided, without in any way
invalidating the unit prices bid or any other requirements of the Contract Documents .
C2-2 (1)
C2-2 .3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT:
Bidders are advised that the Contract Documents on file with the Owner shall constitute
all of the information which the Owner will furnish. All additional information and data
which the Owner will supply after promulgation of the formal contract documents shall
be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original Contract
Documents.
Bidders are required, prior to filing of proposal, to read and become familiar with the
Contract Documents, to visit the site of the project and examine carefully all local
conditions, to inform themselves by their own independent research and investigations,
tests, boring, and by such other means as may be necessary to gain a complete knowledge
of the conditions which will be encountered during construction of the project. They must
judge for themselves the difficulties of the work and all attending circumstances affecting
the cost of doing the work or the time required for its completion, and obtain all
information required to make an intelligent proposal. No information given by the Owner
or any representative of the Owner other than that contained in the Contract Documents
and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders
shall rely exclusively and solely upon their own estimates, investigation, research, tests,
explorations, and other data which are necessary for full and complete information upon
which the proposal is to be based. It is mutually agreed that the submission of a proposal
is prima-facie evidence that the bidder has made the investigation, examinations and tests
herein required . Claims for additional compensation due to variations between conditions
actually encountered in construction and as indicated in the Contract Documents will not
be allowed.
The logs of Soil Borings, if any, on the plans are for general information only and may
not be correct. Neither the Owner nor the Engineer guarantee that the data shown is
representative of conditions which actually exist.
C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the
form furnished by the Owner. All blank spaces applicable to the project contained in the
form shall be correctly filled in and the Bidder shall state the prices, written in ink in both
words and numerals, for which he proposes to do work contemplated or furnish the
materials required . All such prices shall be written legibly . In case of discrepancy
between price written in words and the price written in numerals, the price most
advantageous to the City shall govern .
If a proposal is submitted by an individual, his or her name must be signed by him (her)
or his (her) duly authorized agent. If a proposal is submitted by a firm, association , or
partnership, the name and address of each member of the firm, association, or partnership,
or by person duly authorized . If a proposal is submitted by a company or corporation, the
company or corporation name and business address must be given, and the proposal
signed by an official or duly authorized agent. The corporate seal must be affixed. Power
C2-2 (2)
of 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 hi s
representative in the official place of business as set forth in the "Notice to Bidders." It is
the Bidder's sole responsibility to deliver the proposal at the proper time to the proper
place . The mere fact that a proposal was dispatched will not be considered . The Bidder
must have the proposal actually delivered. Each proposal shall be in a sealed envelope
plainly marker with the word "PROPOSAL," and the name or description of the project
as designated in the "Notice to Bidders." The envelope shall be addressed to the City
Manager, City Hall, Fort Worth, Texas .
C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City
Manager cannot be withdrawn prior to the time set for opening proposals. A request for
non-consideration must be made in writing, addressed to the City Manager, and filed with
him prior to the time set for opening of proposals. After all proposals not requested for
non-consideration are opened and publicly read aloud, the proposals for which non-
consideration requests have been properly filed may, at the option of the Owner, be
returned unopened.
C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS : Any Bidder may modify
his proposal by telegraphic communication at any time prior to the time set for opening
proposals, provided such telegraphic communication is received by the City Manager
prior to the said proposal opening time, and provided further, that the City Manager is
satisfied that a written and duly authenticated confirmation of such telegraphic
communication over the signature of the bidder was mailed prior to the proposal opening
time. If such confirmation is not received within forty-eight (48) hours after the proposal
opening time, no further consideration will be given to the proposal.
C2-2 (3)
C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly
filed and for which no "Non-consideration Request" has been received will be publicly
opened and read aloud by the City Manager or his authorized representative at the time
and place indicated in the "Notice to Bidders." All proposals which have been opened and
read will remain on file with the Owner until the contract has been awarded. Bidders or
their authorized representatives are invited to be present for the opening of bids.
C2-2. ll IRREGULAR PROPOSALS: 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 interested · in any litigation against the Owner or where
the Owner may have a claim against or be engaged in litigation against the
bidder.
d) The bidder being in arrears on any existing contract or having defaulted on
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 such inquiries as the Owner may see
fit to make.
g) Uncompleted work which , in the judgment of the Owner, will prevent or
hinder the prompt completion of additional work if awarded.
h) The bidder not filing with the Owner, one week in advance of the hour of
the opening of proposals the following:
1. Financial Statement showing the financial condition of the bidder
as specified in Part "A" -Special Instructions
2. A current experience record showing especially the projects of a
nature similar to the one under consideration, which have been
successfully completed by the Bidder.
3. An equipment schedule showing the equipment the bidder has
available for use on the project.
The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified
under the requirements stated herein, shall be set aside and not opened.
C2-2 (4)
PARTC -GENERALCONDITIONS
C3-3 AW ARD AND EXECUTION OF
DOCUMENTS
SECTION C3-3 AWARD 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 talcing the sum of the products of the unit prices quoted and the
estimated quantities plus any lump sum items and such other quoted amounts as may
enter into the cost of the completed project will be considered as the amount of the bid.
Until the ward of the contract is made by the Owner, the right will be reserved to reject
any or all proposals and waive technicalities, to re-advertise for new proposals, or to
proceed with the work in any manner as may be considered for the best interest of the
Owner.
C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS
ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request,
complete and accurate information regarding actual work performed by a Minority
Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the
contract and the payment therefor. Contractor further agrees, upon request by the Owner,
to allow and audit and/or an examination of any books, records, or files in the possession
of the Contractor that will substantiate the actual work performed by an MWE or WBE.
Any material misrepresentation of any nature will be grounds for termination of the
contract and for initiating any action under appropriate federal, state or local laws and
ordinances relating to false statements; further, any such misrepresentation may be
grounds for disqualification of Contractor at Owner's discretion for bidding on future
Contracts with the Owner for a period of time of not less than six (6) months.
C3-3 .3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with
Current City Ordinances prohibiting discrimination in employment practices. The
Contractor shall post the required notice to that effect on the project site, and at his
request , will be provided assistance by the City of Fort Worth's Equal Employment
Officer who will refer any qualified applicant he may have on file in his office to the
Contractor. Appropriate notices may be acquired from the Equal Employment Officer.
C3-3.4 WITHDRAW AL OF PROPOSALS: After a proposal has been read by the
Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on
which the proposals were opened.
C3-3 (1)
C 3-3 .5 AW ARD OF CONTRACT: The Owner reserves the right to withhold final
action on the proposals for a reasonable time, not to exceed forty-five (45) days after the
date of opening proposals, and in no event will an award be made until after
investigations have been made as to the responsibility of the proposed awardee.
The award of the contract, if award is made, will be to the lowest and best responsive
bidder.
The award of the contract shall not become effective until the Owner has notified the
Contractor in writing of such award .
C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals
have been determined for comparison of bids, the Owner may, at its discretion, return the
proposal security which accompanied the proposals which, in its judgment, would not be
considered for the award. All other proposal securities, usually those of the three lowest
bidders, will be retained by the Owner until the required contract has been executed and
bond furnished or the Owner has otherwise disposed of the bids, after which they will be
returned by the City Secretary.
C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the
Contractor shall furnish to, and file with the owner in the amounts herein required, the
following bonds:
a. 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.
b. 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 i s set
forth in paragraph C8-8.10.
c . PAYMENT BOND: A good and sufficient payment bond, in the
amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the
prompt, full and faithful payment of all claimants as defined in Article
C3-3 (2)
5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill
344, Acts 561h Legislature, Regular Session, 1959, effective April 27,
1959, and/or the latest version thereof, supplying labor and materials in the
prosecution of the work provided for in the contract being constructed
under these specifications. Payment Bond shall remain in force until all
payments as above stipulated are made.
d. OTHER BONDS : Such other bonds as may be required by these
Contract Documents shall be furnished by the Contractor.
No sureties will be accepted by the Owner which are at the time in default or delinquent
on any bonds or which are interested in any litigation against the Owner. All bonds shall
be made on the forms furnished by the Owner and shall be executed by an approved
surety company doing business in the City of Fort Worth, Texas, and which is acceptable
to the Owner. In order to be acceptable, the name of the surety shall be included on the
current U.S. Treasury list of acceptable sureties, and the amount of bond written by any
one acceptable company shall not exceed the amount shown on the Treasury list for that
company. Each bond shall be properly executed by both the Contractor and Surety
Company.
Should any surety on the contract be determined unsatisfactory at any time by the Owner,
notice will be given the Contractor to that effect and the Contractor shall immediately
provide a new surety satisfactory to the Owner. No payment will be made under the
contract until the new surety or sureties, as required, have qualified and have been
accepted by the Owner. The contract shall not be operative nor will any payments be due
or paid until approval of the bonds by the Owner.
C3-3 .8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has
appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute
and file with the Owner, the Contract and such bonds as may be required in the Contract
Documents.
No Contract shall be binding upon the Owner until it has been attested by the City
Secretary, approved as to form and legality by the City Attorney, and executed for the
Owner by either the Mayor or City Manager.
C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to
execute the required bond or bonds or to sign the required contract within ten (10) days
after the contract is awarded shall be considered by the owner as an abandonment of his
proposal, and the owner may annual the Award. By reason of the uncertainty of the
market prices of material and labor, and it being impracticable and difficult to accurately
determine the amount of damages occurring to the owner by reason of said awardee 's
failure to execute said bonds and contract within ten (10) days, the proposal security
accompanying the proposal shall be the agreed amount of damages which the Owner will
C3-3 (3)
suffer by reason of such failure on the part of the 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.
C3-3.11 INSURANCE: The Contractor shall not commence work under this
contract until he has obtained all insurance required under the Contract Documents, and
such insurance has been approved by the Owner. The prime Contractor shall be
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 . Blasting, prior to any blasting being done .
3. Collapse of buildings or structures adjacent to excavation fil
excavation are performed adjacent to same).
4. Damage to underground utilities for $500,000 .
5 . Builder's risk (where above-ground structures are involved).
6 . Contractual Liability (covers all indemnification requirements of
Contract).
d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY
DAMAGE: The Contractor shall procure and maintain during the life of
this Contract, Comprehensive Automobile Liability Insurance in an
amount not less than $250,000 for injuries including accidental death to
any one person and subject to the same limit for each person an amount
not less than $500,000 on account of one accident, and automobile
property damage insurance in an amount not less than $100,000 .
e.
f.
g .
SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance
required under the above paragraphs shall provide adequate protection for
the Contractor and his sub-contractors, respectively, against damage
claims which may arise from operations under this contract, whether such
operations be by the insured or by anyone directly or indirectly employed
by him, and also against any of the following special hazards which may
be encountered in the performance of the Contract.
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.
LOCAL AGENT FOR INSURANCE AND BONDING : The insurance
and bonding companies with whom the Contractor's insurance and
C3-3 (5)
performance, payment, maintenance and all such other bonds are written,
shall be represented by an agent or agents having an office located within
the city limits of the City of Fort Worth. Tarrant County, Texas. Each such
agent shall be a duly qualified , one upon whom authority and power to act
on behalf of the insurance and/or bonding company to negotiate and settle
with the City of Fort Worth, or any other claimant, and claims that the City
of Fort Worth or other claimant or any property owner who has been
damaged, may have against the Contractor, insurance, and/or bonding
company. If the local insurance representative is not so empowered by the
insurance or bonding companies, then such authority must be vested in a
local agent or claims officer residing in the Metroplex, the Fort Worth-
Dallas area. The name of the agent, or agents shall be set forth on all such
bonds and certificates of insurance.
C3-3 .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 business actions required in the
performance of the Contract. This local authority shall be made responsible to act for the
Contractor in all matters made responsible to act for the Contractor in all matters
pertaining to the work governed by the Contract whether it be administrative or other
wise and as such shall be empowered, thus delegated and directed, to settle all material,
labor or other expenditure, all claims against work or any other mater associated such as
maintaining adequate and appropriate insurance or security coverage for the project. Such
local authority for the administration of the work under the Contract shall be maintained
until all business transactions executed as part of the Contract are complete.
Should the Contractor's principal base of operations be other than in the Fort Worth-
Dallas metropolitan area, notification of the Contractor's assignment of local authority
shall be made in writing to the Engineer in advance of any work on the project, all
C3-3 (6)
appropriately signed and sealed, as applicable , by the Contractor's responsible office s
with the understanding that this written as signment of authority to the local re P.re sentative
shall become part of the project Contract as though bound directly into the project
· documents. The intent of these requirements is that all matters ass ociated 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 impo sed 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 di scretion , stop all work
until a new local authority satisfactory to the Engineer is assigned. No credit of working
time will be allowed for periods in which work stoppages are in effect for this reason .
C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant
County, Texas.
C3-3 (7)
SECTION C4-4 SCOPE OF WORK
PART C -GENERAL CONDITIONS
C4-4 SCOPE OF WORK
C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these
Contract Documents to provide for a complete, useful project which the Contractor
undertakes to construct or furnish, all in full compliance with the requirements and intent
of the Contract Documents. It is definitely understood that the Contractor shall do all
work as provided for in the Contract Documents, shall do all extra or special work as may
be considered by the Owner as necessary to complete the project in a satisfactory and
acceptable manner. The Contractor shall, unless otherwise specifically stated in these
Contract Documents, furnish all labor , tools, materials , machinery, equipment, special
services, and incidentals necessary to the prosecution and completion of the project.
C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not
thoroughly and satisfactorily stipulated or covered by General or Special Conditions of
these Contract Documents be anticipated, or should there be any additional proposed
work which is not covered by these Contract Documents, the "Special Provisions"
covering all such work will be prepared by the Owner previous to the time of receiving
bids or proposals for any such work and furnished to the Bidder in the form of Addenda.
All such "Special Provisions" shall be considered to be part of the Contract Documents
just as though they were originally written therein.
C4-4.3 INCREASED OR DECREASED QUANTITIES : The Owner reserves the right
to alter the quantities of the work to be performed or to extend or shorten the
improvements at any time when and as found to be necessary, and the Contractor shall
perform the work as altered, increased or decreased at the unit prices. Such increased or
decreased quantity shall not be more than twenty-five (25) percent of the contemplated
quantity of such item or items. When such changes increase or decrease the original
quantity of any item or items of work to be done or materials to be furnished by the 25
percent or more , then either party to the contract shall upon written request to the other
party be entitled to a revised consideration upon that portion of the work above or below
the 25 percent of the original quantity stated in the proposal; such revised consideration to
be determined by special agreement or as hereinafter provided for "Extra Work." No
allowance will be made for any changes in anticipated profits not shall such changes be
considered as waiving or invalidating any conditions or provisions of the Contract
Documents .
Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted
herein as applying to overall quantities of sanitary sewer pipe in each pipe size , but not to
the various depth categories .
C4-4 (1)
C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the
owner reserves the right to make such changes in the Contract Documents and in the
character,or quantities of the work as may be necessary or desirabl e to in s ure completion
in the most satisfactory manner, provided such changes do not materi ally alter the origi nal
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 neces sary 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 followin g
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 appro ved and signed by each
of the Contracting Parties .
No claim for Extra Work of any kind will be allowed unless ordered in writing by the
Owner. In case any orders or instructions , either oral or written , appear to the Contractor
to involve Extra Work for which he should receive compensation, he shall make written
request to the Engineer for written orders authorizing such Extra Work, prior to beginning
such work.
C4-4 (2)
Should a difference arise as to what does or dose not constitute Extra Work, or as to the
payment thereof, and the Engineer insists upon its performance, the Contractor shall
proceed with the work after making written request for written orders and shall keep
accurate account of the actual reasonable cost thereof as provided under method (Item C).
Claims for extra work will not be paid unless the Contractor shall file his claim with the
Owner within five (5) days before the time for making the first estimate after such work is
done and unless the claim is supported by satisfactory vouchers and certified payrolls
covering all labor and materials expended upon said Extra Work.
The Contractor shall furnish the Owner such installation records of all deviations from
the original Contract Documents as may be necessary to enable the Owner to prepare for
permanent record a corrected set of plans showing the actual installation .
The compensation agreed upon for "Extra Work" whether or not initiated by a "Change
Order" shall be a full, complete and final payment for all costs Contractor incurs as a
result or relating to the change or extra work, whether said costs are known, unknown,
foreseen or unforeseen at that time, including without limitation, any costs for delay,
extended overhead, ripple or impact cost, or any other effect on changed or unchanged
work as a result of the change or extra work .
C4-4.6 CONSTRUCTION SCHEDULE: Before commencing any work under this
contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline
construction schedule that meets the requirements described in this specification, showing
by Critical Path Method (CPM) the planned sequence and timing of the Work associated
with the Contract. All submittals shall be submitted in PDF format, and schedule files
shall also be submitted in native file format (i.e. file formats associated with the
scheduling software). The approved scheduling software systems for creating the
schedule files are:
Primavera (Version 6.1 or later or approved by OWNER)
Primavera Contractor (Version 6.1 or later or approved by OWNER)
Primavera SureTrak (Version 3.x or later or approved by OWNER)
Microsoft Project (Version 2003/2007 or later or approved by OWNER)
It is suggested that the CONTRACTOR employ or retain the services of a qualified
Project Scheduler to develop the required schedules. A qualified Project Scheduler
would have the following minimum capabilities and experience.
a. Experience preparing and maintaining detailed schedules, as well as 1 year of
experience using approved scheduling software systems as defined in this
specification.
b . Knowledge of Critical Path Method of scheduling and the ability to analyze
schedules to determine duration, resource allocation, and logic issues .
C4-4 (3)
c. Understanding of construction work processes to the extent that a logical critical
path method schedule can be developed , maintained, and progressed that
accurately represents the scope of work performed.
C4-4.6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall
develop, submit and review the draft detailed baseline construction schedule with the
OWNER to demonstrate the CONTRACTOR's understanding of the contract
requirements and approach for performing the work. The CONTRACTOR will prepare
the final detailed baseline construction schedule based on OWNER comments, if any.
The CONTRACTOR's first (1st) payment application will only be processed after the
detailed baseline construction schedule has been submitted by the CONTRACTOR and
accepted by the OWNER.
The following guidelines shall be adhered to in preparing the baseline construction
schedule.
a. Milestone dates and final project completion dates shall be developed to conform
to the time constraints, sequencing requirements, and completion time.
b. The construction progress shall be divided into activities with time durations no
greater than 20 work days. Fabrication, delivery and submittal activities are
exceptions to this guideline.
c. Activity durations shall be in work days and normal holidays and weather
conditions over the duration of the contract shall be accounted for within the
duration of each activity.
d. The critical path shall be clearly shown on the construction schedule.
e. Float time is defined as the amount of time between the earliest start date and the
late start date using CPM. Float time is a shared and expiring resource and is not
for the exclusive use or benefit of the CONTRACTOR or OWNER.
f. Thirty days shall be used for submittal review unless otherwise specified.
The construction schedule shall be divided into general 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 applicable to the project whose work is represented by activities that follow
the guidelines of this section.
For each of the trades or subcontracts applicable to the project, the construction schedule
shall indicate the following: procurement, construction, pre-acceptance activities , and
C4-4 (4)
events in their logical sequence for equipment and materials. Include applicable activities
and milestones such as :
1. Milestone for formal Notice to Proceed
2. Milestone for Final Completion or other completion dates specified in the contract
documents
3. Preparation and transmittal of submittals
4. Submittal review periods
5 . Shop fabrication and delivery
6 . Erection and installation
7. Transmittal of manufacturer's operation and maintenance instructions
8 . Installed equipment and material testing
9 . Owner's operator instructions (if applicable)
10. Final inspection
11. Operational testing
C4-4 .6(b) PROGRESS CONSTRUCTION SCHEDULE : The CONTRACTOR shall
prepare and submit monthly to the OWNER for approval the updated schedule in
accordance with C4-4 .6 and C4-4.7 and the OWNER's Schedule Guidance Document
inclusive. As the Work progresses, the CONTRACTOR shall enter into the schedule and
record actual progress as described in the Schedule Guidance Document.
The updated schedule submittal shall also include a concise narrative report that
highlights the following, if appropriate and applicable:
• Changes in the critical path,
• Expected schedule changes ,
• Potential delays ,
• Opportunities to expedite the schedule,
• Coordination issues the OWNER should be aware of or can assist with,
• Other schedule-related issues that the CONTRACTOR wishes to communicate to
the OWNER .
a. The CONTRACTOR's monthly progress payment applications will not be accepted
and processed for payment without monthly schedule updates, submitted in the time
and manner required by this specification and the Schedule Guidance Document, and
which accurately reflects the allowable costs due under the Contract Documents and
is accepted by the OWNER.
b. Only one schedule update will be required per month in accordance with the Schedule
Guidance Document and this specification .
c. Failure to maintain the Schedule in an accepted status may result in the OWNER
withholding payment to the CONTRACTOR until the schedule is accepted .
C4-4 (5)
C-4-4 .6(c) PERFORMANCE AND CONSTRUCTION SCHEDULE : If, in the opinion
of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR
shall take such action as necessary to improve his progress. In addition, the OWNER
may require the CONTRACTOR to submit a revised schedule demonstrating his program
and proposed plan to make up lag in schedule progress and to ensure completion of the
Work within the allotted Contract time.
Failure of the CONTRACTOR to comply with these requirements shall be considered
grounds for determination by the OWNER that the CONTRACTOR is failing to execute
the Work with due diligence as will ensure completion within the time specified in the
Contract.
C4-4.7 SCHEDULE TIERS SPECIAL INSTRUCTIONS:
The requirements for the schedule are determined based on the nature and needs of the
project. The schedule for all projects shall be Tier 3 unless otherwise stated in the
contract documents. The requirements for each Tier are described below .
CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document
provided in the Contract Documents.
TIER 3 COST LOADING SPECIAL INSTRUCTIONS:
1. At a minimum, each Activity Breakdown Structure (ABS) in the
scheduling software shall be cost-loaded with the total contract dollars
associated with the respective ABS elements.
TIER 4 COST LOADING SPECIAL INSTRUCTIONS:
1. Adhere to all Tier 3 requirements, and additionally the following:
2. Work (Schedule of Values Pay Items using the OWNER's standard
items) shall be loaded into the scheduling software using the "NON-
LABOR" resource type showing the quantity of work to be done along
with the corresponding value of the work measured in dollars . It is
intended that Earned Value will be calculated as the schedule resources
are progressed.
TIER 5 COST LOADING SPECIAL INSTRUCTIONS:
1. Adhere to all Tier 4 requirements, and additionally the following:
• Labor resources (Man-Hours) shall be loaded into the scheduling
software using the "LABOR" resource type with man-hours and
without cost.
C4-4 (6)
PART C -GENERAL CONDITIONS
CS-5 CONTROL OF WORK AND
MATERIALS
SECTION CS-5 CONTROL OF WORK AND MATERIALS
CS-5 .1 AUTHORITY OF ENGINEER: The work shall be performed to the
satisfaction of the Engineer and in strict compliance with the Contract Documents. The
Engineer shall decide all questions which arise as to the quality and acceptability of the
materials furnished, work performed, rate of progress of the work, overall sequence of the
construction, interpretation of the Contract Documents, acceptable fulfillment of the
Contract, compensation, mutual rights between Contractor and Owner under these
Contract Documents, supervision of the work, resumption of operations, and all other
questions or disputes which may arise. Engineer will not be responsible for Contractor's
means, methods, techniques, sequence or procedures of construction, or the safety
precaution and programs incident thereto, and he will not be responsible for Contractor's
failure to perform the work in accordance with the contract documents .
The Engineer shall determine the amount and quality of the work completed and
materials furnished, and his decisions and estimates shall be final. His estimates in such
event shall be a condition to the right of the Contractor to receive money due him under
the Contract. The Owner shall have executive authority to enforce and make effective
such necessary decisions and orders as the Contractor fails to carry out promptly.
In the event of any dispute between the Engineer and Contractor over the decision of the
Engineer on any such matters, the Engineer must, within a reasonable time, upon written
request of the Contractor, render and deliver to both the owner and Contractor, a written
decision on the matter in controversy.
CS-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall
conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or
any other requirements other wise described in the Contract Documents. Any deviation
from the approved Contract Documents required by the Engineer during construction will
in all cases be determined by the Engineer and authorized by the Owner by Change Order.
CS-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract
Documents are made up of several sections, which, taken together, are intended to
describe and provide for a complete and useful project, and any requirements appearing in
one of the sections is as binding as though it occurred in all sections . In case of
discrepancies, figured dimension shall govern over scaled dimensions , plans shall govern
over specifications, special conditions shall govern over general conditions and standard
specification, and quantities shown on the plan s shall govern over those shown in the
proposal. The Contractor shall not take advantage of any apparent error or omission in the
C5-5 (1)
Contract Documents, and the owner shall be permitted to make such corrections or
interpretations as may be deemed necessary for fulfillment of the intent of the Contract
Documents. In the event the Contractor discovers an apparent error or discrepancy, he
shall immediately call this condition to the attention of the Engineer. In the event of a
conflict in drawings, specifications , or other portions of the Contract Documents which
were not reported prior to the award of Contract, the Contractor shall be deemed to have
quoted the most expensive resolution of the conflict.
C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished
with three sets of Contract Documents and shall have available on the site of the project
at all times, one set of such Contract Documents.
The Contractor shall give to the work the constant attention necessary to facilitate the
progress thereof and shall cooperate with the Engineer, his inspector, and other
Contractors in every possible way.
The Contractor shall at all times have competent personnel available to the project site for
proper performance of the work. The Contractor shall provide and maintain at all times at
the site of the project a competent, English-speaking superintendent and an assistant who
are fully authorized to act as the Contractor's agent on the work. Such superintendent and
his assistant shall be capable of reading and understanding the Contract Documents and
shall receive and fulfill instructions from the Owner, the Engineer, or his authorized
representatives . Pursuant to this responsibility of the Contractor, the Contractor shall
designate in writing to the project superintendent, to act as the Contractor's agent on the
work. Such assistant project superintendent shall be a resident of Tarrant County, Texas,
and shall be subject to call, as is the project superintendent, at any time of the day or night
on any day of the week on which the Engineer determines that circumstances require the
presence on the project site of a representative of the Contractor to adequately provide for
the safety or convenience of the traveling public or the owners of property across which
the project extends or the safety of the property contiguous to the project routing .
The Contractor shall provide all facilities to enable the Engineer and his inspector to
examine and inspect the workmanship and materials entering into the work.
C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion
of the Owner or Engineer, a condition of emergency exists related to any part of the work,
the Contractor, or the Contractor through his designated representative, shall respond
with dispatch to a verbal request made by the Owner or Engineer to alleviate the
emergency condition. Such a response shall occur day or night, whether the project is
scheduled on a calendar-day or a working-day basis .
Should the Contractor fail to respond to a request from the Engineer to rectify any
discrepancies, omissions, or correction necessary to conform with the requirements of the
project specifications or plans, the Engineer shall give the Contractor written notice that
such work or changes are to be performed. The written notice shall direct attention to the
C5-5 (2)
discrepant condition and request the Contractor to take remedial action to correct the
condition. In the event the Contractor does not take positive steps to fulfill this written
request, or does not shoe just cause for not taking the proper action, within 24 hours, the
City may take such remedial action with City forces or by contract. The City shall deduct
an amount equal to the entire costs for such remedial action, plus 25%, from any funds
due the Contractor on the project.
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 constructed, 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 operations to
avoid delay. Such stakes or markings as may be established for Contractor's use or
guidance shall be preserved by the Contractor until he is authorized by the Engineer to
remove them. Whenever, in the opinion of the Engineer, any stakes or markings have
been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of
his employees, the full cost of replacing such stakes or marks plus 25% will be charged
against the Contractor, and the full amount will be deducted from payment due the
Contractor.
C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will
be authorized to inspect all work done and to be done and all materials furnished. Such
inspection may extend to all or any part of the work, and the preparation or manufacturing
of the materials to be used or equipment to be installed. A City Inspector may be
stationed on the work to report to the Engineer as to the progress of the work and the
manner in which it is being performed, to report any evidence that the materials being
furnished or the work being performed by the Contractor fails to fulfill the requirements
of the Contract Documents, and to call the attention of the Contractor to any such failure
or other infringements. Such inspection or lack of inspection will not relieve the
Contractor from any obligation to perform the work in accordance with the requirements
of the Contract Documents. In case of any dispute arising between the Contractor and the
City Inspector as to the materials or equipment furnished or the manner of performing the
work, the City Inspector will have the authority to reject materials or equipment, and/or to
suspend work until the question at issue can be referred to and decided by the Engineer.
The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release
any requirement of these Contract Documents, nor to approve or accept any portion or
section of the work, nor to issue any instructions contrary tot he requirement s of the
C5-5 (3)
Contract Documents. The City Inspector will in no case act as superintendent or foreman
or . perform any other duties for the Contractor, or interfere with the management or
operation of the work. He will not accept from the Contractor any compensation in any
form for performing any duties. The Contractor shall regard and obey the directions and
instructions of the City Inspector or Engineer when the same are consistent with the
obligations of the Contract Documents of the Contract Documents, provided, however, ,
should the Contractor object to any orders or instructions or the City Inspector, the
Contractor may within six days make written appeal to the Engineer for his decision on
the matter in Controversy .
C5-5 .9 INSPECTION: The Contractor shall furnish the Engineer with every
reasonable facility for ascertaining whether or not the work as performed is in accordance
with the requirements of the Contract Documents. If the Engineer so requests, the
Contractor shall, at any time before acceptance of the work, remove or uncover such
portion of the finished work as may be directed. After examination , the Contractor shall
restore said portions of the work to the standard required by the Contract Documents.
Should the work exposed or examined prove acceptable , the uncovering or removing and
replacing of the covering or making good of the parts removed shall be paid for as extra
work, but should Work so exposed or examined prove to be unacceptable, the uncovering
or removing and replacing of all adjacent defective or damaged parts shall be at the
Contractor's expense .. No work shall be done or materials used without suitable
supervision or inspection.
C5-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:All work,
materials, or equipment which has been rejected shall be remedied or removed and
replaced in an acceptable manner by the Contractor at this expense. Work done beyond
the lines and grades given or as shown on the plans, except as herein specially provided,
or any Extra Work done without written authority, will be considered as unauthorized and
done at the expense of the Contractor and will not be paid for by the Owner. Work so
done may be ordered removed at the Contractor's expense . Upon the failure on the part of
the Contractor to comply with any order of the Engineer made under the provisions of
this paragraph, the Engineer will have the authority to cause defective work to be
remedied or removed and replaced and unauthorized work to be removed, 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 .11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications,
law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is
equal to any material or equipment specified, and if Contractor wishes to furnish or use a
proposed substitute, he shall, prior to the preconstruction conference, make written
application to ENGINEER for approval of such substitute certifying in writing that the
proposed substitute will perform adequately the function called for by the general design,
be similar and of equal substance to that specified and be suited to the same use and
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.
C5-5.12 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.
C5-5.13 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.
C5-5.14 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)
f
all utilities , etc ., is unknown to the Owner, and the Owner assumes no responsibility for
failure to show any or all such structures and utilities on the plans or to show them in
their exact location. It is mutually agreed that such failure will not be considered
sufficient basis for claims for additional compensation for Extra Work or for increasing
the pay quantities in any manner whatsoever, unless an obstruction encountered is such as
to necessitate changes in the lines and grades of considerable magnitude or requires the
building of special works, provision of which is not made in these Contract Documents,
in which case the provision in these Contract Documents for Extra Work shall apply.
It shall be the Contractor's responsibility to verify locations of the adjacent and/or
conflicting utilities sufficiently in advance of construction in order that he may negotiate
such local adjustments as necessary in the construction process to provide adequate
clearances. The Contractor shall take all necessary precautions in order to protect all
existing utilities, structures, and service lines. Verification of existing utilities, structures ,
and service lines shall include notification of all utility companies at least forty-eight ( 48)
hours in advance of construction including exploratory excavation if necessary. All
verification of utilities and their adjustment shall be considered subsidiary work.
CS-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:
CS-5 (6)
"NOTICE"
Due to Utility Improvement in your neighborhood, your
(water) (sewer) service will be interrupted on ____ _
between the hours of and ___ _
This inconvenience will be as short as possible.
Thank You,
Contractor
Address Phone
b. Emergency: In the event that an unforeseen service interruption occurs,
notice shall be as above, but immediate.
CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or
neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall
suffer loss or damage of the work, the Contractor agrees to settle with such other
Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub-
contractor shall assert any claim against the owner on account of damage alleged to have
been sustained, the owner will notify the Contractor, who shall indemnify and save
harmless the owner against any such claim.
CS-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on
the job site during the prosecution of the work under these Contract Documents shall be
accomplished in keeping with a daily routine established to the satisfaction of the
Engineer. Twenty-four (24) hours after written notice is given the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the
Contractor fails to correct the 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)
C5-5 .18 FINAL INSPECTION: Whenever the work provided for in and
contemplated under the Contract Documents has been satisfactorily completed and final
clean-up performed, the Engineer will notify the proper officials of the Owner and request
that a Final Inspection be made. Such inspection will be made within 10 days after such
notification. After such final inspection, if the work and materials and equipment are
found satisfactory, the Contractor will be notified in writing of the acceptance of the same
after the proper resolution has been passed by the City Council. No time charge will be
made against the Contractor between said date of notification of the Engineer and the date
of final inspection of the work.
C5-5 (8)
PART C -GENERAL CONDITIONS
C6-6 LEGAL RELATIONS AND PUBLIC
RESPONSIBILITY
SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6. l LAWS TO BE OBSERVED:The Contractor shall at all times observe and
comply with all Federal and State Laws and City ordinances and regulations which in any
way affect the conduct of the work or his operations, and shall observe and comply with
all orders, laws, ordinances and regulations which exist or which may be enacted later by
bodies having jurisdiction or authority for such enactment. No plea or misunderstanding
or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify
and save harmless the City and all of its officers, agents, and employees against any and
all claims or liability arising from or based on the violation of any such law, ordinance,
regulation, or order, whether it be by himself or his employees.
C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and
licenses, pay all charges, costs and fees, and give all notices necessary and incident to the
due and lawful prosecution of the work.
C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES : If the Contractor
is required or desires to use any design, device, material, or process covered by letter,
patent, or copyright, he shall provide for such use by suitable legal agreement with the
patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and
understood that without exception the contract price shall include all royalties or cost
arising from patents, trademarks, and copyrights in any way involved in the work. The
Contractor and his sureties shall indemnify and save harmless the Owner from any and all
claims for infringement by reason of the use of any such trade-mark or copyright in
connection with the work agreed to be performed under these Contract Documents, and
shall indemnify the Owner for any cost, expense, or damage which it may be obliged to
pay by reason of such infringement at any time during the prosecution of the work or after
completion of the work, provided, however, that the Owner will assume the responsibility
to defend any and all suits brought for the infringement of any patent claimed to be
infringed upon the design, type of construction or material or equipment specified in the
Contract Documents furnished the Contractor by the Owner, and to hold the Contractor
harmless on account of such suits.
C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce
among his employees such regulations in regard to cleanliness and disposal of garbage
and waste as will tend to prevent the inception and spread of infectious or contagious
diseases and to effectively prevent the creation of a nuisance about the work on any
property either public or private, and such regulations as are required by Law shall be put
into immediate force and effect by the Contractor. The necessary sanitary conveniences
for use of laborers on the work, properly secluded from public observation, shall be
constructed and maintained by the Contractor and their use shall be strictly enforced by
C6-6(1)
the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from
objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the
State of Texas and the City shall be strictly complied with.
C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment
stored about the work shall be placed and used, and the work shall at all times be so
conducted, as to cause no greater obstruction or inconvenience to the public than is
considered to be absolutely necessary by the Engineer. The Contractor is required to
maintain at all times all phases of his work in such a manner as not to impair the safety or
convenience of the public, including, but not limited to, safe and convenient ingress and
egress to the property contiguous tot he work area. The Contractor shall make adequate
provisions to render reasonable ingress and egress for normal vehicular traffic, except
during actual trenching or pipe installation operations, at all driveway crossings . Such
provisions may include bridging, placement or crushed stone or gravel or such other
means of providing proper ingress and egress for the property served by the driveway as
the Engineer may approve as appropriate. Such other means may include the diversion of
driveway traffic, with specific approval by the Engineer, If diversion of traffic is
approved by the Engineer at any location, the Contractor may make arrangements
satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide
all materials and perform all work necessary for the construction and maintenance of
roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed
except by special permission of the Engineer.
The materials excavated and the construction materials such as pipe used in construction
of the work shall be placed so as not to endanger the work or prevent free access to all
fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in
the vicinity. The Owner reserves the right to remedy any neglect on the part of the
Contractor as regards to public convenience and safety which may come to its attention ,
after twenty-four hours notice in writing to the Contractor, save in cases of emergency
when it shall have the right to remedy any neglect without notice, and in either case, the
cost of such work or materials furnished by the Owner or by the City shall be deducted
from the monies due or to become due to the Contractor.
The Contractor, after approval of the Engineer, shall notify the Fire Department
Headquarters, Traffic Engineer, and Police Department, when any street or alley is
requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and
when so directed by the Engineer, shall keep any street, streets, or highways in condition
for unobstructed use by fire apparatus . The Contractor shall promptly notify the Fire
Department Headquarters when all such obstructed streets, alleys, or hydrants are placed
back in service.
Where the Contractor is required to construct temporary bridges or make other
arrangements for crossing over ditches or streams, his responsibility for accidents in
connection with such crossings shall include the roadway approaches as well as the
structures of such crossings .
C6-6(2)
The Contractor shall at all times conduct his operation and use of construction machinery
so as not to damage or destroy trees and scrubs located in close proximity to or on the site
of the work. Wherever any such damage may be done, the Contractor shall immediately
satisfy all claims of property owners, and no payment will be made by the Owner in
settlement of such claims. The Contractor shall file with the Engineer a written statement
showing all such claims adjusted.
C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND
RIGHT-OF-WAY: For the performance of the contract, the Contractor will be
permitted to use and occupy such portions of the public streets and alleys, or other public
places or other rights-of-way as provided for in the ordinances of the City, as shown in
the Contract Documents, or as may be specifically authorized in writing by the Engineer.
A reasonable amount of tools, materials, and equipment for construction purposes may be
stored in such space, but no more than is necessary to avoid delay in the construction
operations. Excavated and waste materials shall be piled or staked in such a way as not to
interfere with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property. If the street is occupied by
railroad tracks, the work shall be carried on in such manner as not to interfere with the
operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may,
for all purposes required by the contract, enter upon the work and premises used by the
Contractor and shall be provided all reasonable facilities and assistance for the
completion of adjoining work. Any additional grounds desired by the Contractor for his
use shall be provided by him at his own cost and expense.
C6-6 .7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way
of any railroad, the City will secure the necessary easement for the work. Where the
railroad tracks are to be crossed, the Contractor shall observe all the regulations and
instructions of the railroad company as to the methods of performing the work and take
all precautions for the safety of property and the public. Negotiations with the railway
companies for the permits shall be done by and through the City. The Contractor shall
give the City Notice not less than five days prior to the time of his intentions to begin
work on that portion of the project which is related to the railway properties. The
Contractor will not be given extra compensation for such railway crossings unless
specifically set forth in the Contract Documents.
C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is
carried on in or adjacent to any street, alley, or public place, the Contractor shall at his
own expense furnish, erect, and maintain such barricades, fences, lights, and danger
signals, shall provide such watchman, and shall take all such other precautionary
measures for the protection of persons or property and of the work as are necessary.
Barricades and fences shall be painted in a color that will be visible at night. From sunset
to sunrise the Contractor shall furnish and maintain at least one easily visible burning
light at each barricade. A sufficient number of barricades shall be erected and maintained
to keep pedestrians away from, and vehicles from being driven on or into, any work under
C6-6(3)
.-
construction or being maintained . The Contractor shall furnish watchmen and keep them
at their respective assignments in sufficient numbers to protect the work and preven·t
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
circumstances, and without notice when a nuisance or hazardous condition results,
proceed to repair, rebuild, or otherwise restore such property as may be determined by the
Owner to be necessary, and the cost thereby will be deducted from any monies due to or
to become due to the Contractor under this contract.
C6.6.11 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 invitees. The doctrine of respondeat
superior shall not apply as between Owner and Contractor, its officers, agents, employees,
contractors and subcontractors, and nothing herein shall be construed as creating a
partnership or joint enterprise between Owner and Contractor.
C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor
covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its
officers, agents, servants, and employees from and against any and all claims or suits for
property damage or loss and/or personal injury, including death, to any and all persons, of
whatsoever kind or character, whether real or asserted, arising out of or in connection
with, directly or indirectly, the work and services to be performed hereunder by the
Contractor, its officers, agents, employees, contractors, subcontractors, licensees or
invitees,. whether or not caused, in whole or in apart, by alleged negligence on the part of
officers, agents, employees, contractors, subcontractors, licensees or invitees of the
C6-6(6)
Owner; and said Contractor does hereby covenant and agree to assume all liability and
responsibility of Owner, its officers, agents, servants, and employees for property damage
or loss, and/or personal injuries, including death, to any and all person of whatsoever kind
or character, whether real or asserted, arising out of or in connection with , directly or
indirectly, the work and services to be performed hereunder by the Contractor, its
officers, agents, employees , contractors, subcontractors , licensees or invitees, whether or
not caused, in whole or in apart, by alleged negligence of officers, agents, employees,
contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise
covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and
against any and all injuries , loss or damages to property of the Owner during the
performance of any of the terms and conditions of this Contract, whether arising out of or
in connection with or resulting from, in whole or in apart, any and all alleged acts of
omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees
of the Owner.
In the event a written claim for damages against the contractor or its subcontractors
remains unsettled at the time all work on the project has been completed to the
satisfaction of the Director of the Water Department, as evidenced by a final inspection,
final payment to the Contractor shall not be recommended to the Director of the Water
Department for a period of 30 days after the date of such final inspection, unless the
Contractor shall submit written evidence satisfactory to the Director that the claim has
been settled and a release has been obtained from the claimant involved.
If the claims concerned remains unsettled as of the expiration of the above 30-day period,
the Contractor may be deemed to be entitled to a semi-final payment for work completed,
such semi-final payment to be in the amount equal to the total dollar amount then due less
the dollar value of any written claims pending against the Contractor arising out of
performance of such work, and such semi-final payment may then be recommended by
the Director.
The Director shall not recommend final payment to a Contractor against whom such a
claim for damages is outstanding for a period of six months following the date of the
acceptance of the work performed unless the Contractor submits evidence in writing
satisfactory tot he Director that:
1. The claim has been settled and a release has been obtained from the
claimant involved, or
2. Good faith efforts have been made to settle such outstanding claims, and
such good faith efforts have failed.
If condition (1) above is met at any time within the six month period, the Director shall
recommend that the final payment to the Contractor be made. If condition (2) above is
met at any time within the six month period, the Director may recommend that final
payment to the Contractor be made. At the expiration of the six month period, the
C6-6(7)
Director may recommend that final payment be made if all other work has been
performed and all other obligations of the Contractor have been met to the satisfaction of
the Director.
The Director may, if he deems it appropriate, refuse to accept bids on other Water
Department Contract work from a Contractor against whom a claim for damages is
outstanding as a result of work performed under a City Contract.
C6-6 .13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim
compensation foe any alleged damage by reason of the acts or omissions of the Owner, he
shall within three days after the actual sustaining of such alleged damage, make a written
statement to the Engineer, setting out in detail the nature of the alleged damage, and on or
before the 25 1h day of the month succeeding that in which ant such damage is claimed to
have been sustained, the Contractor shall file with the Engineer an itemized statement of
the details and the amount of such alleged damage and, upon request, shall give the
Engineer access to all books of account, receipts, vouchers, bills of lading, and other
books or papers containing any evidence as to the amount of such alleged damage. Unless
such statements shall be filed as hereinabove required, the Contractor's claim for
compensation shall be waived, and he shall not be entitled to payment on account of such
damages.
C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case
it is necessary to change, move, or alter in any manner the property of a public utility or
others , the said property shall not be moved or interfered with until orders thereupon have
been issued by the Engineer. The right is reserved to the owners of public utilities to enter
the geographical limits of the Contract for the purpose of making such changes or repairs
to the property that may be necessary by the performance of this Contract.
C6 -6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing
sewer lines have to be taken up or removed, the Contractor shall, at his own expense and
cost, provide and maintain temporary outlets and connections for all private or public
drains and sewers. The Contractor shall also take care of all sewage and drainage which
will be received from these drains and sewers, and for this purpose he shall provide and
maintain, at his own cost and expense, adequate pumping facilities and temporary outlets
or divisions .
The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other
structures necessary, and be prepared at all times to dispose of drainage and sewage
received from these temporary connections until such times as the permanent connections
are built and are in service. The existing sewers and connections shall be kept in service
and maintained under the Contract, except when specified or ordered to be abandoned by
the Engineer. All water, sewage , and other waste shall be disposed of in a satisfactory
manner so that no nuisance is created and so that the work under construction will be
adequately protected .
C6-6(8)
C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE
CITY: When the Contractor desires to use City water in connection with any construction
work, he shall make complete and satisfactory arrangements with the Fort Worth City
Water Department for so doing .
City water furnished to the Contractor shall be delivered to the Contractor from a
connection on an existing City main . All piping required beyond the point of delivery
shall be installed by the Contractor at his own expense .
The Contractor's responsibility in the use of all existing fire hydrant and/or valves is
detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General
Contract Documents .
. When meters are used to measure the water, the charges, if any, for water will be made at
the regular established rates. When meters are not used, the charges, if any, will be as
prescribed by the City ordinance, or where no ordinances applies, payment shall be made
on estimates and rates established by the Director of the Fort Worth Water Department.
C 6-6 .17 USE OF A SECTION OR PORTION 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 RESPONSIBil.,ITY FOR THE WORK: Until written
acceptance by the Owner as provided for in these Contract Documents, the work shall be
under the charge and care of the Contractor, and he shall take every necessary precaution
to prevent injury or damage to the work or any part thereof by action of the elements or
from any cause whatsoever, whether arising from the execution or nonexecution of the
work. The Contractor shall rebuild, repair, restore, and make good at his own expense all
injuries or damage to any portion of the work occasioned by any of the hereinabove
causes.
C6-6.19 NO W AIYER OF LEGAL RIGHTS: Inspection by the Engineer or any
order by the Owner by payment of money or any payment for or acceptance of any work,
or any extension of time, or any possession taken by the City shall not operate as a waiver
of any provision of the Contract Documents. Any waiver of any breach or Contract shall
not be held to be a waiver of any other or subsequent breach.
The Owner reserves the right to correct any error that may be discovered in any estimate
that may have been paid and to adjust the same to meet the requirements of the Contract
Documents.
C6-6(9)
C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the
provisions of these Contract Documents or in exercising any power of authority granted
thereunder, there shall be no liability upon the authorized representative of the Owner,
either personally or other wise as they are agents and representatives of the City.
C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth,
and organization which qualifies for exemption pursuant the provisions of Article 20.04
(H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase,
rent or lease all materials, supplies and equipment used or consumed in the performance
of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said
exemption certificate to comply with State Comptroller's Ruling .007. Any such
exemption certificate issued to the Contractor in lieu of the tax shall be subject to and
shall comply with the provision of State Comptroller's Ruling .011, and any other
applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and
Use Tax Act.
On a contract awarded by a developer for the construction of a publicly-owner
improvement in a street right-of-way or other easement which has been dedicated to the
public and the City of Fort Worth, an organization which qualifies for exemption
pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use
Tax Act, the Contractor can probably be exempted in the same manner stated above.
Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained
from:
Comptroller of Public Accounts
Sales Tax Division
Capitol Station
Austin, TX
C6-6(10)
PART C -GENERAL CONDITIONS
C7-7 PROSECUTION 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 resolution of
the City Council and concurred in by the Sureties.
If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or
otherwise dispose of the contract or his right, title, or interest therein or any part thereof,
to any person or persons, partnership, company, firm, or corporation, or does by
bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any
states, attempt to dispose of the contract may, at the option of the Owner be revoked and
annulled, unless the Sureties shall successfully complete said contract, and in the event of
any such revocation or annulment, any monies due or to become due ,under or by virtue of
said contract shall be retained by the Owner as liquidated damages for the reason that it
would be impracticable and extremely difficult to fix the actual damages.
C7-7 .3 PROSECUTION OF THE WORK: Prior to beginning any construction
operations, the Contractor shall submit to the Engineer in five or more copies, if
requested by the Engineer, a progress schedule preferably in chart or diagram form, or a
brief outlining in detail and step by step the manner of prosecuting the work and ordering
materials and equipment which he expects to follow in order to complete the project in
the scheduled time. There shall be submitted a table of estimated amounts to be earned by
the Contractor during each monthly estimate period.
The Contractor shall commence the work to be performed under this contract within the
time limit stated in these Contract Documents and shall conduct the work in a continuous
manner and with sufficient equipment, materials, and labor as is necessary to insure its
completion within the time limit.
C7-7(1)
The sequence requested of all construction operations shall be at all times as specified in
the Special Contract Documents. Any Deviation from such sequencing shall be submitted
to the Engineer for his approval. Contractor shall not proceed with any deviation until he
has received written approval from the Engineer. Such specification or approval by the
Engineer shall not relieve the Contractor from full responsibility of the complete
performance of the Contract.
The contract time may be changed only as set forth in Section C7-7 .8 EXTENSION OF
TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute
a change in the contract time.
C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all
times be conducted by the Contractor so as to create a minimum amount of inconvenience
to the public. At any time when, in the judgment of the Engineer, the Contractor has
obstructed or closed or is carrying on operations in a portion of a street or public way
greater than is necessary for proper execution of the work, the Engineer may require the
Contractor to finish the section on which operations are in progress before the work is
commenced on any additional section or street.
C7-7 .5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be
used by the Contractor when it is available. The Contractor may bring from outside the
City of Fort Worth his key men and his superintendent. All other workmen, including
equipment operators, may be imported only after the local supply is exhausted. The
Contractor shall employ only such superintendents, foremen, and workmen who are
careful, competent, and fully qualified to perform the duties and tasks assigned to them,
and the Engineer may demand and secure the summary dismissal of any person or persons
employed by the Contractor in or about or on the work who, in the opinion of the Owner,
shall misconduct himself or to be found to be incompetent, disrespectful, intemperate,
dishonest, or otherwise objectionable or neglectful in the proper performance of his or
their duties, or who neglect or refuses to comply with or carry out the direction of the
owner, and such person or persons shall not be employed again thereon without written
consent of the Engineer.
All workmen shall have sufficient skill, ability, and experience to properly perform the
work assigned to them and operate any equipment necessary to properly carry out the
performance of the assigned duties.
The Contractor shall furnish and maintain on the work all such equipment as is
considered to be necessary for the 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 fust 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 TTh1E 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 Doculllents.
The number of days indicated shall be a realistic estimate of the time required to complete
the work covered by the specific contract being bid upon. The amount of time so stated
by the successful bidder or the City will become the time of completion specified in the
Contract Documents.
For each calendar day that any work shall remain uncompleted after the time specified in
the Contract Documents, or increased time granted by the Owner, or as automatically
increased by additional work or materials ordered after the contract is signed, the sum per
day given in the following schedule, unless otherwise specified in other parts of the
Contract Documents, will be deducted from the monies due the Contractor, not as a
penalty, but as liquidated damages suffered by the Owner.
C7-7(4)
AMOUNT OF CONTRACT AMOUNT OF
LIQUIDATED
DAMAGES
PER DAY
Less than $ 5,000 inclusive $ 35 .00
$ 5,001 to $ 15,000 inclusive $ 45.00
$ 15,001 to $ 25,000 inclusive $ 63.00
$ 25 ,001 to $ 50,000 inclusive $ 105.00
$ 50,001 to $ 100,000 inclusive $ 154.00
$ 100,001 to $ 500,000 inclusive $ 210.00
$ 500,001 to $1,000,000 inclusive $ 315.00
$1,000,001 to $2,000,000 inclusive $ 420 .00
$2,000,000 and over $ 630.00
The parties hereto understand and agree that any harm to the City caused by the
Contractor's delay in completing the work hereunder in the time specified by the Contract
Documents would be incapable or very difficult to calculate due to lack of accurate
information, and that the "Amount of Liquidated Damages Per Day", as set out above, is
a reasonable forecast of just compensation due the City for harm caused by any delay.
C7-7.11 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 necessary.
Should the Contractor not be able to complete a portion of the project due to causes
beyond the control of and without the fault or negligence of the Contractor as set forth in
Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION, and should it be
C7-7(5)
determined by mutual consent of the Contractor and the Engineer that a solution to allow
construction to proceed is not available within a reasonable period of time, then the
Contractor may be reimbursed for the cost of moving 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.I5 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, exclu sive of items the disposition of
C7 -7(9)
which has been directed or authorized by Engineer , Not later than 15 days
thereafter, the owner shall accept title to such items provided, that the li st
submitted shall be subject to verification by the Engineer upon removal of
the items or, if the items are stored, within 45 days from the date of
submission of the list, and any necessary adjustments to correct the list as
submitted, shall be made prior to final settlement.
C . TERMINATION CLAIM : Within 60 days after the notice of
termination , the Contractor shall submit his termination claim to the
Engineer in the form and with the certification prescribed by the Engineer.
Unless one or more extensions in writing are granted by the Owner upon
request of the Contractor, made in writing within such 60-day period or
authorized extension thereof, any and all such claims shall be conclusively
deemed waived.
D. AMOUNTS: Subject to the 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 rea son 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.
E. FAILURE TO AGREE: In the event of the failure of the Contractor
and the Owner to agree as provided in C7-7 .16(D) upon the whole amount
to be paid to the Contractor by reason of the termination of the work
pursuant to this section , the Owner shall determine, on the basis of
information available to it, the amount, if any, due to the Contractor by
reason of the termination and shall pay to the Contractor the amounts
determined . No amount shall be due for lost or anticipated profits .
F. DEDUCTIONS: In arriving at the amount due the Contractor under
this section there shall be deducted;
1. all unliquidated advance or other payments on account
theretofore made to the Contractor, applicable to the
terminated portion of this contract;
C7-7(I0)
2. any claim which the Owner may have against the
Contractor in connection with this contract; and
3. the agreed price for, or the proceeds of the sale of, any
materials , supplies or other things kept by the Contractor or
sold, pursuant to the provisions of this clause, and not
otherwise recovered by or credited to the Owner.
G. ADJUSTMENT: If the termination hereunder be partial, prior to the
settlement of the terminated portion of this contract, the Contractor may
file with the Engineer a request in writing for an equitable adjustment of
the price or prices specified in the contract relating to the continued
portion of the contract (the portion not terminated by notice of
termination), such equitable adjustment as may be agreed upon shall be
made in such price or prices; noting contained herein, however, shall limit
the right of the owner and the Contractor to agree upon the amount or
amounts to be paid tot he Contractor for the completion of the continued
portion of the contract when said contract does not contain an established
contract price for such continued portion.
H. NO LIMITATION OF RIGHTS: Noting contained in this section shall
limit or alter the rights which the Owner may have for termination of this
contract under C7-7.14 hereof entitled "SUSPENSION OR
ABANDONMENT OF THE WORK AND ANNULMENT OF
CONTRACT" or any other right which the Owner may have for default or
breach of contract by Contractor.
C7-7 .17 SAFETY METHODS AND PRACTICES : The Contractor shall be
responsible for initiating, maintaining and supervising all safety precautions and
programs in connection with the work at all times and shall assume all responsibilities for
their enforcement.
The Contractor shall comply with federal , state, and local laws, ordinances, and
regulations so as to protect person and property from injury, including death , or damage
in connection with the work.
C7 -7(11)
PART C -GENERAL CONDITIONS
C8-8 MEASUREMENT AND PAYMENT
SECTION C8-8 MEASUREMENT AND PAYMENT
C8-8.1 MEASUREMENT OF QUANTITIES : The determination of 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 reservation s,
C8-8(1)
and for completing the work in an acceptable manner according to the terms of the
Contract Documents .
The payment of any current or partial estimate prior to the final acceptance of the work by
the Owner shall in no way 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 RETAINAGE: Between the 1 st and the 5th
day of each month, the Contractor shall submit to the Engineer a statement showing an
estimate of the value of the work done during the previous month, or estimate period
under the Contract Documents. Not later than the 10th day of the month, the Engineer
shall verify such estimate, and if it is found to be acceptable and the value of 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 any estimate or estimates may
be held in abeyance if the performance of the construction operations is not in accordance
with the requirements of the Contract Documents.
C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by
the Contract Documents shall have been completed and all requirements of the Contract
Documents shall have been fulfilled on the part of the Contractor, the Contractor shall
notify the Engineer in writing that the improvements are ready for final inspection. The
Engineer shall notify the appropriate officials of the Owner, will within a reasonable time
make such final inspection , and if the work is satisfactory, in an acceptable condition, and
has been completed in accordance with the terms of the Contract Documents and all
approved modifications thereof, the Engineer will initiate the processing of the final
estimate and recommend final acceptance of the project and final payment thereof as
outlines in paragraph C8-8.8 below.
C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the
Contract Documents and all approved modifications thereof shall have been completed
and all requirements of the Contract Documents have been fulfilled on the part of the
Contractor, a final estimate showing the value of the work will be prepared by the
Engineer as soon as the necessary measurements, computations, and checks can be made .
All prior estimates upon which payment has been made are subject to necessary
corrections or revisions in the final payment.
The amount of the final estimate, less previous payments and any sums that have been
deducted or retained under the provisions of the Contract Documents, will be paid to the
Contractor within 60 days after the final acceptance by the Owner on a proper resolution
of the City Council, provided the Contractor has furnished to the owner satisfactory
evidence of compliance as follows: Prior to submission of the final estimate for payment,
the Contractor shall execute an affidavit as furnished by the City, certifying that;
A. all persons, firms, associations, corporations , or other organizations
furnishing labor and/or materials have been paid in full,
B. that the wage scale established by the City Council in the City of Fort
Worth has been paid, and
C. that there are no claims pending for personal mJury and/or property
damages.
The acceptance by the Contractor of the last or final payment as aforesaid shall operate as
and shall release the owner from all claims or liabilities under the Contract for anything
done or furnished or relating to the work under the Contract Documents or any act or
neglect of said City relating to or connected with the Contract.
C8-8(3)
The making of the final payment by the Owner shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it
has employed competent engineers and designers to prepare the Contract Documents and
all modifications of the approved Contract Documents. It is, therefore, agreed that the
Owner shall be responsible for the adequacy of its own design features, sufficiency of the
Contract Documents, the safety of the structure, and the practicability of the operations of
the completed project, provided the Contractor has complied with the requirements of the
said Contract Documents, all approved modifications thereof, and additions and
alterations thereof approved in writing by the Owner. The burden of proof of such
compliance shall be upon the Contractor to show that he has complied with the Contract
Documents, approved modifications thereof, and all alterations thereof.
C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor
any provision in the Contract Documents nor partial or entire occupancy or use of the
premises by the Owner shall constitute an acceptance of the work not done in accordance
with the Contract Documents or relieve the Contractor of liability in respect to any
express warranties or responsibility for faulty materials or workmanship. The Contractor
shall remedy any defects or damages in the work and pay for any damage to the other
work resulting therefrom which shall appear within a period of one year from the date of
final acceptance of the work unless a longer period is specified and shall furnish a good
and sufficient maintenance bond in the amount of 100 percent of the amount of the
contract which shall assure the performance of the general guaranty as above outlined.
The Owner will give notice of observed defects with reasonable promptness.
C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by
documentary requirements for the project, such as conditions imposed by the Plans, the
General Contract Documents or these Special Contract Documents, in which no specific
item for bid has been provided for in the Proposal, shall be considered as a subsidiary
item of work, the cost of which shall be included in the price bid in the Proposal, for each
bid item. Surface restoration, rock excavation and cleanup are general items of work
which fall in the category of subsidiary work.
C8-8 .12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be
allocated under various bid items in the Proposal to establish unit prices for
miscellaneous placement of material. These materials shall be used only when directed by
the Engineer, depending on field conditions. Payment for miscellaneous placement of
material will be made for only that amount of material used, measured to the nearest one-
tenth unit. Payment for miscellaneous placement of material shall be in accordance with
the General Contract Documents regardless of the actual amount used for the Project.
C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy
of all specifications, plans, addenda, modifications, shop drawings and samples at the
C8-8(4)
site, in good order and annotated to show all changes made during the construction
process. These shall be delivered to the Engineer upon completion of the work .
C8-8(5)
Part Cl
Supplementary Conditions
to Section C
A.
B.
C.
D.
SECTION Cl:
SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS
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.
C8-8 .5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in
its entirety and replaced with the following :
Partial pay estimates shall be submitted by the Contractor or prepared by the City on the
5th day and 20th day of each month that the work is in progress. The estimate shall be
proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid
within 25 days following the end of the estimate period, less the appropriate retainage as
set out below . Partial pay estimates may include acceptable nonperishable materials
delivered to the work place which are to be incorporated into the work as a permanent
part thereof, but which at the time of the pay estimate have not been so installed. If such
materials are included within a pay estimate, payment shall be based upon 85 % of the net
voice value thereof The Contractor will furnish the Engineer such information as may be
reasonably requested to aid in the verification or the preparation of the pay estimate .
For contracts ofless than $400,000 at the time of execution, retainage shall be ten per cent
(10%). For contracts of $400,000 or more at the time of execution, retainage shall be five
percent (5%).
Contractor shall pay subcontractors in accord with the subcontract agreement within five
(5) business days after receipt by Contractor of the payment by City. Contractor's failure
to make the required payments to subcontractors will authorize the City to withhold future
payments from the Contractor until compliance with this paragraph is accomplished .
It is understood that the partial pay estimates will be approximate only, and all partial pay
estimates and payment of same will be subject to correction in the estimate rendered
following the discovery of the mistake in any previous estimate. Partial payment by
Owner for the amount of work done or of its quality or sufficiency or acceptance of the
work done ; shall not release the Contractor of any of its responsibilities under the
Contract Documents.
The City reserves the right to withhold the payment of any partial estimate if the
Contractor fails to perform the work in strict accordance with the specifications or other
provisions of this contract .
Part C -General Conditions : Paragraph C3-3.ll of the General Conditions is deleted and
replaced with D-3 of Part D -Special Conditions.
C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR
INSURANCE AND BONDING"
Revised
10/24/02
Pg. 1
E. C6-6 .12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6
(8), is deleted in its entirety and replaced with the following:
F .
Contractor covenants and agrees to indemnify City's engineer and architect, and their
personnel at the project site for Contractor's sole negligence. In addition, Contractor
covenants and agrees to indemnify, hold harmless and defend, at its own expense , the
Owner, its officers, servants and employees, from and against any and all claims or suits
for property loss, property damage, personal injury, including death, arising out of, or
alleged to arise out of, the work and services to be performed hereunder by Contractor, its
officers, agents, employees, subcontractors, licensees or invitees, whether or not any such
iniury. damage or death is caused, in whole or in part, by the negligence or alleged
negligence of Owner, its officers, servants, or employees. Contractor likewise covenants
and agrees to indemnify and hold harmless the Owner from and against any and all injuries
to Owner's officers, servants and employees and any damage, loss or destruction to
property of the Owner arising from the performance of any of the terms and conditions of
this Contract, whether or not any such iniury or damage is caused in whole or in part
by the negligence or alleged negligence of Owner, its officers, servants or employees.
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor
either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a
release from the claimant involved, or (b) provides Owner with a letter from Contractor's
liability insurance carrier that the claim has been referred to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for damages is outstanding as
a result of work performed under a City Contract.
INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section
C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR
DECREASED QUANTITIES to read as follows:
The Owner reserves the right to alter the quantities of the work to be performed or to
extend or shorten the improvements at any time when and as found to be necessary, and
the Contractor shall perform the work as altered, increased or decreased at the unit prices
as established in the contract documents. No allowance will be made for any changes in
lost or anticipated profits nor shall such changes be considered as waiving or invalidating
any conditions or provisions of the Contract Documents .
Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted
herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not
to the various depth categories.
G . 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
AM. Best rating of A: VII or equivalent measure of financial strength and solvency.
f Deductible limits, or self-funded retention limits, on each policy must not exceed
$10,000.00 per occurrence unless otherwise approved by the City.
g. Other than worker 's compensation insurance, in lieu of traditional insurance, City may
consider alternative coverage or risk treatment measures through insurance pools or risk
retention groups. The City must approve in writing any alternative coverage.
h. Workers' compensation insurance policy(s) covering employees employed on the
project shall be endorsed with a waiver of subrogation providing rights of recovery in
favor of the City.
i. City shall not be responsible for the direct payment of insurance premium costs for
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
H.
I.
m. Upon the request of City, Contractor shall provide complete copies of all insurance
policies required by these contract documents.
C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is
deleted in its entirety and replaced with the following :
The Contractor shall receive and accept the compensation as herein provided, in full
payment for furnishing all labor, tools, materials, and incidentals for performing all work
contemplated and embraced under these Contract Documents, for all loss and damage
arising out of the nature of the work or from the action of the elements, for any
unforeseen defects or obstructions which may arise or be encountered during the
prosecution which may arise or be encountered during the prosecution of the work at any
time before its final acceptance by the Owner, (except as provided in paragraph C5-5.I4)
for all risks of whatever description connected with the prosecution of the work, for all
expenses incurred by or in consequence of the suspension or discontinuance of such
prosecution of the working operations as herein specified, or any and all infringements of
patents, trademarks, copyrights, or other legal reservations, and for completing the work
in an acceptable manner according to the terms of the Contract Documents.
The payment of any current or partial estimate prior to the final acceptance of the work by
the Owner shall in no way constitute an acknowledgment of the acceptance of the work,
materials, or equipment, nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew, or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the construction of the work under contract
and its appurtenances, or any damage due or attributed to such defects, which defects ,
imperfections , or damage shall have been discovered on or before the final inspection and
acceptance of the work or during the two (2) year guaranty period after the final
acceptance . The Owner shall be the sole judge of such defects, imperfections, or damage,
and the Contractor shall be liable to the Owner for failure to correct the same as provided
herein .
C8 -8.10 GENERAL GUARANTY : Delete C8-8.10 , General Guaranty at page C8-8( 4) is deleted
in its entirety and replaced with the following :
Neither the final certificate of payment nor 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 defect s or damages in the work and pay for any damage to other work or property
resulting therefrom which shall appear within a period of two (2) years from the date of final
acceptance of th e 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 sha ll as sure
the performance of the general guaranty as above outlined. The Owner will give notice of observed
defects with reasonable promptness .
Revised
10 /24/02
Pg.4
-
-
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 sha ll
have access during normal working hours to all subcontractor facilities, and shall be
provided adequate and appropriate work space, in order to conduct audits in compliance
with the provisions of this article. City shall give subcontractor reasonable advance notice
of intended audits.
( c) Contractor and subcontractor agree to photocopy such documents as may be
requested by the City. The City agree s 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-way or easements of obstruction which must be
removed to make possible proper prosecution of the work as a part of this project
construction operations. The contractor's attention is directed to paragraph C6-6 .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 replaced with
the following:
(a) The contractor shall comply with all requirements of Chapter 2258, Texas Government
Code, including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 ,
Texas Government Code. Such prevailing wage rates are included in these contract
documents.
(b) The contractor shall, for a period of three (3) years following the date of acceptance of
the work, maintain records that show (i) the name and occupation of each worker
employed by the contractor in the construction of the work provided for in this contract;
and (ii) the actual per diem wages paid to each worker. These records shall be open at all
reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to
Audit (Rev. 9/30/02) pertain to this inspection.
( c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) and (b) above.
( d) With each partial payment estimate or payroll period, whichever is less, an affidavit
stating that the contractor has complied with the requirements of Chapter 2258, Texas
Government Code .
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the
project at all times.
Revised
10/24/02
Pg .8
PART D -SPECIAL CONDITIONS
D-1 GENERAL ............................................................................................................................ 3
D-2 COORDINATION MEETING ................................................................................................ 5
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ...................... 5
D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ...................................... 7
D-5 CROSSING OF EXISTING UTILITIES ................................................................................ 7
D-6 EXISTING UTILITIES AND IMPROVEMENTS .................................................................... 8
D-7 CONSTRUCTION TRAFFIC OVER PIPELINES .................................................................. 8
D-8 TRAFFIC CONTROL ........................................................................................................... 9
D-9 DETOURS ......................................................................................................................... 10
D-10 EXAMINATION OF SITE ............................................................................................... 10
D-11 ZONING COMPLIANCE ................ : ............................................................................... 10
D-12 WATER FOR CONSTRUCTION .................................................................................... 10
D-13 WASTE MA TE RIAL ....................................................................................................... 10
D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ........................................................ 10
D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES .............................. 11
D-16 BID QUANTITIES .......................................................................................................... 11
D-17 CUTIING OF CONCRETE ............................................................................................ 11
D-18 PROJECT DESIGNATION SIGN ................................................................................... 11
D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ........................................ 12
D-20 MISCELLANEOUS PLACEMENT OF MATERIAL. ......................................................... 12
D-21 CRUSHED LIMESTONE BACKFILL .............................................................................. 12
D-22 2:27 CONCRETE ........................................................................................................... 13
D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ........................................... 13
D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .............. 14
D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .................. 15
D-26 SANITARY SEWER MANHOLES .................................................................................. 16
D-27 SANITARY SEWER SERVICES .................................................................................... 19
D-28 REMOVAL, SALVAGE , AND ABANDONMENT OF EXISTING FACILITIES .................. 20
D-29 DETECTABLE WARNING TAPES ................................................................................. 23
D-30 PIPE CLEANING ........................................................................................................... 23
D-31 DISPOSAL OF SPOIUFILL MATERIAL ......................................................................... 23
D-32 MECHANICS AND MATERIALMEN'S LIEN ................................................................... 23
D-33 SUBSTITUTIONS .......................................................................................................... 23
D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .............. 24
D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................ 27
D-36 BYPASS PUMPING ....................................................................................................... 28
D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 28
D-38 SAMPLES AND QUALITY CONTROL TESTING ........................................................... 30
D-39 TEMPORARY EROSION , SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................. 31
D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .......................... 32
D-41 PROTECTION OF TREES, PLANTS AND SOIL ........................................................... 32
D-42 SITE RESTORATION .................................................................................................... 32
D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................ 33
D-44 TOPSOIL , SODDING , SEEDING & HYDROMULCHING ............................................... 33
D-45 CONFINED SPACE ENTRY PROGRAM ....................................................................... 38
D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION .............................. 39
D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ........................ 39
D-48 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................... .40
D-49 CLAY DAM ..................................................................................................................... 40
02/09 /2010 SC-1
PART D -SPECIAL CONDITIONS
D-50 EXPLORATORY EXCAVATION (D-HOLE) .................................................................. .40
D-51 INSTALLATION OF WATER FACILITIES ...................................................................... 40
51.1 Polyvinyl Chloride (PVC) Water Pipe ........................................................................... 40
51.2 Blocking ....................................................................................................................... 41
51 .3 Type of Casing Pipe ..................................................................................................... 41
51.4 Tie-lns .......................................................................................................................... 41
51 .5 Connection of Existing Mains ....................................................................................... 41
51.6 Valve Cut-Ins ............................................................................................................... 42
51 .7 Water Services ............................................................................................................ 42
51.8 2-lnch Temporary Service Line ................................................................................... .44
51 .9 Purging and Sterilization of Water Lines ..................................................................... .45
51 .10 Work Near Pressure Plane Boundaries ....................................................................... 45
51.11 Water Sample Station .................................................................................................. 46
51.12 Ductile Iron and Gray Iron Fittings ............................................................................... .46
D-52 SPRINKLING FOR DUST CONTROL ............................................................................ 47
D-53 DEWATERING .............................................................................................................. 47
D-54 TRENCH EXCAVATION ON DEEP TRENCHES .......................................................... .47
D-55 TREE PRUNING ............................................................................................................ 47
D-56 TREE REMOVAL ........................................................................................................... 48
D-57 TEST HOLES ................................................................................................................ 48
D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND
NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING
CONSTRUCTION ......................................................................................................................... 49
D-59 TRAFFIC BUTTONS ...................................................................................................... 49
D-60 SANITARY SEWER SERVICE CLEANOUTS ................................................................ 50
D-61 TEMPORARY PAVEMENT REPAIR .............................................................................. 50
D-62 CONSTRUCTION STAKES ........................................................................................... 50
D-63 EASEMENTS AND PERMITS ........................................................................................ 50
D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING .................................................. 51
D-65 WAGERATES .............................................................................................................. 51
D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ...................................... 53
D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE) ............................................................................................................................. 53
D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS ...................................................................................................... 55
D-69 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 PERMITS AND RE-INSPECTIONS ............................................ 57
02/09/2010 SC-2
PART D -SPECIAL CONDITIONS
This Part D -Special Conditions is complimentary to Part C - General Conditions and Part C1 -
Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is
additive to any provision in Part C -General Conditions and part C1 -Supplementary Conditions
to . Part C of the Contract are to be read together. Any conflict between Part C -General
Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall
control.
FOR: WATER AND SEWER RELOCATIONS FOR SH121T (SOUTHWEST PARKWAYS)
PART 20 -M-272D RELOCATION
FORT WORTH , TEXAS
DOE 6564
CITY PROJECT NO. 00203
0-1 GENERAL
The order or precedence in case of conflicts or discrepancies between various parts of the
Contract Documents subject to the ruling of the Engineer shall generally , but not necessarily ,
follow the guidelines listed below :
1. Plans
2. Contract Documents
3. Special Conditions
The following Special Conditions shall be applicable to this project under the provisions stated
above . The Contractor shall be responsible for defects in this project due to faulty materials and
workmanship , or both, for a period of two (2) years from date of final acceptance of this project by
the City of Fort Worth and w ill 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 materia l called for by one and not
shown or mentioned in the other shall be accomplished or furnished in a fa ithful manner as though
required by all.
Any Contractor performing any work on Fort Worth water or san itary sewer facilities must be pre-
qualified with the Water Department to perform such work in accordance with procedures
described in the current Fort Worth Water Department General Specifications , which general
specifications shall govern performance of all such work .
This contract and project , where applicable , may also be governed by the two following published
specifications , except as modified by these Special Provisions:
1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -
CITY OF FORT WORTH
02/09/2010 SC-3
PART D -SPECIAL CONDITIONS
2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH
CENTRAL TEXAS
Any conflict between these contract documents and the above 2 publications shall be resolved in
favor of t hese contract documents.
A copy of either of these specificat ions may be purchased at the office of the Transportation and
Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth ,
Texas 76102 . The specifications applicable to each pay item are indicated by the call-out for the
pay item by the designer. If not shown , then applicable published specifications in either of these
documents may be followed at the discretion of the Contractor. General Provisions shall be those
of the Fort Worth document rather than Division 1 of the North Central Texas document.
Bidders shall not separate, detach or remove any portion, segment or sheets from the
contract document at any time. Failure to bid or fully execute contract without retaining
contract documents intact may be grounds for designating bids as "non-responsive" and
rejecting bids or voiding contract as appropriate as determined by the City Engineer.
INTERPRETATION AND PREPARATION OF PROPOSAL:
A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered ,
accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the
official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole
responsibility to del iver the proposal at the proper time to the proper place . The mere fact that
a proposal was dispatched will not be considered. The Bidders must have the proposal
actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word
"PROPOSAL", and the name or description of the project as designated in the "Notice to
Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth
Purchasing Division , PO Box 17027, Fort Worth , Texas 76102 .
B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot
be w ithdrawn prior to the time set for opening proposals . A request for non-consideration of a
proposal must be made in writing, addressed to the City Manager, and filed with him prior to
the time set for the opening of proposals . After all proposals not requested for non-
consideration are opened and publicly read aloud, the proposals for which non-consideration
requests have been properly filed may , at the option of the Owner, be returned unopened.
C. TELEGRAPHIC MODIFICATION OF PROPOSALS : Any bidder may modify his proposal by
telegraphic communication at any time prior to the time set for opening proposals, provided
such telegraphic communication is received by the Purchasing Manager prior to the said
proposal opening time , and provided further, that the City Manager is satisfied that a written
and duly authenticated confirmation of such telegraphic communication over the signature of
the bidder was mailed prior to the proposal opening time. If such confirmation is not received
within forty-eight (48) hours after the proposal opening time, no furthe r consideration will be
given to the proposal.
02/09/2010 SC-4
PART D -SPECIAL CONDITIONS
0-2 COORDINATION MEETING
For coordination purposes, weekly meetings at the job site may be required to maintain the project
on the desired schedule . The contractor shall be present at all meetings .
0-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
A. Definitions :
1. Certification of coverage ("certificate"). A copy of a certificate of insurance , a certificate of
authority to self-insure issued by the commiss ion , or a coverage agreement (TWCC-81,
TWCC-82, TWCC-83 , or TWCC-84), showing statutory workers' compensation insurance
coverage for the person's or entity's employees providing services on a project , for the
duration of the project.
2 . Duration of the project -includes the time from the beginning of the work on the project
until the contractor's/person's work on the project has been completed and accepted by the
governmental entity.
3. Persons providing services on the project ("subcontractor" in §406.096)-includes all
persons or entities performing all or part of the services the contractor has undertaken to
perform on the project , regardless of whether that person contracted directly with the
contractor and regardless of whether that person has employees . This includes, without
limitation , independent contractors, subcontractors, leasing companies , motor carriers,
owner operators , employees of any such entity , or employees of any entity which furnishes
persons to provide services on the project. "Services" include , without lim itation , providing,
hauling , or delivering equipment or materials , or providing labor, transportation , or other
services related to a project. "Services" does not include activities unrelated to the project,
such as food/beverage vendors , office supply deliveries , and delivery of portable toilets .
8 . The Contractor shall provide coverage , based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements , which meets the statutory
requirements of Texas Labor Code, Section 401 .011 (44) or all employees of the Contractor
providing services on the project , for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends during the
duration of the project, the contractor must , prior to the end of the coverage period , file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
E. The Contractor shall obtain from each person providing services on a project , and provide the
governmental entity :
1. A certificate of coverage, prior to that person beginning work on the project , so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project ; and
02/09/2010 SC-5
PART D -SPECIAL CONDITIONS
2. No later than seven days after receipt by the contractor , a new certificate of coverage
showing extension of coverage , if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
F. The contractor shall retain all required certificates of coverage for the duration of the project
and for one year thereafter .
G . The contractor shall notify the governmental entity in writing by certified mail or personal
delivery , within ten (10) days after the contractor knew or should have known , of any change
that materially affects the provision of coverage of any person providing services on the
project.
H. The contractor shall post on each project site a notice , in the text , form and manner prescribed ....
by the Texas Worker's Compensation Commission , informing all persons providing services on
the project that they are required to be covered , and stating how a person may verify coverage
and report lack of coverage .
I. The contractor shall contractually require each person with whom it contracts to provide
services on a project , to :
1. Provide coverage , based on proper reporting on classification codes and payroll amounts
and filing of any coverage agreements , which meets the statutory requirements of Texas
·Labor Code, Section 401 .011 (44) for all of its employees providing services on the project,
for the duration of the project ;
2. Provide to the Contractor, prior to that person beginning work on the project , a certificate of
coverage showing that coverage is be ing provided for all employees of the person
providing serv ices 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 durat ion of the project.
5. Retain all required certificates of coverage on file for the duration of the project and for one
year thereafter.
6 . Notify the governmental entity in writing by certified mail or personal delivery , within ten
(10) days after the person knew or should have known , of any change that materially
affects the provision of coverage of any person providing services on the project ; and
02109/2010 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 prov iding 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 san itary sewer or sanitary sewer service line shall be made watertight or be
02/09/2010 SC-7
PART D -SPECIAL CONDITIONS
constructed of ductile iron p ipe . The Engineer shall determine the required length of replacement.
The material for sanitary sewer ma ins and sanitary sewe r laterals shall be Class 51 Duct il e Iron
Pipe with polyethylene wrapping . The material for sanitary sewer service lines shall be extra
strength cast iron soil pipe with polyethylene wrapping . Adapter fittings shall be a urethane or
neoprene coupling ASTM C-425 with series 300 sta inless steel compression straps . Backfill ,
fittings , t ie-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 increas ing the pay
quantitiys 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 relocat ion of all utility poles , gas lines , telephone cables , utility
services, water mains, sanitary sewer lines , electrical cables, drainage pipes , and all other utilities
and structures both above and below ground during construction . It is understood that the
Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with
the proposed construction . The Contractor is liable for all damages done to such existing facilities
as a result of his operations and any and all cost incurred for the protection and/or temporary
relocation of such facilities are deemed subsidiary work and the cost of same and shall be
included in the cost bid per linear foot of pipe installed . NO ADDITIONAL COMPENSATION WILL
BE ALLOWED. .
Where existing utilities or serv ice 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
Eng ineer of any conflicts in grades and alignment.
In case it is necessary to change or move the property of any owner of a public utility, such
property shall not be moved or interfered with until ordered to do so by the Engineer. The right is
reserved to the owner of public utilities to enter upon the limits of the project for the purpose of
making such changes or repairs of their property that may be made necessary by performance of
this contract.
The utility lines and conduits shown on the plans are for information only and are not guaranteed
by the City of the Engineer to be accurate as to extent , location , and depth ; they are shown on the
plans as the best information available at the time of design , from the owners of the utilities
involved and from evidences found on the ground .
D-7 CONSTRUCTION TRAFFIC OVER PIPELINES
It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe
under shallow bury conditions . It will be the responsibility of the Contractor to protect both the new
02/09/2 010 SC-8
PART D -SPECIAL CONDITIONS
line and the existing lines from these possibly excessive loads . The Contractor shall not, at any
time , cross the existing or new pipe with a truck delivering new pipe to the site . Any damage to the
existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to
the satisfaction of the City .
In locations where it is not permissible to cross the exist ing or proposed pipes witho.ut additional
protection the Contractor may elect to provide additional protection of the pipes so that more
frequent crossings of the pipes are allowed . It still is, however, the responsibility of the Contractor
to repair any damage to the existing or proposed lines , if the damage results from any phase of his
construction operation .
D-8 TRAFFIC CONTROL
The contractor will be required to obtain a "Street Use Permit" prior to starting work . As part of the
"Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for
providing traffic control during the construction of this project consistent w ith 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 ," cod ified as Article 6701 d 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 Publ ic 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 shal l 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.
02/09/2 010 SC-9
PART D -SPECIAL CONDITIONS
D-9 DETOURS
The contractor shall prosecute his work in such a manner as to create a minimum of interruption to
traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project
area.
D-10 EXAMINATION OF SITE
It shall be the responsibility of the prospective bidder to visit the project site and make such
examinations and explorations as may be necessary to determine all conditions, which may affect
construction of this project. Particular attention should be given to methods of providing ingress
and egress to adjacent private and public properties, procedures for protecting existing
improvements and disposition of all materials to be removed . Proper consideration should be
given to these details during the preparation of the Proposal and all unusual conditions, which may
give, rise to later contingencies should be brought to the attention of the Owner prior to the
submission of the Proposal.
D-11 ZONING COMPLIANCE
During the construction of this project , the Contractor shall comply with present zoning
requirements of the City of Fort Worth in the use of vacant property for storage purposes .
D-12 WATER FOR CONSTRUCTION
The Contractor at his own expense will furnish water for construction .
D-13 WASTE MA TE RIAL
All waste material shall become the property of the Contractor and shall be disposed of by the
Contractor at locations approved by the Engineer. All material shall be disposed of in such a
manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to
street improvements or to abutting property.
D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE
The Contractor shall be aware that keeping the project site in a neat and orderly condition is
considered an integral part of the contracted work and as such shall be considered subsidiary to the
appropriate bid items. Clean up work shall be done as directed by the Engineer as the work
progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on
a daily basis. Clean up work shall include , but not be limited to:
• Sweeping the street clean of dirt or debris
• Storing excess material in appropriate and organized manner
• Keeping trash of any kind off of residents ' property
If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next
estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will
be reduced by 25%.
Final cleanup work shall be done for this project as soon as all construction has been completed .
No more than seven days shall elapse after completion of construction before the roadway , right-
02/09/2010 SC-10
PART D -SPECIAL CONDITIONS
of-way , or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make
a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its
representative. This cleanup shall include removal of all object ionable rocks , pieces of asphalt or
concrete and other construction materials , and in general preparing the site of the work in an
orderly manner and appearance . The City of Fort Worth shall give final acceptance of the
completed project work.
D-15 SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES
The following procedures will be followed regarding the subject item on this contract:
1. A warning sign not less than five inches by seven inches , painted yellow with black letters
that are legible at twelve feet shall be placed inside and outside vehicles such as cranes ,
derricks , power shovels , drill ing rigs, pile drivers, hoisting equipment or s imilar apparatus .
The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS
EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ."
2 . Equipment that may be operated within ten feet of high voltage lines shall have insulating
cage-type of guard about the boom or arm , except back hoes or dippers , and insulator links
on the lift hook connections.
3. When necessary to work within six feet of high voltage electric lines , notification shall be
given the power company (ONCOR) who will erect temporary mechanical barriers, de-
energize the lines , or raise or lower the lines. The work done by the power company shall
not be at the expense of the City of Fort Worth . The notifying department shall maintain an
accurate log of all such calls to ONCOR, and shall record action taken in each case .
4. The Contractor is required to make arrangements with the ONCOR company for the
temporary relocation or raising of high voltage lines at the Contractor's sole cost and
expense .
5. No person shall work within six feet of a high voltage line without protection having been
taken as outlined in Paragraph (3).
0-16 BID QUANTITIES
Bid quantities of the various items in the proposal are for comparison only and may not reflect the
actual quantities . There is no limit to which a bid item can be increased or decreased .
Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured
quantities. To the extent that C4-4 .3 conflicts with this provision , this provision controls . No claim
will be considered for lost or anticipated profits based upon differences in estimated quantities
versus actual quantities .
0-17 CUTTING OF CONCRETE
When existing concrete is cut, such cuts shall be made with a concrete saw . All sawing shall be
subsidiary to the unit cost of the respective item .
0-18 PROJECT DESIGNATION SIGN
02/09/2010 SC-11
PART D -SPECIAL CONDITIONS
Project signs are required at all locat ions . It shall be in accordance w ith the attached Figure 30
(dated 9-18-96). The signs may be mounted on skids or posts . The Engineer shall approve the
exact locations and methods of mounting . In add ition 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 pa int 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 Wo rks 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.
0-20 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.
0-21 CRUSHED LIMESTONE BACKFILL
Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for
trench backfill on this project. The material shall conform to Public Works Standard Specifications
for Street and Storm Dra in Construction Division 2 Item 208 .2 -Materials and Division 2 Item
208 .3 -Materials Sources . Trench backfill and compaction shall meet the requirements of E2-2
Excavation and Backfill, Construction Specifications , General Contract Documents .
02/09/2010 SC-12
PART D -SPECIAL CONDITIONS
Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal
multiplied by the quantity of material used measured in accordance with E2-2 .16 Measurement of
Backfill Materials, Construction Specifications , and General Contract Documents .
0-22 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 us ing 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 .
0-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION
Trench excavation and backfill under parking lots, driveways, gravel surfaced roads , within
easements , and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill
and E2-2 Excavation and Backfill of the General Contract
Documents and Specifications except as specified herein.
1. TRENCH EXCAVATION : In accordance with Section E2-2 Excavation and Backfill , if the
stated maximum trench widths are exceeded, either through accident or otherwise, and if the
Engineer determines that the design loadings of the pipe will be exceeded , the Contractor will be
required to support the pipe with an improved trench bottom . The expense of such remedial
measures shall be entirely the Contractor's own . All trenching operations shall be confined to the
width of permanent rights-of-way, permanent easements , and any temporary construction
easements. All excavation shall be in strict compliance with the Trench Safety Systems Special
Condition of this document.
2. TRENCH BACKFILL : Trenches which lie outside of exist ing or future pavement shall be
backfilled above the top of the embedment material with Type "C" backfill material. Excavated
material used for Type "C" backfill must be mechanically compacted unless the Contractor can
furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than
8. Such evidence shall be a test report from an independent testing laboratory and must include
representative samples of soils in all involved areas , with a map showing the location and depth of
the various test holes . If excavated material is obviously granular in nature , containing little or no
plastic material , the Engineer may waive the test report requirement. See E1-2.3 , Type "C" or "D"
Backfill , and E2-2.11 Trench Backfill for additional requirements. When Type "C" back-fill material
is not suitable , Type "B" backfill material shall be used only with the consent and approval of the
Engineer. In general , all backfill material for trenches in existing paved streets shall be in
accordance with Figure WTR-029. Sand material specified in WTR-029 shall be obtained from an
approved source and shall consist of durable particles free of thin or elongated pieces , lumps of
clay , soil , loam or vegetable matter and shall meet the following gradation :
02/09/2 010 SC-13
PART D -SPECIAL CONDITIONS
• Less than 10% passing the #200 sieve
• P.I. = 10 or less
Additionally , the crushed limestone embedment gradation specified in Section E 1-3 Crushed
Limestone for Embedment of the General Contract Documents and Specifications shall be
replaced with the following :
Sieve Size
1"
1/2"
3/8 "
#4
#8
% Retained
0-10
40-75
55-90
90-100
95-100
All other provisions of th is section shall remain the same .
3. TRENCH COMPACTION : All trench backfill shall be placed in lifts per E2-2 .9 Backfill.
Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90%
Standard Proctor Density (A.S .T .M. 0698) by mechanical devices specifically . designed for
compaction or a combination of methods subject to approval by the Engineer.
Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95%
Standard Proctor Density by mechanical devices specifically designed for compaction or a
combination of methods subject to approval by the Engineer. Backfill material to be compacted as
described above must be within +-4% of its optimum moisture content.
The City, at its own expense , will perform trench compaction tests per A.S.T.M . standards on all
trench backfill. Any retesting required as a result of failure to compact the backfill material to meet
the standards will be at the expense of the Contractor and will be billed at the commercial rates as
determined by the City . These soil density tests shall be performed at two (2) foot vertical intervals
beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the
completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will
be responsible for providing access and trench safety system to the level of trench backfill to be
tested . No extra compensation will be allowed for exposing the backfill layer to be tested or
providing trench safety system for tests conducted by the City .
4 . MEASUREMENT AND PAYMENT: All material , with the exception of Type "B" backfill , and
labor costs of excavation and backfill will be included in the price bid per linear foot of water and
sewer pipe.
D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS
The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing
pavement repa ir equal to or superior in composition, thickness , etc ., to existing pavement as
detailed in the Public Works Department typical sect ions 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 /2 010 SC-14
PART D -SPECIAL CONDITIONS
All required paving cuts shall be made with a concrete saw in a true and straight line on both sides
of the trench , a min imum of twelve (12) inches outside the trench walls. The trench shall be
backfilled and the top nine (9) inches shall be filled with required materials as shown on paving
details , compacted and level with the finished street surface . This finished grade shall be
maintained in a serviceable condition until the paving has been replaced . All residential driveways
shall be accessible at night and over weekends .
It has been determined by the Transportation and Public Works Department that the strip of
existing HMAC pavement between the existing gutter and the edge of the trench pavement repair
will not hold up if such strip of existing pavement is two (2) feet or less in width .
Therefore , at the locations in the project where the trench wall is three (3) feet or less from the lip
of the existing gutter , the Contractor shall be required to remove the existing paving to such gutter.
The pavement repair shall then be made from a minimum distance of twelve (12) inches outside
the trench wall nearest the center of the street to the gutter line .
The pavement shall be replaced within a maximum of five (5) working days , providing job
placement conditions will permit repaving. If paving cond itions 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. Th is permit
requirement may be waived if work is being done under a Performance Bond and inspected by the
Construction Services section .
D-25 SITE SPECIFIC TRENCH SAFETY .SYSTEM (COVERS ALL PROJECTS)
A. GENERAL: This specification covers the trench safety requirements for all trench excavations
exceeding depth of five (5) feet in order to protect workers from cave-ins . The requirements of
this item govern all trenches for mains, manholes, vaults , service lines, and all other
appurtenances . The design for the trench safety shall be signed and sealed by a Registered
Professional Engineer licensed in Texas . The trench safety plan shall be specific for each
water and/or sanitary sewer line included in the project.
B. STANDARDS : The latest version of the U.S. Department of Labor, Occupational Safety and
Health Administration Standards , 29 CFR Part 1926, Sub-Part P -Excavations , are hereby
made a part of this specification and shall be the minimum governing requirements for trench
safety .
C. DEFINITIONS :
1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the
ground in which the depth is greater than the width , where the width measured at the
bottom is not greater than fifteen ( 15) feet.
2. BENCHING SYSTEM -Benching means excavating the -s ides of a t rench to form one or a
series of horizontal level or steps , usually with vertical or near-vertical surfaces between
levels .
02/09/2010 SC-15
PART D -SPECIAL CONDITIONS
3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined
away from the excavation.
4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes " or
"trench shields ". Shield means a structure that is able to withstand the forces imposed on it
by a cave-in and protect workers within the structure . Shields can be permanent structures
or can be designed to be portable and move along as the work progresses . Shields can be
either pre-manufactured or job-built in accordance with OSHA standards.
5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic , mechanical or
timber system that supports the sides of a trench and which is designed to prevent cave-
ins. Shoring systems are generally comprised of cross-braces , vertical rails, (uprights),
horizontal rails (wales) and/or sheeting .
D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing
ground to the bottom of embedment or bottom of excavation . The quantity of trench safety
systems shall be based on the linear foot amount of trench depth greater than five (5) feet.
E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools,
materials , equipment and incidentals necessary for the installation and removal of trench
safety systems .
0-26 SANITARY SEWER MANHOLES
A GENERAL: The installation , replacement , and/or rehabilitation of sanitary sewer manholes will
be required as shown on the plans , and/or as described in these Special Contract Documents
in addition to those located in the field and identified by the Engineer. All manholes shall be in
accordance with sections E1-14 Materials for Sanitary Sewer Manholes , Valve Vaults , Etc.,
and E2-14 Vault and Manhole Construction of the General Contract Documents and
Specifications, unless amended or superseded by requirements of this Special Condition . For
new sewer line installations , the Contractor shall temporarily plug all lines at every open
manhole under construction in order to keep debris out of the dry sewer lines . The plugs shall
not be removed until the applicable manhole complete with cone section has been constructed
and the lid installed to keep out debris as a result of additional construction .
1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per
COFW Standard Detail SAN-009 .
2 . DELETED
3 . LIFT HOLES : All lift holes shall be plugged with a pre-cast concrete plug. The lift hole
shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant.
The lift hole shall be sealed on the inside of the manhole with quick setting cement grout.
4 . FINAL RIM ELEVATIONS : Manhole rims in parkways, lawns and other improved lands
shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the
surrounding ground . Backfill shall provide a uniform slope from the top of manhole casting
for not less than three (3) feet each direction to existing fin ish grade of the ground . The
grade of all surfaces shall be checked for proper slope and grade by string lining the entire
area regarded near the manhole .
02/09/2010 SC-16
PART D -SPECIAL CONDITIONS
Manholes in open fields , unimproved land , or drainage courses shall be at an elevation
shown on the drawings or min imum of 6 inches above grade .
5. MANHOLE COVERS : All lids shall have pick slots in lieu of pick holes. Manhole frames
and covers shall be PAMREX, or approved equal , with 30-inch clear opening . Covers shall
set flush with the rim of the frame and shall have no larger than 1 /8-inch gap between the
frame and cover . Bearing surfaces shall be machine finished . Locking manhole lids and
frames will be restricted to locations within the 100-year floodp lain and areas specifically
designated on the plans.
6. SHALLOW CONE MANHOLES : Shallow manhole construction will be used when manhole
depth is four (4) feet or less . All shallow cone manholes shall be built in accordance with
Figure 105 . All shallow cone manholes shall have a cast iron lid and frame with pick slots.
NOTE : MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED .
7. MANHOLE STEPS : No manhole steps are to be installed on any sanitary sewer manhole.
8. EXTERIOR SURFACE COATING : Exterior surfaces of all manholes shall be coated with
two mop coats of coal tar epoxy , Koppers "Bitumastic Super Service Black" Tnemec "46-
450 Heavy Tnemecol ," or equal to , a minimum or 14 mils dry film thickness .
9. MANHOLE JOINT SEALING : All interior and/or exterior joints on concrete manhole
sections constructed for the City of Fort Worth Water Department, excluding only the joints
using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants
as per Figure M.
This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal ,
Ram-Nek , E-Z Stick , or equal. The joint sealer shall be supplied in either extruded pipe
form or suitable cross-sectional area or flat-tape and shall be sized as recommended by
the manufacturer and approved by the Engineer. The joint sealer shall be protected by a
suitable removable wrapper and shall not in any way depend on oxidation , evaporation , or
any other chemical action for either its adhesive properties or cohesive strength . The Joint
sealer shall remain totally flexible without shrinking , hardening , or oxidizing regardless of
the length of time it is exposed to the elements . The manufacturer shall furnish an affidavit
attesting to the successful use of the product as a pre-formed flexible joint sealant on
concrete pipe and manhole sections for a period of at least five years .
B. EXECUTION :
1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame
shall be sealed with the above-specified materials . All surfaces to be in contact with the
joint sealant shall be thoroughly cleaned of dirt , sand , mud, or other foreign matter. The
manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in
accordance with the recommendations . The protective wrapper shall remain on the joint
sealant until immediately prior to the placement of the pipe in the trench . After removal of
the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over
manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames
and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer.
02/09/2 010 SC-17
PART D -SPECIAL CONDITIONS
2. SEALING AND/OR ADJUSTING EXISTING MANHOLES : Excavate (rectangular full depth
saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a
minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical.
Remove manhole frame from the manhole structure and observe the condi t ion of the frame
and grade rings . Any frame or grade ring that is not suitable for use as determined by the
Engineer shall be replaced . Grade rings that are constructed of brick, block materials other
than pre-cast concrete rings , or where necessary and approved by the Engineer, shall be
replaced with a pre-cast flattop section . Pre-cast concrete rings , or a pre-cast concrete
flattop section will be the only adjustments allowed .
In brick or block manholes , replace the upper portion of the manhole to a point 24 inches
below the frame . If the walls or cone section below this level are struct urally 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 bond ing agent followed by an
application of quick setting hydraulic cement to provide a smooth working surface .
If the inside diameter of the manhole is too large to safely support new adjustment rings or
frames , a flat top section shall be installed .
Joint surfaces between the frames , adjustment rings , and cone section shall be free of dirt ,
stones , debris and voids to ensure a watertight seal. Place flexible gasket joint material
along the inside and outside edge of each joint, or use trowelable material in lieu of pre-
formed gasket material. Position the butt joint of each length of joint material on opposite
sides of the manhole. No steel shims , wood , stones , or any material not specifically
accepted by the Engineer may be used to obtain final surface elevation of the manhole
frame .
In paved areas or future paved areas , castings shall be installed by using a straight edge
not less than ten (10) feet long so that the top of the casting will conform to the slope and
finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the
finished elevation. Allowances for the compression of the joint material shall be made to
assure a proper final grade elevation.
3. EXPOSED EXTERIOR SURFACES : All exposed exterior surfaces shall be coated with
two mop coats of coal tar epoxy . Kopper "Bitumastic Super Service Black "; Tnemec "46-
450 Heavy Tnemecol ", or equal , to a minimum of 14 mils dry film thickness.
4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire
brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant
from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped
w ith 6 mil plastic to protect the sealant from damage during backfilling .
C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all
labor, equipment , and materials necessary for construction of the manhole including , but not
limited to , joint sealing , lift hole sealing and exterior surface coating. Payment shall not include
pavement replacement , which if required , shall be paid separately .
02/09/2010 SC-18
PART D -SPECIAL CONDITIONS
The price bid for reconstruction of existing manholes shall include all labor equipment and
materials necessary for construction of new manhole , including , but not limited to, excavation ,
backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating .
Payment shall not include pavement replacement , which if required , shall be paid separately .
The price bid for adjusting and/or sealing of existing manholes shall include all labor,
equipment and materials necessary for adjusting and/or sealing the manhole , including but not
limited to , joint sealing, lift hole sealing, and exterior surface coating.
Payment for concrete collars will be made per each . Payment for manhole inserts will be
made per each .
D-27 SANITARY SEWER SERVICES
Any reconnection , relocation, re-routes, replacement, or new sanitary sewer service shall be
required as shown on the plans, and/or as described in these Special Contact Documents in
addition to those located in the field and identified by the Engineer as active sewer taps. The
service connections shall be constructed by the Contractor utilizing standard factory manufactured
tees . City approved factory manufactured saddle taps may be used, but only as directed by the
Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case
basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with
building owners and the Engineer in order that the work be performed in an expeditious manner.
A minimum of 24 hours advance notice shall be given when taps will be required. Severed service
connections shall be maintained as specified in section C6-6 .15 .
D. SEWER SERVICE RECONNECTION : When sewer service reconnection is called for the
Contractor shall vertically adjust the existing sewer service line as required for reconnection
and furnish a new tap . The fittings used for vertical adjustment shall cons ist of a maximum
bend of 45 degrees . The tap shall be located so as to line up with the service line and avoid
any horizontal adjustment. For open cut applications , all san itary sewer service lines shall be
replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer
services on sewers being rehabilitated using pipe enlargement methods shall be replaced to
the property or easement line or as directed by the Engineer. Procedures listed below for
Sewer Service Replacement shall be adhered to for the installation of any sewer service line
including the incidental four (4) feet of service line which is included in the price bid for Sanitary
Sewer Taps . Payment for work such as backfill , saddles , tees , fittings incidental four (4) feet
of service line and all other associated appurtenances required shall be included in the price
bid for Sanitary Sewer Taps .
E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during
construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer
as required for the connection of the sewer service line . If the sewer service line is in such
condition or adjustment necessitates the replacement of the sewer service line , all work shall
be performed by a licensed plumber. The Engineer shall determine the length of the
replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as
approved by the Engineer. For situations involving sewer service re-routing , whether on public
or private property , the City shall provide line and grade for the sewer service lines as shown
on the project plans . Prior to installing the applicable sewer main or lateral and the necessary
service lines , the Contractor shall verify (by de-holing at the building clean-out) the elevations
02/0912 010 SC-19
PART D -SPECIAL CONDITIONS
(shown on the plans) at the building clean-out and compare the data with the elevat ion at the
proposed connection point on the sewer main , in order to ensure that the two (2) percent
minimum slope (or as specified by the Engineer) requirement is satisfied . Elevations shall also
be verified at all bend locations on the service re -route . All applicable sewer mains , laterals
and affected serv ice lines that are installed without pre-construction de-holing at the affected
residences (to verify design elevat ions) shall be removed and replaced as necessary at the
Contractor's expense in the event grade conflicts are brought to light after de-holing is
conducted . All elevation information obtained by the Contractor shall be submitted to the
Inspector. The Engineer shall be immediately notified in the event that the two (2) percent
minimum slope is not satisfied. If the Contractor determines that a different alignment for the
re-route is more beneficial than shown on the plans , the Contractor shall obta in and submit all
relevant elevation information for the new alignment to the Inspector and shall be responsible
for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is
satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed
service line and submit signed documentation verifying that the line has been installed as
designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any
sewer service for which no grade verification has been submitted . All re-routes that are not
installed as designed or fail to meet the City code shall be reinstalled at the Contractor's
expense . The Contractor shall ensure that the service line is backfilled and compacted in
accordance with the City Plumbing Code . Connection to the existing sewer service line shall
be made with appropriate adapter fittings . The fitting shall be a urethane or neoprene coupling
A.S .T.M. C-425 with series 300 stainless steel compression straps . The Contractor shall
remove the existing clean-out and plug the abandoned sewer service line.
The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or
relocations located on private property . Furthermore, the contractor shall utilize the services of
a licensed plumber for all service line work on private property . Permit(s) must be obtained
from the City of Fort Worth Development Department for all service line work on private
property and all work related to the service line must be approved by a City of Fort Worth
Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to
beginning work on the sanitary sewer service re-route and proof of final acceptance by the
Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer
re-route .
Payment for work and materials such as backfill, removal of existing clean-outs , plugging the
abandoned sewer service line , double checking the grade of the installed service line, pipe
fittings , surface restoration on private property (to match existing), and all other associated
work for service replacements in excess of four (4) linear feet shall be included in the linear
foot price bid for sanitary sewer service line replacement on private property or public right of
way . Payment for all work and material involving the "tap " shall be included in the price bid for
sanitary sewer service taps.
D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES
Any removal , salvaging and/or abandonment of existing facilities will necessarily be required as
shown on the plans , and/or described in these Special Contract Documents in addition to those
located in the field and identified by the Engineer. This work shall be done in accordance with
Section E2-1 .5 Salvaging of Material and E2-2 .7 Removing Pipe , of the General Contract
Documents and Specifications , unless amended or superseded by requirements of this Special
Condition .
02/09/2010 SC-20
PART D -SPECIAL CONDITIONS
A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and
meter box shall be removed and returned to the Water Department warehouse by the
Contractor in accordance with Section E2-1 .5 Salvaging of Materials .
B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID : Existing water
meter and concrete vault lid shall be removed and returned to the Water Department
warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials . The
concrete vault shall be demolished in place to a point not less than 18 inches below final grade .
The concrete vault shall then be backfilled and compacted in accordance with backfill method
as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material
approved by the Engineer. Surface restoration shall be compatible with existing surrounding
surface and grade .
C. SALVAGE OF EXISTING FIRE HYDRANTS : Existing fire hydrants shall be removed and
returned to the Water Department warehouse by the Contractor in accordance with Section
E2-1 .5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with
backfill method as specified in Section E2-2 .9 Backfill . Backfill material shall be suitable
excavated material approved by the Engineer. Surface restoration shall be compatible with
existing surrounding surface and grade .
D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be
removed and returned to the Water Department warehouse by the Contractor in accordance
with Section E2-1.5 Salvaging of Materials . The void area caused by the valve removal shall
be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9
Backfill. Backfill material shall be suitable excavated material approved by the Engineer.
Surface restoration shall be compatible with existing surrounding surface and grade . If the
valve is in a concrete vault , the vault shall be demolished in place to a point no less than 18"
below final grade .
E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be
abandoned by first closing the valve to the fully closed position and demolishing the valve box
in place to a point not less than 18 inches below final grade . Concrete shall then be used as
backfill material to match existing grade .
· F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top
slab and lid removed and vault walls demolished to a point not less than 18" below final grade.
The void area caused shall then be backfilled and compacted in accordance with backfill
method as specified in Section E2-2 .9 Backfill . Backfill material shall be suitable excavated
material approved by the Engineer. Surface restoration shall be compatible with the existing
surrounding grade.
G. ABANDONMENT OF MANHOLES : Manholes to be abandoned in place shall have all pipes
entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall
be removed to the top of the full barrel diameter section , or to point not less than 18 inches
below final grade. The structure shall then be backfilled and compacted in accordance with
backfill method as specified in Section E2-2.9 Backfill . Backfill material may be either clean
washed sand of clean, suitable excavated material approved by the Engineer . Surface
restoration shall be compatible with surrounding service surface . Payment for work involved in
backfilling, plugging of pipe(s) and all other appurtenances required , shall be included in the
appropriate bid item -Abandon Existing Sewer Manhole .
02/09/2010 SC-21
PART D -SPECIAL CONDITIONS
H . REMOVAL OF MANHOLES : Manholes to be removed shall have all pipes entering or exiting
the structure disconnected . The complete manhole , including top or cone section , all full barrel
diameter section , and base section shall be removed . The excavation shall then be backfilled
and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill.
Backfill material may be with Type C Backfill or Type B Backfill , as approved by the Engineer.
Surface restoration shall be compatible with surrounding surface .
I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project , it may be
required to cut, plug , and block existing water mains/services or sanitary sewer mains/services
in order to abandon these lines . Cutting and plugging existing mains and/or services shall be
considered as incidental and all costs incurred will be considered to be included in the linear
foot bid price of the pipe, unless separate trenching is required.
J . REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the
Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire
hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage
Yard .
C . PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or
removing existing facilities shall be included in the linear foot bid price of the pipe, except as
follows: separate payment will be made for removal of all fire hydrants , gate valves, 16 inch
and larger, and sanitary sewer manholes , regardless of location .
Payment will be made for salvaging , abandoning and/or removing all other existing facilities
when said facility is not being replaced in the same trench (i.e., when removal requires a
separate trench).
L. ABANDONMENT OF EXISTING SEWER LINES : Where plans call for abandonment of
existing sewer mains after the construction of a new sewer main, the Contractor shall be
responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a
final determination that all existing service connections have been relocated to the new main .
Once this determination has been made, the existing main will be abandoned as indicated
above in Item I.
02/09/2010 SC-22
PART D -SPECIAL CONDITIONS
D-29 DETECTABLE WARNING TAPES
Detectable underground utility warning tapes which can be located from the surface by a pipe
detector shall be installed directly above non-metallic water and sanitary sewer pipe . The
detectable tape shall be "Detect Tape" manufactured by Allen Systems , Inc . or approved equal ,
and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective
inert plastic jacket that is impervious to all known alkalis , acids , chemical reagents and solvents
found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall
not be less than two inches with a minimum unit weight of 2Y2 pounds/1 inch/100'. The tape shall
be color coded and imprinted with the message as follows:
Type of Utility Color Code
Water Safety Blue
Sewer Safety Green
Legends
Caution! Buried Water Line Below
Caution! Buried Sewer Line Below
Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close
to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches
between the tape and the pipe . Payment for work such as backfill, bedding, blocking , detectable
tapes, and all other associated appurtenances required shall be included in the unit price bid for
the appropriate bid item(s).
D-30 PIPE CLEANING
Joints shall be wiped and then inspected for proper installation by the inspectors . Each joint shall
be swept daily and kept clean during installation. A temporary night plug shall be installed on all
exposed pipe ends during any period of work stoppage .
D-31 DISPOSAL OF SPOIUFILL MATERIAL
Prior to the disposing of any spoil/fill material , the Contractor shall advise the City of Fort Worth's
Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends
to dispose of such material. Contractor shall not dispose of such material until the proposed sites
have been determined by the Admin istrator to meet the requirements of the Flood Plain
Ordinances of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved
by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A
floodplain permit can be issued upon approval of necessary Engineering studies . No fill permit is
required if disposal sites are not in a floodplain . Approval of the Contractor's disposal sites shall
be evidenced by a letter signed by the Administrator stating that the site is not in a known flood
plain or by a Flood Plain Fill Permit authorizing fill within the flood plain . Any expenses associated
with obtaining the fill permit , including any necessary Engineering studies , shall be at the
Contractor's expense . In the event that the Contractor disposes of spoil/fill material at a site
without a fill permit or a letter from the administrator approving the disposal site, Contractor shall
remove the spoil/fill material at his expense and dispose of such materials in accordance with the
Ordinances of the City and this section.
D-32 MECHANICS AND MATERIALMEN'S LIEN
The Contractor shall be required to execute a release of mechanics and material men's liens upon
receipt of payment.
D-33 SUBSTITUTIONS
02/09/2010 SC-23
PART D -SPECIAL CONDITIONS
The specifications for materials set out the minimum standard of quality , which the City believes
necessary to procure a sat isfactory project. No substitutions will be perm itted unt il 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
approva l thereof must be obtained before the Contractor procures the proposed substitute . Where
the term "or equal ", or "or approved equal " is not used in the specificat ions, 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 .
0-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER
A. GENERAL: Prior to the reconstruction , ALL sections of existing san itary sewer lines to be
abandoned , removed (except where being replaced in the same location), or rehabilitated (pipe
enlargement, cured-in-place pipe , fold and form pipe , slip-line, etc .), shall be cleaned , and a
television inspection performed to identify any active sewer service taps , other sewer laterals
and their location . Work shall consist of furnishing all labor, material , and equipment
necessary for the cleaning and inspection of the sewer lines by means of closed circuit
television . Satisfactory precautions shall be taken to protect the sewer lines from damage that
might be inflicted by the improper use of cleaning equ ipment.
1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line
clean ing 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
d iameter around the outer periphery to ensure removal of grease . If sewer cleaning balls
or other equipment, which cannot be collapsed , is used , special precautions to prevent
flooding of the sewers and public or private property shall be taken. The flow of sewage
present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning
devices whenever possible .
2 . CLEANING PROCEDURES : The designated sewer manholes shall be cleaned using high-
velocity jet equipment. The equipment shall be capable of removing dirt , grease, rocks ,
sand , and other materials and obstructions from the sewer lines and manholes . If cleaning
of an entire section cannot be successfully performed from one manhole , the equipment
shall be set up on the other manhole and cleaning again attempted. If, again, successful
cleaning cannot be performed or equipment fails to traverse the entire manhole section , it
w ill be assumed that a major blockage exists , and the cleaning effort shall be abandoned .
0 2/09/20 10 SC-24
-
PART D -SPECIAL CONDITIONS
When additional quantit ies 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 telev ision camera used for the inspection
shall be one specifically designed and constructed for such inspection. Lighting for the
camera shall be suitable to allow a clear picture of the entire periphery of the pipe . The
camera shall be operative in 100% humidity conditions . The camera , television monitor,
and other components of the video system shall be capable of producing picture quality to
the satisfaction of the Engineer; and if unsatisfactory , equipment shall be removed and no
payment will be made for an unsatisfactory inspection .
B. EXECUTION :
1. TELEVISION INSPECTION : The camera shall be moved through the line in either
direction at a moderate rate , stopping when necessary to permit proper documentation of
any sewer service taps. In no case will the television camera be pulled at a speed greater
than 30 feet per minute . Manual winches , power winches , TV cable , and powered rewinds
or other devices that do not obstruct the camera view or interfere with proper
documentation shall be used to move the camera through the sewer line.
When manually operated winches are used to pull the television camera through the line ,
telephones or other suitable means of communications shall be set up between the two
manholes of the section being inspected . to ensure good communications between
members of the crew .
The importance of accurate distance measurements is emphasized . All television
inspection videotapes shall have a footage counter . Measurement for location of sewer
service taps shall be above ground by means of meter device . Marking on the cable , or the
like , which would require interpolation for depth of manhole , will not be allowed. Accuracy
02/09/2010 SC-25
PART D -SPECIAL CONDITIONS
of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other
suitable device , and the accuracy shall be satisfactory to the Engineer.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera . The methods used for securing passage of the camera are to be at
the option of the Contractor. The cost of retrieving the Television camera, under all
circumstances , when it becomes lodged during inspection , shall be incidental to Television
inspection.
2. DOCUMENTATION: Televis ion Inspection Logs : Printed location records shall be kept by
the Contractor and will clearly show the location in relation to an adjacent manhole of each
sewer service taps observed during inspection . In addition , other points of significance
such as locations of unusual conditions , roots , storm sewer connections , broken pipe ,
presence of scale and corrosion , and other discernible features will be recorded , and a
copy of such records will be supplied to the City .
3. PHOTOGRAPHS : Instant developing , 35 mm , or other standard-size photographs of the
television picture of problems shall be taken by the Contractor upon request of the
Engineer, as long as such photographing does not interfere with the Contractor's
operations .
4 . VIDEOTAPE RECORDINGS : The purpose of tape recording shall be to supply a visual
and audio record of problem areas of the lines that may be replayed . Video tape recording
playback shall be at the same speed that it was recorded . The television tapes shall be
furnished to the City for review immediately upon completion of the television inspection
and may be retained a maximum of 30 calendar days. -
Equipment shall be provided to the City by the Contractor for review of the tapes . The
Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be
erased without the permission of the Engineer. If the tapes are of such poor quality that the
Engineer is unable to evaluate the condition of the sewer line or to locate service
connections , the Contractor shall be required to re-televise and provide a good tape of the
line at no additional cost to the City . If a good tape cannot be provided of such quality that
can be reviewed by the Engineer, no payment for televising this portion shall be made.
A lso , no payment shall be made for portions of lines not televised or portions where
manholes cannot be negotiated with the television camera .
THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION
FOR REVIEW AND DETERMINATION OF SAGS . Upon completion of review of the tapes
by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer
are to be corrected. The Engineer will return tapes to the Contractor upon completion of
review .
All costs associated with this work shall be incidental to unit prices bid for items under
Television Inspection of the Proposal.
C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF
SANITARY SEWERS : The cost for Pre-Construction Cleaning and Television Inspection of
sanitary sewers shall be per linear foot of sewer actually televised . The Contractor shall
provide the Engineer w ith tapes of a quality that the particular piece of sewer can be readily
02/09/2010 SC -26
PART D -SPECIAL CONDITIONS
evaluated as to existing sewer conditions and for providing appropriate means for review of the
tapes by the Engineer including collection and removal, transportation and disposal of sand
and debris from the sewers to a legal dump site.
Television inspection shall include necessary cleaning (hydraulic jet or mechan ical cleaner) to
provide video image required for line analysis .
The primary purpose of cleaning is for television inspection and rehabilitation; when a port ion
of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall
be incidental and no payment shall be made.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera . The methods used for securing passage of the camera are to be at the
option of the Contractor, and the costs must be included in the bid price for TV Inspections .
The cost of retrieving the TV Camera , under all circumstances , when it becomes lodged during
inspection , shall be incidental to TV Inspection .
The item shall also include all costs of installing and maintaining any bypass pumping required
to provide reliable , regular sewer service to the area residents. All bypass pumping shall be
incidental to the project.
D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES
A. GENERAL : This item shall govern the vacuum testing of all newly constructed sanitary sewer
manholes .
B. EXECUTION :
1. TEST PROCEDURE : Manholes shall be vacuum tested prior to any interior grouting with
all connections in place . Lift holes shall be plugged , and all drop-connections and gas
sealing connections shall be installed prior to testing .
The sewer lines entering the manhole shall be plugged and braced to prevent the plugs
from being drawn into the manhole. The plugs shall be installed in the lines beyond the
drop-connections , gas sealing connections , etc . The test head shall be placed inside the
frame at the top of the manhole and inflated in accordance with the manufacturer's
recommendations . A vacuum of ten inches of mercury (1 O"Hg) shall be drawn and the
vacuum pump will be turned off. With the valve closed , the level of vacuum shall be read
after the required test time . The required test time shall be determined from the Table I
below in accordance with ASTM C1244-93 :
02/09/2 010
Table I
MINIMUM TIME REQUIRED FOR VACUUM DROP
OF 1" Hg (1 O"Hg -9"Hg) (SEC)
Depth of MH . 48-lnch Dia . 60-lnch Dia .
(FT.) Manhole Manhole
0 to 16' 40 sec . 52 sec .
18 ' 45 sec . 59 sec .
20' 50 sec. 65 sec .
SC-27
PART D -SPECIAL CONDITIONS
22' 55 sec . 72 sec.
24' 59 sec . 78 sec.
26' 64 sec . 85 sec .
28 ' 69 sec . 91 sec .
30' 74 sec. 98 sec .
For Each 5 sec. 6 sec .
Additional 2'
1. ACCEPTANCE : The manhole shall be considered acceptable, if the drop in the level of
vacuum is less than one-inch of mercury (1" Hg) after the required test time . Any manhole ,
wh ich fails to pass the initial test , must be repa ired by either pressure grouting through the
manhole wall or digging to expose the exterior wall of the manhole in order to locate the
leak and seal it with an epoxy sealant. The manhole shall be retested as described above
until it has successfully passed the test.
Following completion of a successful test , the manhole shall be restored to its normal
condition, all temporary plugs shall be removed , all braces , equipment , and debris shall be
removed and disposed of in a manner satisfactory to the Engineer.
C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the
contract price per each vacuum test. This price shall include all material, labor, equipment,
and all incidentals, including all bypass pumping , required to complete the test as specified
herein .
D-36 BYPASS PUMPING
The Contractor shall bypass the sewage around the sect ion or sections of sewer to be
rehabilitated and/or replaced . The bypass shall be made by plugging existing upstream manhole
and pumping the sewage into a downstream manhole or adjacent system or other method as may
be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size
to handle the flow without sewage backup occurring to facilities connected to the sewer.
Provisions shall be made at driveways and street crossings to permit safe vehicular travel without
interrupting flow in the bypass system . Under no circumstances wi ll the Contractor be permitted to
discharge sewage into the trenches . Payment shall be incidental to rehabilitation or replacement
of the sewer line .
D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER
A. GENERAL: After construction , ALL sections of sanitary sewer lines shall have a television
inspection performed by an independent sub-Contractor hired by the prime Contractor. Work
shall consist of furnishing all labor, material, and equipment necessary for inspection of the
sewer lines by means of closed circuit television . Satisfactory precautions shall be taken to
protect the sewer lines from damage that might be inflicted by the improper use of cleaning
equipment.
8 . TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall
be one specifically designed and constructed for such inspection . Lighting for the camera shall
be operative in 100% humidity conditions . The camera , television monitor, and other
components of the video system shall be capable of producing picture quality to the
02/09/2 010 SC-28
PART D -SPECIAL CONDITIONS
satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no
payment will be made for an unsatisfactory inspection .
C. EXECUTION:
1. TELEVISION INSPECTION : The camera shall be moved through the line in either
d irection at a moderate rate, stopping when necessary to permit proper documentation of
any sewer service taps . In no case will the television camera be pulled at a speed greater
than 30 feet per minute . Manual winches , power winches , TV cable , and powered rewinds
or other devices that do not obstruct the camera view or interfere with proper
documentation shall be used to move the camera through the sewer line . No more than
2000 linear feet of pipe will be televised at one t ime for review by the Engineer.
When manually operated winches are used to pull the telev ision camera through the line ,
telephones or other suitable means of communicat ions 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 televis ion logs will be supplied to the
City .
3. PHOTOGRAPHS: Instant deve loping, 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
ope rations .
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 record ing
playback shall be at the same speed that it was recorded. The televis ion tapes shall be
furnished to the City for review immediately upon completion of the telev ision inspection
02/09/2 010 SC -29
PART D -SPECIAL CONDITIONS
and may be retained a maximum of 30 calendar days . Equipment shall be provided to the
City by the Contractor for review of the tapes . Tapes will be returned to the Contractor
upon completion of review by the Engineer. Tapes shall not be erased without the
permission of the Engineer.
If the tapes are of such poor qual ity 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 prov ide a good tape of the line at no additional cost to the City. If a good tape
cannot be provided of such quality that can be reviewed by the Engineer, no payment for
televising this portion shall be made . Also , no payment shall be made for portions of lines
not televised or portions where manholes cannot be negotiated with the television camera.
D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY
SEWERS : The cost for post-construction Television Inspection of sanitary sewers shall be per
linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality
that t he particular piece of sewer can be readily evaluated as to sewer conditions and for
providing appropriate means for review of the tapes by the Engineer.
Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to
provide video image required for line analysis . The quantity of TV inspection shall be
measured as the total length of new pipe installed . All costs associated with th is work shall be
included in the appropriate bid item -Post-Construction Television Inspection .
The item shall also include all costs of installing and maintaining any bypass pumping required
to provide reliable, regular sewer service to the area residents. All bypass pumping shall be
incidental to the pro j ect.
D-38 SAMPLES AND QUALITY CONTROL TESTING
A. The Contractor shall furnish , at its own expense , certifications by a private laboratory for all
materials proposed to be used on the project , including a mix design for any asphaltic and/or
Portland cement concrete to be used , and gradation analysis for sand and crushed stone to be
used along with the name of the pit from which the material was taken . The contractor shall
provide manufacturer's certifications for all manufactured items to be used in the project and
will bear any expense related thereto .
B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine
days prior to the placing of concrete using the same aggregate , cement , and mortar which are
to be used later in the concrete. The Contractor shall prov ide a certified copy of the test
results to the City .
C. Qual ity control testing of in-place material on this project will be performed by the city at its own
expense . Any retesting required as a result of failure of the material to meet project
specifications will be at the expense of the contractor and will be billed at commercial rates as
determined by the C ity . The failure of the City to make any tests of materials shall in no way
relieve the contractor of its responsibility to furnish materials and equipment conforming to the
requ irements of the contract.
D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations
requ iring testing . The Contractor shall provide access and trench safety system (if required)
for the site to be tested, and any work effort involved is deemed to be included in the unit price
for the item being tested.
02/09/2010 SC -30
PART D -SPECIAL CONDITIONS
E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to
the job site . The ticket shall specify the name of the pit supplying the fill material.
D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE)
A. DESCRIPTION : This item shall consist of temporary soil erosion sediment and water pollution
control measures deemed necessary by the Eng ineer 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 operat ions . The temporary
measures shall include dikes , dams, berms , sediment basins , fiber mats , jute netting ,
temporary seeding, straw mulch, asphalt mulch , plastic liners , rubble liners , 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 eros ion
that may develop during construction prior to installation of permanent pollution control
features , but are not associated with permanent control features on the project. The Engineer
will limit the area of preparing right-of-way , clearing and grubbing , excavation and borrow to be
proportional to the CONTRACTOR 'S capability and progress in keeping the finish grading ,
mulching , seeding , and other such permanent pollution-control measures current in
accordance with the accepted schedule. Should seasonal conditions make such limitations
unrealistic, temporary soil-erosion-control measures shall be performed as directed by the
Engineer.
2 . Waste or disposal areas and construction roads shall be located and constructed in a
manner that will minimize the amount of sediment entering streams.
3. Frequent ford ings 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, mechanized equipment
shall not be operated in live streams .
4 . When work areas or material sources are located in or adjacent to live streams, such areas
shall be separated from the stream by a dike or other barrier to keep sediment from
entering a flowing stream . Care shall be taken during the construction and removal of such
barriers to minimize the muddying of a stream .
5. All waterways shall be cleared as soon as practicable of false work , piling , debris or other
obstructions placed during construction operations that are not a part of the finished work.
02/09/2010 SC-31
PART D -SPECIAL CONDITIONS
6. The Contractor shall take sufficient precautions to prevent pollution of streams , lakes and
reservoirs with fuels , oils , bitumen , calcium chloride or other harmful materials . He shall
conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes
and reservoirs and to avoid interference with movement of migratory fish .
C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide
temporary erosion control shall be considered subsidiary to the contract and no extra pay will
be given for this 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 minimize obstruction of access to drives and property during the progress of construct ion .
Notificat ion shall be made to an owner prior to his driveway be ing removed and/or rebuilt.
D-41 PROTECTION OF TREES, PLANTS AND SOIL
All property along and adjacent to the Contractors ' operations including lawns , yards , shrubs ,
trees, etc ., shall be preserved or restored after completion of the work, to a condition equal to or
better than prior to start of work .
Any trees or other landscape features scarred or damaged by the Contractor's operations shall be
restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be
permitted only by experienced workmen in an approved manner (No trimming or pruning without
the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated
as soon as possible with a tree wound dressing .
By ordinance , the Contractor must obtain a permit from the City Forester before any work
(trimming , removal , or root pruning) can be done on trees or shrubs growing on public property
including street Rights-of-Ways and designated alleys . This perm it can be obtained by calling the
Forestry Office at 817-392-5738 . All tree work shall be in compliance with pruning standards for
Class II Pruning as described by the National Arborist Association . A copy of these standards can
be provided by calling the above number. Any damage to public trees due to negligence by the
Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by
the International Society of Arboriculture. Payment for negligent damage to public trees shall be
made to the City of Fort Worth and may be withheld from funds due the Contractor by the City .
To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be
immediately sealed using a commercial pruning paint.
No separate payment will be made for any of the work involved for this item and all costs incurred
will be considered a subsidiary cost of the project.
D-42 SITE RESTORATION
The contractor shall be responsible for restoring the site to original grade and condition after
completion of his operations subject to approval of the Engineer. The basis for approval by the
Engineer will be grade restoration to plus minus one-tenth (0 .1) of a foot.
02109/2010 SC-32
PART D -SPECIAL CONDITIONS
D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST
Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth
Standard Product List, for the bid to be considered responsive . Products and processes listed in
the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth
minimum technical requirements .
D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING
This item shall be performed in accordance with the City of Fort Worth Parks and Community
Services Department Specifications for Topsoil, Sodding and Seeding.
1. TOPSOIL
DESCRIPTION : This item will consist of furnishing and placing a minimum of six (6) inches of
topsoil, free from rock and foreign material , in all parkways and medians to the lines and
grades as established by the Engineer.
CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to
supplement material secured from street excavation . All excavated materials from streets
which is suitable for topsoil will be used in the parkways and medians before any topsoil is
obtained from a borrow source . Topsoil material secured from street excavation shall be
stockpiled at locations approved by the Engineer, and at completion of grading and paving
operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches
of compacted depth of topsoil parkways .
2. SODDING
DESCRIPTION: Sodding will consist of furnishing and planting Bermuda , Buffalo or St.
Augustine grass in the areas between the curbs and walks , on terraces, in median strips, on
embankments or cut slopes, or in such areas as designated on the Drawings and in
accordance with the requirements of this Specification. Recommended Buffalo grass varieties
for sodding are Prairie and 609.
MA TE RIALS: Sod shall consist of live and growing Bermuda , Buffalo or St. Augustine grass
secured from sources where the soil is fertile . Sod to be placed during the dormant state of
these grasses shall be alive and acceptable . Bermuda and Buffalo grass sod shall have a
healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum
thickness of native soil attached to the roots . St. Augustine grass sod shall have a healthy ,
virile root system of dense , thickly matted roots throughout a one (1) inch minimum thickness
of native soil attached to the roots.
The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter
deleterious to its growth or which might affect its subsistence or hardiness when transplanted .
Sod to be placed between curb and walk and on terraces shall be the same type grass as
adjacent grass or existing lawn .
Care shall be taken at all times to retain native soil on the roots of the sod during the process
of excavating, hauling, and planting . Sod material shall be kept moist from the time it is dug
until planted. When so directed by the Engineer, the sod existing at the source shall be
02/09/2 010 SC-33
PART D -SPECIAL CONDITIONS
watered to the extent required prior to excavating. Sod material shall be planted within three
days after it is excavated.
CONSTRUCTION METHODS: After the des ignated areas have been completed to the lines ,
grades , and cross-sections shown on the Drawings and as provided for in other items of the
contract , sodding of the type speci fi ed 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
d imensions 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 addit ional sod and
tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact
solid mass. Surfaces of block sod, which , in the opinion of the Engineer, may slide due to
the height or slope of the surface or nature of the soil, shall , upon direction of the Engineer,
be pegged with wooden pegs driven through the sod block to the firm earth , sufficiently -
close to hold the block sod firmly in place .
When necessary , the sodded areas shall be smoothed after planting has been completed
and shaped to conform to the cross-section previously provided and existing at the time
sodding operations were begun . Any excess dirt from planting operations shall be spread
uniformly over the adjacent areas or disposed of as directed by the Engineer so that the
completed surface will present a sightly appearance .
The sodded areas shall be thoroughly watered immediately after they are planted and shall
be subsequently watered at such times and in a manner and quantity directed by the
Engineer until completion and final acceptance of the project by the City of Fort Worth .
3. SEEDING
DESCRIPTION : "Seeding " will consist of preparing ground , providing and planting seed or a
mixture of seed of the kind specified along and across such areas as may be designated on
the Drawings and in accordance with these Specifications .
MATERIALS :
02/09/2010 SC-34
PART D -SPECIAL CONDITIONS
a. General. All seed used must carry a Texas Testing Seed label showing purity and
germination , name , type of seed , and that the seed meets all requirements of the Texas
Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis
shown on each tag shall be within nine (9) months of t ime of delivery to the project. Each
variety of seed shall be furnished and delivered in separate bags or containers . A sample
of each variety of seed shall be furnished for analysis and testing when directed by the
Engineer.
The specified seed shall equal or exceed the following percentages of Purity and
germination :
Common Name Purity Germination
Common Bermuda Grass 95% 90%
Annual Rye Grass 95% 95%
Tall Fescue 95% 90%
Western Wheatgrass 95% 90%
Buffalo Grass Varieties
Top Gun 95% 90%
Cody 95% 90%
Table 120.2.(2)a.
URBAN AREA WARM-SEASON SEEDING RA TE (lbs.); Pure Live Seed (PLS)
Dates
Feb 1
to
May 1
Mixture for Clay or Tight Soils
(Eastern Sections)
Bermudagrass 40
Buffalograss 60
(Western Sections)
Buffalograss 80
Bermudagrass 20
Total : 100 Total : 100
Table, 120.2.(2)b
Mixture for
Sandy Soils
(All Sections)
Bermudagrass 60
Buffalograss 40
Total: 100
TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS)
Dates (All Sections)
Aug 15 Tall Fescue 50
to Western Wheatgrass 50
May 1 Annual Rye 50
Total: 100
CONSTRUCTION METHODS : After the designated areas have been completed to the lines ,
grades , and cross-sections shown on the Drawings and as provided for in other items of this
Contract, seeding of the type specified shall be performed in accordance with the requirements
hereinafter described .
a . Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent
washing of the slopes or dislodgment of the seed.
02/09/2 010 SC-35
PART D -SPECIAL CONDITIONS
b. Finishing . Where applicable , the shoulders , slopes , and ditches shall be smoothed after
seed bed preparation has been completed and shaped to conform to the cross-section
previously provided and existing at the time planting operations were begun .
BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly
distributed over the areas shown on the Drawings and where directed . If the sowing of seed is
by hand, rather than by mechanical methods, the seed shall be sown in two di rections at right
angles to each other. Seed and fertilizer shall be distributed at the same time provided the
specified uniform rate of application for both is obtained . "Finishing" as specified in Section D-
45, Construction Methods, is not applicable since no seed bed preparation is required .
DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall
be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be
reduced to less than one (1) inch in diameter or they shall be removed . The area shall then be
finished to line and grade as specified under "Finishing" in Section D-45, Construction
Methods .
The seed, or seed mixture , specified shall then be planted at the rate required and the
application shall be made uniformly . If the sowing of seed is by hand rather than by
mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately
one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the
"Cult ipacker" type. All rolling of the slope areas shall be on the contour.
ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to
be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the
seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed . The
area shall then be finished to line and grade as specified under "Finishing" in Section D-45,
Construction Methods .
Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six
(6) inches is thoroughly moistened .
After the watering, when the ground has become sufficiently dry to be loose and pliable, the
seed , or seed mixture specified , shall then be planted at the rate required and the application
shall be made uniformly . If the sowing of seed is by hand , rather than mechanical methods,
the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may
be distributed at the same time , provided the specified uniform rate of application for both is
obta ined . After planting, the seed shall be raked or harrowed into the soil to a depth of
approximately one-quarter (1/4) inch . The planted surface area and giving a smooth surface
without ruts or tracks. In between the time compacting is completed and the asphalt is applied,
the p lanted area shall be watered sufficiently to assure uniform moisture from the surface to a
minimum of six (6) inches in depth .
The application of asphalt shall follow the last watering as rapidly as possible . Asphalt shall be
of the type and grade as shown. on the Drawings and shall conform to the requirements of the
item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the
Drawings , or if Drawings are not included , then MS-2 shall be used . Applications of the
asphalt shall be at a rate of three-tenths (0.3) gallons per square yard . It shall be applied to
the area in such a manner so that a complete film is obtained and the finished surface shall be
comparatively smooth.
02/09/2 010 SC-36
PART D -SPECIAL CONDITIONS
RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES : Areas where
temporary cool season species have been planted may be replanted beginning February 1 with
warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the
following manner. The cool season species shall be mowed down to a height of one (1) inch to
insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil
penetration .
* Slit-seeding , is achieved through the use of an implement which cuts a furrow (slit) in the soil
and places the seed in the slit which is then pressed close with a cult packer wheel.
4 . HYDROMULCH SEEDING :
If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and
have a germination rate of 90%. Contractor shall ensure that the grass establishes .
5. CONSTRUCTION WITHIN PARK AREAS
TURF RESTORATION OF PARK AREAS : FERTILIZER
DESCRIPTION : "Fertilizer" will consist of providing and distributing fertilizer over such areas as
are designated on the Drawings and in accordance with these Specifications .
MATERIALS : All fertilizer used shall be delivered in bags or containers clearly labeled showing
the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the
Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-
0 or 16-5-8 or having the analysis shown on the Drawings . The figures in the analysis
represent the percent of nitrogen, phosphoric acid , and potash nutrients respectively as
determined by the methods of the Association of Official Agricultural Chemists .
In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted
or granulated fertilizer with a lower concentration . Total amount of nutrients furnished and
applied per acre shall equal or exceed that specified for each nutrient.
CONSTRUCTION METHODS : When an item for fertilizer is included in the Drawings and
proposal, pelleted or granulated fertilizer shall be appl ied un iformly over the area specified to
be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry
and in good physical condition. Fertilizer that is powdered to caked will be rejected .
Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer.
Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average
rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400)
pounds per acre for all types of "Seeding".
MEASUREMENT: Topsoil secured from borrow sources w i ll be measured by the square yard
in place on the project site. Measurement will be made only on topsoils secured from borrow
sources .
Acceptable material for "Seeding" will be measured by the linear foot, complete in place.
02109/2 010 SC-37
PART D -SPECIAL CONDITIONS
Acceptable material for "Sodd ing " will be measured by the linear foot , complete in place .
Acceptable material for "Fertil izer" shall be subsid iary to the pr ice of sodding or seeding .
PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract
unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid
for each item of work . Its price shall be full compensation for excavating (except as noted
below), loading , hauling , placing and furnishing all labor, equipment, tools , supplies , and
incidentals necessary to complete work.
All labor, equipment , tools and incidentals necessary to supply , transport, stockpile and place
topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding " bid items and
will not be paid for directly .
"Spot sodding" or "block sodding" as the case may be , will be paid for at the contract unit price
per square yard , complete in place , as provided in the proposal and contract. The contract unit
price shall be the total compensation for furnishing and placing all sod ; fo r all rolling and
tamping ; for all watering; for disposal of all surplus materials ; and for all materials , labor,
equipment , tools and incidentals necessary to complete the work , all in accordance with the
Drawings and these Specifications .
The work performed and materials furnished and measured as provided under "Measurement"
shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified , as the case
may be , which price shall each be full compensation for furnishing all materials and for
performing all operations necessary to complete the work accepted as follows :
Fertilizer material and application will not be measured or paid for directly , but is considered
subsidiary to Sodding and Seeding .
D-45 CONFINED SPACE ENTRY PROGRAM
It shall be the responsibility of the contractor to implement and maintain a · variable "CONFINED
SPACE ENTRY PROGRAM " which must meet OSHA requirements for all its employees and
subcontractors at all times during construction. All active sewer manholes, regardless of depth,
are defined by OSHA, as "permit required confined spaces ". Contractors shall submit an
acceptable "CONFINED SPACE ENTRY PROGRAM " for all applicable manholes and maintain an
active file for these manholes . The cost of complying with this program shall be subsidiary to the
pay items involving work in confined spaces.
02/09/2010 SC-38
PART D -SPECIAL CONDITIONS
D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION
7. Prior to the final inspection being conducted for the project, the contractor shall contact the
city inspector in writing when the entire proj ect 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 tak ing 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 operat ing area at each work site shall, at the
direction of the Engineer , be protected by erecting a "snow fence" along the drip line or
edge of the tree root system between tree and the construction area .
3. Contractor shall inspect each work site in advance and arrange to have any tree limbs
pruned that might be damaged by equipment operations. The Engineer shall be notified at
least 24 hours prior to any tree trimming work. No trimming work will be permitted within
private property without written permission of the Owner.
4 . Nothing shall be stored over the tree root system within the drip line area of any tree .
5. Before excavation (off the roadway) within the drip line area of any tree , the earth shall be
sawcut for a minimum depth of 2 feet.
6 . At designated locations shown on the drawings , the "short tunnel" method using Class 51
D.I. pipe shall be utilized .
7. Except in areas where clearing is allowed , all trees up to 8" in diameter damaged during
construction shall be removed and replaced with the same type and diameter tree at the
contractor's expense .
8. Contractor shall employ a qualified landscaper for all the work required for tree care to
ensure utilization of the best agricultural practices and procedures .
02/09/2010 SC-39
PART D -SPECIAL CONDITIONS
9. Short tunneling shall consist of power augering or hand excavation . The tunnel diameter
shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe
installation shall be pressure grouted .
0-48 CONCRETE ENCASEMENT OF SEWER PIPE
Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of
concrete encasement as measured in place along the centerline of the pipe for each pipe diameter
indicated . The Contract Unit Price shall include all costs associated with installation and
reinforcement of the concrete encasement.
0-49 CLAY DAM
Clay dam construction shall be performed in accordance with the Wastewater Clay Dam
Construction , figure in the Drawings in these Specifications , at locations indicated on the Drawings
or as directed by the City . Clay dams shall be keyed into undisturbed soil to make an impervious
barrier to reduce groundwater percolation through the pipeline trench . Construction material shall
consist of compacted bentonite clay or 2:27 concrete . Payment for work such as forming, placing
and finishing shall be subsidiary to the price bid for pipe installation .
0-50 EXPLORATORY EXCAVATION (D-HOLE)
The Contractor shall be responsible for verifying the locations of fill existing utilities prior to
construct ion , in accordance with item D-6. At locations identified on the drawings, contractor shall
conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the
existing underground utility where it may be in potential conflict with a proposed facility alignment.
The exploratory excavation shall be conducted prior to construction of the entire project only at
locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of
findings (including surveyed elevations of existing conflict ing utilities) to the City prior to the start of
construct ion 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 appropr iate design
modifications .
The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a
safe and proper driving surface to ensure the safety of the general public and to meet the approval
of the City inspector. The contractor shall be liable for any and all damages incurred due to the
exploratory excavation (D-Hole).
Payment shall not be made for verification of existing utilities per item D-6 . Payment for
exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer,
shall include full compensation for all materials , excavation , surface restoration , field surveys , and
all incidentals necessary to complete the work , shall be the unit price bid . No payment shall be
made for exploratory excavation(s) conducted after construction has begun .
0-51 INSTALLATION OF WATER FACILITIES
51.1 Polyvinyl Chloride (PVC) Water Pipe
POLYVINYL Chloride Plast ic Water Pipe and fittings on this Project shall be in accordance
with the material standard contained in the General Contract Documents . Payment for work
such as backfill , bedding , blocking , detectable tapes and all other associated appurtenant
required , shall be included in the linear foot price bid of the appropriate BID ITEM(S).
02/0912 010 SC-40
PART D -SPECIAL CONDITIONS
51.2 Blocking
Concrete blocking on this Project will necessarily be required as shown on the Plans and
shall be installed in accordance with the General Contract Documents . All valves shall have
concrete blocking provided for supporting. No separate payment will be made for any of the
work involved for the item and all costs incurred will be considered to be included in the linear
foot bid pr ice 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 sha ll 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 . T he steel casing pipe shall be
supplied as follows:
For the inside and outside of casing pipe , coal-tar protect ive coating in accordance
w ith the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up
after field welds shall prov ide coating equal to those specified above . C. Minimum
thickness for casing pipe used shall be 0 .375 inch .
Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade
Waterworks Manufacturing Company or an approved equal shall be used on all non-
concrete pipes when installed in casing. Installation shall be as recommended by the
Manufacturer.
2. SEWER:
Boring used on this project shall be in accordance with the material standard E 1-15 and
Construction standard E2-15 as per Fig . 110 of the General Contract Documents .
3. PAYMENT:
Payment for all materials , labor, equipment , excavation , concrete grout , backfill , and
incidental work shall be included in the unit price bid per foot.
51.4 Tie-Ins
The Contractor shall be responsible for making tie-ins to the existing water ma ins . 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 pr ice of the pipe .
51.5 Connection of Existing Mains
The Contractor shall determine the exact location , elevation, configuration and angulation
of existing water or sanitary sewer lines prior to manufacturing of the connecting piece.
Any differences in locat ions , elevation , configuration , and or angulat ion of existing lines
between the contract drawings and what may be encountered in the said work shall be
considered as incidental to construction . Where it is required to shut down ex isting mains
in order to make proposed connections , such down time shall be coordinated with the
02/09/2010 SC-41
PART D -SPECIAL CONDITIONS
Engineer, and all efforts shall be made to keep this down time to a minimum . In case of
shutting down an existing main , the Contractor shall notify the City Project Manager,
Construction Services , Phone 817-392-8306, at least 48-hours prior to the required shut
down time . The Contractor's attention is directed to Paragraph 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 interruption .
The cost of removing any existing concrete blocking shall be included in the cost of
connection . Unless bid separately all cost incurred shall be included in the linear foot price
bid for the appropriate pipe size.
51.6 Valve Cut-Ins
It may be necessary to cut-in gate valves to isolate the water main from which the
extension and/or replacement is to be connected . This may require closing valves in other
lines and putting consumers out of service for that period of time necessary to cut in the
new valve ; the work must be expedited to the utmost and all such cut-ins must be
coordinated with the engineer in charge of inspection . All consumers shall be individually
advised prior to the shut out and advised of the approximate length of time they may be
without service .
Payment for work such as backfill, bedding, fittings, blocking and all other associated
appurtenants required, shall be included in the price of the appropriate bid items .
51. 7 Water Services
The relocation , replacement, or reconnection of water services will be required as shown
on the plans , and/or as described in these Special Contract Documents in addition to those
located in the field and identified by the Engineer.
All service's shall be constructed by the contractor utilizing approved factory manufactured
tap saddles (when required) and corporation stops , type K copper water tubing , curb stops
with lock wings , meter boxes , and if required approved manufactured
service branches . All materials used shall be as specified in the Material Standards (E 1-17
& E 1-18) contained in the General Contract Documents .
All water services to be replaced shall be installed at a minimum depth of 36 inches below
final grade .
All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1-
inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from
the main line to the meter box .
All services which are to be replaced or relocated shall be installed with the service main
tap and service line being in line with the service meter unless otherwise directed by the
Engineer.
A minimum of 24 hours advance notice shall be given when service interruption will be
.required as specified in Section CS-5 .15 INTERRUPTION OF SERVICE .
02/09/2010 SC-42
PART D -SPECIAL CONDITIONS
All water service meters shall be removed , tagged , and collected by the contractor for
pickup by the Water Department for reconditioning or replacement. After installat ion 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 relocation is required
when the existing service is lead or is too shallow to avoid breakage during street
reconstruction . The contractor shall replace the existing service line with Type K copper
from the main to the meter, curb stop with lock wings, and corporat ion stop .
Payment for all work and materials such as backfill , fittings , type K copper tubing , curb stop
with lock wings , service line adjustment, and any relocation of up to 12-inches from center
line existing meter location to center line proposed meter location shall be included in the
Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any
vertical adjustment of customer service li ne within the 5 foot area shall be subsidiary to the
service installation .
Payment for all work and materials such as tap saddle (if required), corporation stops , and
fittings shall be included in the price bid for Service Taps to Main .
1. WATER SERVICE RECONNECTION : Water service reconnection is required when the
existing service is copper and at adequate depth to avoid breakage during street
reconstruction. The contractor shall adjust the existing water serv ice line as required for
reconnection and furnish a new tap with corporation stop . The contractor will be paid for
one (1) Service Tap to Main for each service reconnected plus for any copper service line
used in excess of five (5) feet from Main to five (5) feet behind the Meter.
2. WATER SERVICE METER AND METER BOX RELOCATIONS : When the replacement
and relocation of a water service and meter box is required and the location of the meter
and meter box is moved more than twelve (12) inches, as measured from the center line of
the existing meter to location to the center line of the proposed meter location, separate
payment will be allowed for the relocation of service meter and meter box . Centerline is
defined by a line extended from the service tap through the meter. Only relocations made
perpendicular to this centerline will be paid for separately . Relocations made along the
centerline will be paid of in feet of copper service line .
When relocation of service meter and meter box is required , payment for all work and
materials such as backfill, fittings, five (5) feet of type K copper service and all materials ,
labor, and equipment used by and for the licensed plumber shall be included in the price
bid for the service meter relocation . All other costs will be included in other appropriate bid
item(s).
This item will also be used to pay for all service meter and meter box relocations as
required by the Engineer when the service line is not being replaced . Adjustment of only
the meter box and customer service line within 5 feet distance behind the meter will not
justify separate payment at any time . Locations with multiple serv ice branches will be paid
for as one service meter and meter box relocation.
02/09/2010 SC-43
PART D -SPECIAL CONDITIONS
4 . NEW SERVICE : When new services are required the contractor shall install tap saddle
(when required), corporation stop , type K copper service line , curb stop with lock wings,
and meter box . Reinforced plastic meter boxes with cast iron lid shall be provided for all 2
inch water meters or smaller. The reinforced plastic water meter boxes shall comply with
section E 1-18A -Reinforced Plastic Water Meter Boxes .
Payment for all work and materials such as backfill , fittings, type K copper tubing , and curb
stop with lock wings shall be included in the Linear Foot price bid for Service Line from
Main to Meter five (5) feet behind the meter.
Payment for all work and materials such as tap saddle , corporation stops , and fittings shall
be included in the price bid for Service Taps to Mains .
Payment for all work and materials such as furnishing and setting new meter box shall be
included in the price bid for furnish and set meter box .
1. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the
contractor shall furnish approved factory manufactured branches .
Payment for multiple service branches will include furnishing and installing the multiple
service branch only and all other cost will be included in other appropriate bid item(s).
2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple
service lines with taps servicing a single service meter encountered during construction
shall be replaced with one service line that is applicable for the size of the existing service
meter and approved by the Engineer.
Payment shall be made at the unit bid price in the appropriate bid item(s).
51.8 2-lnch Temporary Service Line
A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide
temporary water service to all buildings that will necessarily be required to have severed
water service during said work. The contractor shall be responsible for coordinating the
schedule of the temporary service connections and permanent service reconnections with
the building owners and the Engineer in order that the work be performed in an expeditious
manner. Severed water service must be reconnected within 2 hours of discontinuance of
service.
A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an
appropriate fire hydrant adapter fitting shall be required at the temporary service point of
connection to the City water supply. The 2-inch temporary service main and 3/4-inch
service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2"
temporary service line shall be cleaned and sterilized by us ing chlorine gas or chlorinated
lime (HTH) prior to installation.
The out-of-service meters shall be removed, tagged and collected by the Contractor for
delivery to the Water Department Meter Shop for reconditioning or replacement. Upon
restoring permanent service , the Contractor shall re-install the meters at the correct
location. The meter box shall be reset as necessary to be flush with the existing ground or
as otherwise directed by the Engineer.
02/09/2010 SC-44
PART D -SPECIAL CONDITIONS
The temporary service layout shall have a minimum available flow rate of 5 GPM at a
dynamic pressure of 35 PSI per service tap . This criteria shall be used by the Contractor to
determine the length of temporary service allowed , number of serv ice taps and number of
feed points .
When the temporary serv ice 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 locat ion only .
Any water that the contractor may need for personal use will require a separate hydrant
meter obtained by the Contractor, at its cost , from the Water Department.
51.9 Purging and Sterilization of Water Lines
Before being placed into service all newly constructed water lines shall be purged and
sterilized in accordance with E2-24 of the General Contract Documents and Specifications
except as modified herein . The City will provide all water for INITIAL cleaning and
sterilization of water lines . All materials for construct ion of the project , including
appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be
furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to
provide a chlorine residual of fifty (50) PPM . The residual of free chlorine shall be
measured after 24 hours and shall not be less than 10 parts per million of free chlorine .
Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary
sewer not be available, chlorinated water shall be "de-chlorinated " prior to disposal. The
line may not be placed in service until two successive sets of samples , taken 24 hours
apart, have met the established standards of purity .
Purging and steril ization of the water lines shall be considered as incidental to the project
and all costs incurred will be considered to be included in the linear foot bid price of the
pipe .
51.10 Work Near Pressure Plane Boundaries
Contractor shall take note that the water line to be replaced under this contract may cross
or may be in close proximity to an existing pressure plane boundary . Care shall be taken
to ensure all "pressure plane" valves installed are installed closed and no cross
connections are made between pressure planes
02/09/2 010 SC-45
PART D -SPECIAL CONDITIONS
51.11 Water Sample Station
GENERAL :
All water sampling station installations will be per attached Figure 34 or as required in large
water meter vaults as per Figure 33 unless otherw ise directed by the Engineer.
The appropriate water sampling station will be furnished to the Contractor free of charge ;
however, the Contractor will be required to pick up this item at the Field Operations
Warehouse .
PAYMENT FOR FIGURE 34 INSTALLATIONS : Payment for all work and materials
necessary for the installation of the 3/4-inch type K copper service line will be shall be
included in the price bid for copper Service Line from Main to Meter.
Payment for all work and materials necessary for the installation tap saddle (if required),
corporation stops , and fittings shall be included in the price bid for Service Taps to Main .
Payment for all work and materials necessary for the installation of the sampling station ,
concrete support block , curb stop , fittings , and an incidental 5-feet of type K copper service
line which are required to provide a complete and functional water sampling station shall be
included in the price bid for Water Sample Stations .
PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials
necessary for the installation tap saddle , gate valve , and fittings shall be included in the
price bid for Service Taps to Main .
Payment for all work and materials necessary for the installation of the sampling station,
modification to the vault , fittings , and all type K copper service line which are required to
provide a complete and functional water sampling station shall be included in the price bid
for Water Sample Stations.
51.12 Ductile Iron and Gray Iron Fittings
Reference Part E2 Construction Specifications , Section E2-7 Install ing Cast Iron Pipe ,
fittings , and Specials , Sub section E2-7.11 Cast Iron Fittings :
E2-7.11 DUCTILE-IRON AND GRAY-IRON FITIINGS: All ductile-iron and gray-iron
fittings shall be furnished with cement mortar lining as stated in Section E1-7 . The price
bid per ton of fittings shall be payment in full for all fittings , joint accessories , polyethylene
wrapping, horizontal concrete blocking , vertical tie-down concrete blocking , and concrete
cradle necessary for construction as designed.
All ductile-iron and gray-iron fittings , valves and specials shall be wrapped with
polyethylene wrapping conforming to Material Specification E1-13 and Construction
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 b id items for vales and fittings and no other payments will be allowed .
02/09/2010 SC-46
PART D -SPECIAL CONDITIONS
0-52 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.
0-53 DEWATERING
The Contractor shall be responsible for determining the method of dewatering operation for the
water or sewage flows from the existing mains and ground water. The Contractor shall be
responsible for damage of any nature resulting from the dewatering operations .
The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer.
Ground water shall not be discharged into sanitary sewers .
Dewatering shall be considered as incidental to a construction and all costs incurred will be
considered to be included in the project price .
0-54 TRENCH EXCAVATION ON DEEP TRENCHES
Contractor to prevent any water flowing into open trench during construction . Contractor 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 .
0-55 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).
5. Surveyor's Plastic Flagging : "Tundra " we ight , International fluorescent orange or red
color.
6. Combination Fence: Commercially manufactured combination soil separator fabric on
wire mesh backing as shown on the Drawings.
D. ROOT PRUNING
7. Survey and stake location of root pruning trenches as shown on drawings.
8 . Using the approved specified equipment , make a cut a minimum of 36 inches deep in
order to minimize damage to the undisturbed root zone .
02/09/2010 SC-47
PART D -SPECIAL CONDITIONS
9 . Backfill and compact the trench immediately after trenching.
1 O. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the
Engineer.
11 . Within 24 hours , prune flush with ground and backfill any exposed roots due to
construction activity . Cover with wood chips of mulch in order to equalize soil
temperature and minimize water loss due to evaporation .
12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no
roots over 1-inch diameter being cut unless cut by hand or cut by specified methods,
equipment and protection.
E. MULCHING : Apply 2-inches to 4-inches of wood chips from trimming or clearing operation
on areas designated by the Engineer.
F. Tree Pruning shall be considered subsidiary to the project contract price.
D-56 TREE REMOVAL
Trees to be removed shall be removed using applicable methods, including stump and root ball
removal , loading, hauling and dumping . Extra caution shall be taken to not disrupt existing utilities
both overhead and buried. The Contractor shall immediately repair or replace any damage to
utilities and private property including, but not limited to, water and sewer services, pavement ,
fences, walls, sprinkler system piping , etc., at no cost to the Owner. All costs for tree removal,
including temporary service costs, shall be considered subsidiary to the project contract price and
no additional payment will be allowed.
D-57 TEST HOLES
The matter of subsurface exploration to ascertain the nature of the soils , including the amount of
rock, if any, through which this pipeline installation is to be made is the responsibility of any and all
prospective bidders, and any bidder on this project shall submit his bid under this condition .
Whether prospective bidders perform this subsurface exploration jointly or independently, and
whether they make such determination by the use of test holes or other means , shall be left to the
discretion of such prospective bidders .
If test borings have been made and are provided for bidder's information , at the locations shown
on the logs of borings in the appendix of this specification, it is expressly declared that neither the
City nor the Engineer guarantees the accuracy for the information or that the material encountered
in excavations is the same, either in character , location, or elevation , as shown on the boring logs .
It shall be the responsibility of the bidder to make such subsurface investigations , as he deems
necessary to determine the nature of the material to be excavated. The Contractor assumes all
responsibility for interpretation of these records and for making and maintaining the required
excavation and of doing other work affected by the geology of the site.
The cost of all rock removal and other associated appurtenances, if required, shall be included in
the linear foot bid price of the pipe .
02/09 /2010 SC-48
PART D -SPECIAL CONDITIONS
D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION
OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION
Prior to beginning construct ion on any block in the project , the contractor shall, on a block by block
basis , prepare and deliver a not ice or flyer of the pending construction to the front door of each
residence or business that will be impacted by construction . The notice shall be prepared as
follows:
The notification notice or flyer shall be posted seven (7) days prior to beginning any construction
activity on each block in the project area . The flyer shall be prepared on the Contractor's
letterhead and shall include the following information: Name of Project , City Project No (CPN).,
Scope of Project (i.e. type of construction activity), actual construction duration within the block,
the name of the contractor's foreman and his phone number, the name of the City 's inspector and
his phone number and the City's after-hours phone number. A sample of the 'pre-construction
notification ' flyer is attached .
The contractor shall submit a schedule showing the construction start and finish time for each
block of the project to the inspector. In addition , a copy of the flyer shall be delivered to the City
Inspector for his review prior to being distributed. The contractor will not be allowed to begin
construction on any block until the flyer is delivered to all residents of the block.
In the event it becomes necessary to temporarily shut down water service to residents or
businesses during construct ion, the contractor shall prepare and deliver a notice or flyer of the
pending interruption to the front door of each affected res ident. 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 inc lude 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 del ivered to the inspector for his review
prior to being distributed. The contractor shall not be permitted to proceed with interruption of
water service until the flyer has been delivered to all affected residents and businesses .
Electronic versions of the sample flyers can be obtained from the Project Construction Inspector ..
All work involved with the notification flyers shall be considered subsidiary to the contract price and
no additional compensation shall be made .
D-59 TRAFFIC BUTTONS
The removal and replacement of traffic buttons is the responsibility of the contractor and shall be
considered a subsidiary item . In the event that the contractor prefers for the Signals , Signs and
Markings Division (SSMD) of the Transportation/Public Works Department to install the markings ,
the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs
incurred , both labor and material. No additional compensation shall be made to the contractor for
this reimbursement.
02/09/2010 SC-49
PART D -SPECIAL CONDITIONS
D-60 SANITARY SEWER SERVICE CLEANOUTS
Wheneve r a sanitary sewer service line is installed or replaced , the Contractor shall install a two-
way service cleanout as shown in the attached deta il. 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 ma intaining the temporary pavement until the paving
contractor has mobilized . The paving contractor shall assume maintenance responsibility upon
such mobilization . No additional compensation shall be made for maintaining the temporary
pavement.
D-62 CONSTRUCTION STAKES
The City, through its Surveyor or agent , will provide to the Contractor construction stakes or other
customary method of markings as may be found consistent with professional practice, establishing
line and grades for roadway and utility construction , and centerlines and benchmarks for
bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical.
One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and
one set of excavation/or stabilization stakes , and one set of stakes for curb and gutter/or paving . It
shall be the sole responsibility of the Contractor to preserve , maintain , transfer, etc ., all stakes
furnished until completion of the construction phase of the project for which they were furnished .
If the City or its agent determines that a sufficient number of stakes or markings provided by the
City , have been lost , destroyed , or disturbed, to prevent the proper prosecution and control of the
work contracted for in the Contract Documents , it shall be the Contractor's responsibility , at the
Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas
Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to
lack of replacement of construction stakes will be accepted , and time will continue to be charged in
accordance with the Contract Documents .
D-63 EASEMENTS AND PERMITS
The performance of this contract requires certa in temporary construction , right-of-entry
agreements, and/or perm its 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
02109/2010 SC-50
PART D -SPECIAL CONDITIONS
manholes . For locations where the City was unable to obtain the easement or right -of-entry , it
shall be the Contractor's responsibility to obtain the agreement prior to beginn ing 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 distri butes the plans for
the project. Also , it shall be the responsibility of the Contractor to obta i n 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 respons ibility 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 ra ilroad 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 construct ion related
questions. Every effort will be made to schedule the neighborhood meeting within the two weeks
following the pre-construction conference but in no case will construction be allowed to begin
until this meeting is held.
D-65 WAGE RA TES
Compliance with and Enforcement of Prevailing Wage Laws
Duty to pay Prevailing Wage Rates.
The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code
(Chapter 2258), including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such
prevailing wage rates are included in these contract documents .
Penalty for Violation.
A contractor or any subcontractor who does not pay the prevailing wage shall , upon demand made
by the City , pay to the City $60 for each worker employed for each calendar day or part of the day
that the worker is paid less than the prevailing wage rates st ipulated in these contract documents .
02/09/2010 SC-51
PART D -SPECIAL CONDITIONS
This penalty shall be retained by the City to offset its administrative costs , pursuant to Texas
Government Code 2258.023 .
Complaints of Violations and City Determination of Good Cause .
On receipt of information , including a complaint by a worker, concerning an alleged violation of
2258 .023 , Texas Government Code, by a contractor or subcontractor, the City shall make an initial
determination, before the 31st day after the date the City receives the information , as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
contractor or subcontractor and any affected worker of its initial determination. Upon the City's
determination that there is good cause to believe the contractor or subcontractor has violated
Chapter 2258 , the City shall retain the full amounts claimed by the claimant or claimants as the
difference between wages paid and wages due under the prevailing wage rates , such amounts
being subtracted from successive progress payments pending a final determination of the
violation.
Arbitration Required if Violation Not Resolved.
An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, including a
penalty owed to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the
contractor or subcontractor and any affected worker do not resolve the issue by agreement before
the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above .
If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th
day after the date that arbitration is required, a district court shall appoint an arbitrator on the
petition of any of the persons . The City is not a party in the arbitration. The decision and award of
the arbitrator is final and binding on all parties and may be enforced in any court of competent
jurisdiction .
Records to be Maintained .
The contractor and each subcontractor shall , for a period of three (3) years following the date of
acceptance of the work, maintain records that show (i) the name and occupation of each worker
employed by the contractor in the construction of the work provided for in this contract; and (ii) the
actual per diem wages paid to each worker. The records shall be open at all reasonable hours for
inspection by the City . The provisions of the Audit section of these contract documents shall
pertain to this inspection .
Pay Estimates .
With each partial payment estimate or payroll period, whichever is less , the contractor shall submit
an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas
Government Code .
Posting of Wage Rates .
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project
at all times .
Subcontractor Compliance.
The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) through (g) above .
(Wage rates are attached at the end of this section.)
(Attached)
02/09/2010 SC-52
PART D -SPECIAL CONDITIONS
D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE
A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos
National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR
Part 61, Subpart M . This specification will establish procedures to be used by all
Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with
NESHAP . Nothing in this specification shall be construed to void any provision of a contract
or other law , ordinance , regulation or policy whose requ irements are more stringent.
B. ACP is defined under NESHAP as a Category II , non-friable material in its intact state but
which may become friable upon removal , demolition and/or disposal. Consequently , if the
removal/ disposal process renders the ACP friable , it is regulated under the disposal
requirements of 40 CFR 61 .150. A NESHAP notification must be filed with the Texas
Department of Health. The notification must be filed at least ten days prior to removal of
the material. If it remains in its non -friable state, as defined by the NESHAP , it can be
disposed as a conventional construction waste . The Environmental Protection Agency
(EPA) defines friable as material , when dry , which may be crumbled, pulverized or reduced
to powder by hand pressures.
C. The Generator of the hazardous material is responsible for the identification and proper
handling, transportation , and disposal of the material. Therefore, it is the policy of the City
of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable
or not.
D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and
prudent manner that it remains intact and does not become friable. The Excavator is
responsible to employ those means , methods , techniques and sequences to ensure this
result.
E. Compliance w ith 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 responsibil ity
of the Excavator. (Copy of forms attached)
F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe
unless otherwise stated or indicated on the project plans or contract documents.
D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE)
PERM IT: As defined by Texas Commiss ion on Environmental Quality (TCEQ) regulations , a Texas
Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all
construction activities that result in the disturbance of one to five acres (Small Construction
Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined
as an "operator" by state regulations and is required to obtain a permit. Information concerning the
02/09/2 010 SC-53
PART D -SPECIAL CONDITIONS
permit can be obtained through the Internet at http://www.tnrcc .state .tx .us/permitting/water
perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and
designed in accordance with North Central Texas Council of Governments Best Management
Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can
be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural
controls discussed in the BMP Manual will necessarily apply to this project. Best Management
Practices are construction management techniques that , if properly utilized, can minimize the need
for physical controls and possible reduce costs . The methods of control shall result in minimum
sediment retention of not less than 70%.
NOTICE OF INTENT (NOi}: If the project will result in a total land disturbance equal to or greater
than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent
(NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction
activity as well as a commitment that the contractor understands the requirements of the permit for
storm water discharges from construction activities and that measures will be taken to implement
and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ
at least 48 hours prior to the contractor moving on site and shall include the required $100
application fee.
The NOi shall be mailed to :
Texas Commission on Environmental Quality
Storm Water & General Permits Team ; MC-228
P .O. Box 13087
Austin, TX 78711-3087
A copy of the NOi shall be sent to:
City of Fort Worth
Department of Environmental Management
5000 MLK Freeway
Fort Worth, TX 76119
NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the
contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared
by the engineer. It serves as a notice that the site is no longer subject to the requirement of the
permit.
The NOT should be mailed to:
Texas Commission on Environmental Quality
Storm Water & General Permits Team ; MC-228
P.O . Box 13087
Austin , TX 78711-3087
STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an
erosion control and toxic waste management plan and a narrative defining site parameters and
techniques to be employed to reduce the release of sediment and pollution from the construction
site . Copies of the project SWPPP 's are available for viewing at the office of the Consultant
disbursing the plans for the project. The selected Contractor shall be provided with three copies of
the SWPPP after award of contract , along with unbounded copies of all forms to be submitted to
the Texas Commission on Environmental Quality .
02/09/2010 SC-54
PART D -SPECIAL CONDITIONS
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 includ ing
payment of the TCEQ required fee . A SWPPP that meets all TCEQ requirements prepared by the
Engineer shall be prepared and implemented at least 48 hours before the commencement of
construction activities . The SWPPP shall be incorporated into in the contract documents . The
contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan
must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the
conditions of the permit since the actual construction activities may vary from those anticipated
during the preparation of the SWPPP. Modifications may be required to fully conform to the
requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the
construction site . Any alterations to the SWPPP proposed by the contractor must be prepared and
submitted by the contractor to the engineer for review and approval. A Notice of Termination
(NOT) form shall be submitted within 30 days after final stabilization has been achieved on all
portions of the site that is the responsibility of the permittee , or, when another permitted operator
assumes control over all areas of the site that have not been finally stabilized.
SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN
ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required . However,
a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site
Notice must be sent to the City of Fort Worth Department of Environmental Management at the
address listed above . A SWPPP, prepared as described above , shall be implemented at least 48
hours before the commencement of construction activities . The SWPPP must include descriptions
of control measures necessary to prevent and control so il erosion, sedimentation and water
pollution and will be included in the contract documents . The control measures shall be installed
and maintained throughout the construction to assure effective and continuous water pollution
control. The controls may include , but not be limited to , silt fences , straw bale dikes, rock berms,
diversion dikes, interceptor swales , sediment traps and basins , pipe slope drain , inlet protection ,
stabilized construction entrances, seeding, sodding , mulching, soil retention blankets , or other
structural or non-structural storm water pollution controls . The method of control shall result in a
minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from
the proposed control measures must be submitted to the engineer for approval.
PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on
the proposal as full compensation for all items contained in the project SWPPP .
D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS
It is the Contractor's responsibility to coordinate any event that will require connecting to or the
operation of an existing City water line system with the City 's representative . The Contractor may
obtain a hydrant water meter from the Water Department for use during the life of named project.
In the event the Contractor requires that a water valve on an existing live system be turned off and
on to accommodate the construction of the project , the Contractor must coordinate this act ivity
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 w ill be prosecuted to the full
extent of the law . In addition , the Contractor will assume all liabilities and responsibilities as a
result of these actions .
02/09/2 010 SC-55
PART D -SPECIAL CONDITIONS
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 d iscretion 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 ass ist the City in evaluating and
assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully
complete projects for the amount bid within the stipulated time frame . Based upon the City 's
assessment of the submitted information , a recommendation regarding the award of a contract will
be made to the City 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 t he 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 t ime charged to the contract.
If the amount of work performed by the contractor is less than the percentage of time allowed by
20% or more (example : 10% of the work completed in 30% of the stated contract time as may be
amended by change order), the following proactive measures will be taken :
1. A letter will be mailed to the contractor by certified mail , return receipt requested
demanding that , within 10 days from the date that the letter is received, it provide
sufficient equipment , materials and labor to ensure completion of the work within the
contract time . In the event the contractor receives such a letter , the contractor shall
provide to the City an updated schedule showing how the project will be completed
within the contract time.
2. The Project Manager and the Directors of Water · Department , and Department of
Transportation and Public Works will be made aware of the situation. If necessary , the
City Manager's Office and the appropriate city council members may also be informed.
3. Any notice that may , in the City's sole discretion, be required to be provided to
interested individuals w ill distributed by the Water Department's Public Information
Officer.
4 . Upon receipt of the contractor 's response , the appropriate City departments and
directors will be notified . The Water Department's Public Information Officer will, if
necessary , then forward updated notices to the interested indiv iduals .
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.
0210912 010 SC-56
PART D -SPECIAL CONDITIONS
D-71 AIR POLLUTION WATCH DAYS
The Contractor shall be required to observe the following gu idelines relating to working on City
construction sites on days designated as "AIR POLLUTION WATCH DAYS ". Typ ically , 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 Comm ission 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 A ir Pollution Watch Days , the Contractor shall bear the responsibility
of being aware that such days have been designated Air Pollution Watch Days and as such shall
not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized
equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10 :00
a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA
as "Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions , or
alternative fuels such as CNG .
If the Contractor is unable to perform continuous work for a period of at least seven hours between
the hours of 7:00 a.m. -6:00 p.m., on a designated Air Pollution Watch Day, that day will be
considered as a weather day and added onto the allowable weather days of a given month .
D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS
Contractor is required to secure a Street Use Permit , issued by the City of Fort Worth
Transportation and Public Works Permit Center (817-392-6594) prior to any work in public right of
way . Permit will not be issued without a traffic control plan sealed and signed by a registered
professional engineer licensed to practice in the State of Texas . Failure to acquire the proper
permit and permission may result in a fine of $500/day to the contractor performing the work.
Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract
cost and no additional compensation shall be made .
END OF PART D -SPECIAL CONDITIONS
02/09/2010 SC-57
PART D -SPECIAL CONDITIONS
(To be printed on Contractor's Letterhead)
Date :
CPN No .:
Project Name:
Mapsco Location :
Limits of Construction :
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH,
OUR COMPANY WILL WORK ON WATER AND/ OR SEWER LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS
NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE,
PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL
02/09/2010 SC-58
0210912010
PART D -SPECIAL CONDITIONS
Date: ____ _
DOE 110. XX.XX
Project Name:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON--------
BETWEEN THE HOURS OF AND------·
IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL:
MR. AT _________ _
(CONTRACTORS S.UPERINTENDENn (TELEPHONE NUMBER)
OR
MR. ___________ AT _________ _
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
__________ ___,CONTRACTOR
-------------
SC-59
F
0
r
0
ff
i
C
e
u
s
e
n
I
.y
Q
T
A
H
p
A
D
N
e
s
H
A
p
D
T
D
H
0
l
PART D -SPECIAL CONDITIONS
~ DEMOLITION/ RENOVATION
~ NOTIFICATION FORM
T D H NOTIFICATION# ________ _
TEXAS OEPARTME.NT OF HEALTH
NOTE: CIRCLE ITEMS THAT ARE AMENDED
I) Aba tement Contract or: ___________________ TDH Ucen i;;e Nurnller:~-----
Address : City: State : 2'.ip : ___ _
Orfice Phone Number: ,..._,__ _________ .Job Site Phone Numbor : _____________ _
Site Supervisor: TDH Lice nse Nt)mber: ---------------
Site Sup<ir.ris-Or: TOH License Number: _____________ _
Trained On-Sit e NESHAP l ndivfdual : _______________ Certification Date:. _______ _
Demolition Contractor: ______________ Offlce PMne Nurnber~~----------
Address : Ci ty: Sta1e: ____ .Zip : ____ ----
2) Project Gonsul1an1. or Operci1or:. ________________ TDH License Number:. _____ _
Mai ling Add ress: ____ ~------------------------------
Clty: Siate: ____ Zip; ____ Office Phone Number:--~------
3) Facllit;•01,1me r.. ___________________________________ _
A.1t-0ntion: _____________________________________ _
Me rli ng Address; ________________ =-------=--=---:-.-c---:-c---------
City.: State : Zip· Owner Phone Number..._,__ ___ _
••Noto ; Tho lnv,;,ico for lho notification too wm bo so.nt to the owner ot the-building and Uie bllllng iiddr~ for tho invoice will be
obtained from the lnfc;1rm;1Uon IMt Is pro'll'idod In thi,s &ec.tion.
4} Descriptiot 1<Jr .Fac:mty Name=-----------------------~--------
Physical M drei;s; .. _ --,--,-------~---County: Cit,•: _______ Zlp: ___ _
Facility Phone Number Faci l ity Contact Person : _____________ _
Oescripilon of AreatRoom Number:-----------~-----------------Prior Use: ______________ ~Fuluro Use : _________________ _
Age o f Btlilding,•Facili1;,: S i~: Number of Floors: _____ Sdlool (K • 12): r:: YES CT NO
5) Typa of Work; Cl Demolition n Renovalion (Abatement} U AnnuaJ Consolidated
Work will be during: U Da)' o E•1eriing D Night ::: Phased Projaci
Oescrlptlon of work schedu·l a: ___________________ ~-----------
6} Is th is ii Pul>lic Building? n YES
NESHAP-Only Facility? 0 YES
CJ NO federal Facility? O YES :: NO Industrial Site? D YES n NO
D NO Is 8t.1ilding/Faciffly Occu;:ifed? L1 YES Cl NO
7) Nolifrcation Type CHECK ONLY ONE
V iJ Original (10 Working Day&) : CancellatiarJ c AmencJmerit o Emergency/Orcforcd
I
a
I
a ,
ti
0
h
?
11 lhis is a n amen dment, 1'1ihich amendmen1 nu mber is this?_ (Enclose copy o.f orlglnal and/o.r last amendment)
If an emergency, who did you talk with al lDH? E;mergency#: ______ _
Dale i'!M Hou t of Etnet~13 ncy (HHH~1M.1DDIYY}: _______ _
Description of tha sudden, unexpected event and explanat ion o f hOl'i the event caused unsafe conditions or Wou1d cause
-equ ipment da m ag e {computer s, .mach i nery, etc·-------------------------
D' S) Descrip1ion of procedure.s to b e followed In the ev er1t 1hat w1e.xp ected as:bestos is found or pr evio uslt non-friab le
Y i asbestos material becomes crumbled. pul~·et ized. or r educed to powder;----------------e:
s
9) ·was 1;1n Al;ibes 1os survey performed? J YES C NO Da l e: l TD H Inspec tor License No ; _____ _
G An?lylicsl Method : D PLM D TEM O Ass umed TOH Labora !ory License No :.------
N (For TAHPA (public buitding) proje cts: an assurn ;:i tion mus t be made by a T DH Licc11 sed Inspector)
10) Oescriptio n of plann ed d'emo li ti or, or renovation work ,, type of material, an d m ethod{s) to be used ;_,-~-----
11} Doscriplion of work pra ct ices a n d engineering con trols 10 be used to prc•.'C nt e rn i:;sion .s of asbes1os at. the
de molitio·n,'renove1ion : _______________________________ _
02/09/2010 SC-60
PART D -SPECIAL CONDITIONS
12) ALL .ipplicablc items in. Ula fc11cw.ing table must be completed; IF NO ASBESTOS PRESENT CHECK HERS:
Approidmate amou11t of Check. un It of measu rcment
Asbestos-Containing Building Mate rial :1----As_bre_s.;...to-'s---+--...---....--,......-.---,----t
Type
RACM to be removed
RACM NOT removed
Interior Cate o J non-lriab!e removed
Ex(eriotCate o I non-friable removed
Catec:o I non-friable NOT removed
Interior Cat o II non-friable remo•,•ed
ExteriOr Cateo JI non-friable removed
Cate II non-friable NOT remo'o'ed
RACM Off-Facility Component
Pipes Surface Area Lrl Ln SO SO
Fl . M Ft M
13) Waste Tran:sponer Name:-· ________________ TOH License Number;------
Addtcss: ___________ Ciiy: __________ sta1e: ___ Zip:. ___ _
Ccntac.t Person ; Phc ir,e Number: ..___._ ________ _
14) waste Dispos.al Site Name=·-------------------~-~~-------
Address .:_ --,--,-------------------City: ----------Sta.le: ___ Zip: ___ _
Telephone: TNRCC Permit Number:--------
1 S) For siructura!ly unsour,d facilltles, attach .i copy ot demolition order anci tdenlify Govemrnental Officic1J below:
Name : Registrat ion No:--------------Tale:. _____________ ~--
Date of order (MMlDO/YY) I l Da1e order to begin {MM/DD/YY) -~'~'---
16) Scheduled Dates of Asbestos Abatement (MMIDDIYY} Start: ___ /~~~-Ccmplei e: ---'l'--__,f_
17) Scheduled Dal-.es Demoli!lon/Renovatiori {MM/OD/YY) Slart: J Complete:. _ _,_/_-'------
... Note: If the start date on this notification c:11n not bo> mvl, t:hv TOH Re,gional or Local Program office Must be contact.ad by
phone prior to the &tart date. Failure lo do so is a ... totaUon ll'l ,aceorcbne.c to TAHPA, Scdlon 295.B1.
I hereb,• oer1ify ltiat sit informaoon I have provided Is correct. complete:. and true to tile best of my kn .aw1edge . I ackn0'.1,Jedge
that I am respons i ble for all aspects or the notification form. includi ng, but no t limiting, content and submiss ion dates , Tho
maximum penalty is $10,000 per day per v~olation .
(Signalure of Building Owner/ Operator
or Delegated Consul tanliConltactor}
M.AILTO:
(f>r1ntcd Namo) (Date}
ASBES'TOS NOTIFICATION SECTION
TOXIC SUBSTANCES CONTROL DNISION
TEXAS Of PARTMENT OF HcAL TH
PO BOX 1<13538
AUSTIN, TX 78714-3536
PH : 512-834-5600, 1-800-572-55<:8
(Telephc:>..,e)
(Fax Nu mber)
•Faxes :.ire not ;,ccep.tcd"
Form APBf.5, d~l,e,;f 07/2~/02 .. Replaces TDH fofm datod 07/13/V1. Fa.r ,fi.ss/.stanc;e in completing form. c;.n'l 1-800-572·554/J
02/09/2010 SC-61
PART D -SPECIAL CONDITIONS
02/09 /2 010 SC-62
PART D -SPECIAL CONDITIONS
~', ,. _§
, City of Fort Worth
Highway (Heavy} Construction
Prevailing Wage Rates For 2008
Classificati ons.
Air T ool Operator
Asphalt Rak.e r
Asp hal: Sno;.·e.l er
Asphalt Di s1ribu10, Operator
Asphalt P.:wino Machine Ooerator
Sat.oh i ng P lant Wei gher
Broom or Swe-eoer Ooera-tor
Bulldozer Operntor
Caroenter (R ouQh )
Concrete Finisher-Paving
Concrete ,-,n i,sher -Structure.s
Concrete Pa.vi n,:i Curbing Mach. Ooer .
Concrete Pavi na Finishin::i Mact 1. Oper,
Concrete-Pa:11,ng Joint Sealer Oper.
Concrete-Pavi n,;i Saw Ooer .
Concrete Paving S preader Oper.
Concrete Rubber
Crane, Clamsh el l, Backh,:,e, Derrick.,
Oragli ne, Shovel
~lecl.rician
Flagger
Form 8-ui tder-S1ructur es
Form Seiter-Pavi ng & Cur:is
Foundaticn Drill Ooeratcr, C rawler Mou nted
Foundati on Drill Ooer,ato r, T mck Mounted
.i'r cnt End Loader
t allorer-Com mon
L a,borer-Ut ility
M echanic
Milli ng Mach,ne Cperator. n ne Grad;;,
Mixer Or::erato r
Mc:or Grader Ope•a1or (=i ne Grade}
Mcior Grader Operator, Rou ah O i l er
_::> a ir.ier. Strudures
?a,·em ent Markina. M acn ine Ooer .
?ipe t a.ye,
Roller. Steel Wheel P lant-Mix P.1vemems
P.o l1 er, Steel Wh::el Oth e r Flat111heel er
Tamoi nc
Ro Uer. Pneu matic , .Sel:f-P rnpe il ed Scraper
Reinforcin i:i Steel Set;;,r 1'Pavin<;J )
;Re i nfor ci n ::i Steel Setier (S t ru cture )
Source is AG C: of Tex as
(Hwy, Hvy. Utilities Industrial B ran,:h)
www.access.gpcgo,,.1da•,i sba con:
02/09/2010
Hour'lv Rate,s
$l0 .C6
.$ 13 .G-g
$8 ,Sll
$12.78
$14.15
SQ .SB
$13 .22
$12.8 D
$f2 ,25
$13.27
$12,.C.J
$12,50
$13.Ed
$14 .E-O
$10 .51
$14 .12
$18 .12
$8.43
$11 .6-3
$11e,3
$13.67
$1630
$12.02
$9 .18
$16 .97
$11 ,83
$!HS
$15 ,20
$14 .EJ
$13 . 17
$10.C4
$11C4
$11-29
$10.92
$11 .C7
$14 ,88
$16.2;)
SC-63
Classifications
Scraper Opera i or
S ervice.r
Sl ip Fer m Machine Ooerator
S-ore.;;d-er Box C-o erator
Tractor ooer ator, Crawl er T•,•o,e
Tract cr operator, Pnel:matic
Tra'.'elin o Mi;,:er Opo2 ra tor
Truck Dri\•e r-Singt.e A:<:le (Lig'ht )
Truck Ori'ler-Sinai-: Axle f Heavv;
Truck Orive.r -I andem Axle .Semi-Trailer
Truck Ori•,w-L cwbov.'Float
Truck Driver-Transii Mix
'Nagcn Drill. Bori ng Machine. Post Hole
Dri ller
Welder
Work Zone Sa.r ricade Servicer
Hrlv Rts
$1 1.42
S1 2.32
Si2.3 3
S12.60
S 12.9 1
S l 2.03
-S10.G1
S11.47
:5 1 1.75
S 14.93
$12.08
S 14.0D
$13.57
Si0.09
Additional Special
Conditions
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-1 A WARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS -OMIT 5
DA-2 PIPELINE REHABILITATION CURED-IN~PLACE PIPE -OMIT ....................... 5
DA-3 PIPE ENLARGEMENT SYSTEM-OMIT .................................................................. 5
DA-4 FOLD AND FORM PIPE -OMIT ................................................................................. 5
DA-5 SLIPLINING -OMIT ..................................................................................................... 5
DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT .................................................. 5
DA-7 TYPE OF CASING PIPE ................................................................................................ 8
DA-8 SERVICE LINE POINT REPAIR/ CLEAN OUT REPAIR -OMIT ........................ 9
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION -
OMIT 9
DA-10 MANHOLE REHABILITATION-OMIT ................................................................... 9
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION -OMIT ........ 9
DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM -
OMIT 9
DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM -OMIT ........................ 9
DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM -OMIT ............... 9
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES -OMIT ...................... 9
DA-22 FIBERGLASS MANHOLES -OMIT ........................................................................... 9
DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ........... 9
DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER -OMIT ...................... 10
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS-OMIT ............................... 10
DA-27 GRADED CRUSHED STONES ................................................................................... 11
DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE -OMIT ..................................... 11
DA-29 BUTT JOINTS -MILLED -OMIT ............................................................................ 11
DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) -OMIT ................................ 11
DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER -OMIT ..................... 11
DA-32 NEW 7" CONCRETE VALLEY GUTTER -OMIT ................................................. 11
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP -OMIT ........................................... 11
DA-34 8" PAVEMENT PULVERIZATION -OMIT ............................................................ 11
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) -OMIT 11
DA-36 RAISED PAVEMENT MARKERS -OMIT ............................................................... 11
DA-37 POTENTIALLY CONT AMINA TED MATERIAL HANDLING -OMIT ............. 11
DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL
-OMIT 11
DA-39 ROCK RIPRAP -GROUT-FILTER FABRIC -OMIT ........................................... 11
DA-40 CONCRETE RIPRAP -OMIT .................................................................................... 11
DA-41 CONCRETE CYLINDER PIPE AND FITTINGS -OMIT ...................................... 12
DA-42 CONCRETE PIPE FITTINGS AND SPECIALS -OMIT ....................................... 12
DA-43 UNCLASSIFIED STREET EXCAVATION -OMIT ................................................ 12
DA-44 6" PERFORATED PIPE SUBDRAIN -OMIT ........................................................... 12
DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS -OMIT ............................... 12
DA-46 SEQUENCE OF CONSTRUCTION ........................................................................... 12
DA-47 PAVEMENT REPAIR IN PARKING AREA -OMIT .............................................. 14
DA-48 EASEMENTS AND PERMITS .................................................................................... 14
10123/08 ASC-1
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-49 HIGHWAY REQUIREMENTS-OMIT .................................................................... 14
DA-SO CONCRETE ENCASEMENT -OMIT ....................................................................... 14
DA-51 CONNECTION TO EXISTING STRUCTURES ....................................................... 14
DA-52 TURBO METER WITH VAULT ANDBYPASSINSTALLATION-OMIT ........ 14
DA-53 OPEN FIRE LINE INSTALLATIONS-OMIT ......................................................... 14
DA-54 WATER SAMPLE STATION -OMIT ....................................................................... 15
DA-55 CURB ON CONCRETE PAVEMENT -OMIT ......................................................... 15
DA-56 SHOP DRAWINGS ....................................................................................................... 15
DA-57 COST BREAKDOWN -OMIT ............................................. , ...................................... 16
DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP -OMIT ................................................. 16
DA-60 ASPHALT DRIVEWAY REPAIR-OMIT ................................................................ 16
DA-61 TOP SOIL ....................................................................................................................... 16
DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT -
OMIT 16
DA-63 BID QUANTITIES ........................................................................................................ 16
DA-64 WORK IN HIGHWAY RIGHT OF WAY -OMIT ................................................... 16
DA-65 CRUSHED LIMESTONE (FLEX-BASE) .................................................................. 16
DA-66 OPTION TO RENEW -OMIT .................................................................................... 16
DA-67 NON-EXCLUSIVE CONTRACT -OMIT .................................................................. 16
DA-68 CONCRETE VALLEY GUTTER -OMIT ................................................................. 16
DA-69 TRAFFIC BUTTONS -OMIT ..................................................................................... 16
DA-70 PAVEMENT STRIPING -OMIT ................................................................................ 16
DA-71 H.M.A.C. TESTING PROCEDURES-OMIT ........................................................... 17
DA-72 SPECIFICATION REFERENCES .............................................................................. 17
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW
PREVENTER/CONTROL VALVE AND BOX-OMIT ........................................................... 17
DA-74 RESILIENT-SEATED GATE VALVES-OMIT ...................................................... 17
DA-75 EMERGENCY SITUATION, JOB MOVE-IN -OMIT ............................................ 17
DA-76 1 Yi" & 2" COPPER SERVICES -OMIT ................................................................... 17
DA-77 SCOPE OF WORK (UTIL. CUT) -OMIT ................................................................. 17
DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT)-OMIT ................................. 17
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) -OMIT ......... 17
DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) -OMIT ........................... 17
DA-82 LIQUIDATED DAMAGES (UTIL. CUT) -OMIT .................................................... 17
DA-83 PAVING REPAIR EDGES (UTIL. CUT)-OMIT ..................................................... 17
DA-84 TRENCH BACKFILL (UTIL. CUT)-OMIT ............................................................ 17
DA-85 CLEAN-UP (UTIL. CUT)-OMIT .............................................................................. 17
DA-86 PROPERTY ACCESS (UTIL. CUT) -OMIT ............................................................ 17
DA-87 SUBMISSION OF BIDS (UTIL. CUT) -OMIT ......................................................... 17
DA-88 STANDARD BASE REP AIR FOR UNIT I (UTIL. CUT) -OMIT .......................... 17
DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT)-OMIT ... 17
DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) -OMIT .......................................... 17
DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT)-
OMIT 17
10/23108 ASC-2
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-92 MAINTENANCE BOND (UTIL. CUT)-OMIT ........................................................ 17
DA-93 BRICK PAVEMENT (UTIL. CUT) -OMIT .............................................................. 18
DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) -OMIT ................................. 18
DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) -OMIT .................. 18
DA-97 "QUICK-SET" CONCRETE (UTIL. CUT)-OMIT ................................................ 18
DA-98 UTILITY ADJUSTMENT (UTIL. CUT)-OMIT ..................................................... 18
DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL.
CUT)-OMIT ................................................................................................................................. 18
DA-100 LIMITS OF CONCRETE PAVEMENT REP AIR (UTIL. CUT) -OMIT .......... 18
DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT)-OMIT ................................. 18
DA-102 PAYMENT (UTIL. CUT) -OMIT ........................................................................... 18
DA-103 DEHOLES (MISC. EXT.) -OMIT .......................................................................... 18
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.)-OMIT ................................ 18
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.)-OMIT ...................... 18
DA-106 BID QUANTITIES (MISC. EXT.)-OMIT ............................................................ 18
DA-107 LIFE OF CONTRACT (MISC. EXT.)-OMIT ...................................................... 18
DA-108 FLOWABLE FILL .................................................................................................... 18
DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.)-OMIT ...................................... 19
DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.)-OMIT .. 19
DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.)-OMIT ...................... 19
DA-112 MOVE IN CHARGES (MISC. REPL.)-OMIT ..................................................... 19
DA-113 PROJECT SIGNS (MISC. REPL.)-OMIT ............................................................ 19
DA-114 LIQUIDATED DAMAGES (MISC. REPL.) -OMIT ............................................ 19
DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) -OMIT ........................ 19
DA-116 FIELD OFFICE -OMIT ................................ ,, .......................................................... 19
DA-117 TRAFFIC CONTROL PLAN .. ,. ................................................................................ 19
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS -
OMIT 19
DA-119 GRAVELDRIVEWAYREPAIR ............................................................................ 19
DA-120 REPLACEMENT OF TREES -OMIT .................................................................... 20
DA-121 PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY
BORING, TUNNELING OR OPEN CUT .................................................................................. 20
DA-122 FIBERGLASS SEWER PIPE -GRAVITY SERVICE .......................................... 28
DA-123 JUNCTION SANITARY SEWER MANHOLE ..................................................... 32
DA-124 SUBSURFACE EXPLORATION ............................................................................ 33
DA-125 ABANDON EXISTING WATER AND SANITARY SEWER STRUCTURES -
OMIT 33
DA-126 ABANDON EXISTING PIPE LINE AND MANHOLES ...................................... 33
DA-127 SANITARY SEWER AND WATER LINE MARKERS -OMIT ......................... 33
DA-128 TUNNELING .............................................................................................................. 33
DA-129 HINGED MANHOLE ............................................................................................... 35
DA-130 PASSIVE ODOR CONTROL FOR VENT PIPE. .................................................. 35
DA-131 NEW STRUCTURE INTERIOR MANHOLE COATING RA VEN LINNING
SYSTEM 38
10/23108 ASC-3
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-132 CUT AND PLUG ....................................................................................................... 46
DA-133 ANTI-FLOATATION PROTECTION -OMIT ..................................................... 46
DA-134 FIBERGLASS REINFORCED POLYMER MORTAR PIPE FOR TUNNEL
CARRIER INSTALLATION-GRAVITY SERVICE ......................................................... 46
DA-136 COORDINATION WITH OTHER CONTRACTORS ......................................... 49
DA-137 VERTICAL AND HORIZONTAL INSTALLATION REQUIREMENTS ........ 49
DA-138 PRECONSTRUCTION SEQUENCE ...................................................................... 50
DA-139 STOP LOGS ............................................................................................................... 50
DA-140 BYPASS PUMPING .................................................................................................. 50
-
10/23/08 ASC-4
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS-OMIT
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
A. GENERAL:
1. Furnish materials and necessary accessories , with strengths , thickness , coatings,
and fitt ings indicated , specified and/or necessary to comp lete the work .
2. All excavation shall prov ide an open area conforming to the outside diameter of
the casing and/or carrier conduit. The excavation shall be to an alignment and
grade which will allow the carrier conduit to be installed t o proper line and grade as
shown on the Plans and as established in the Specifications .
3. Work shall be performed in accordance with the requirements of the City of Fort
Worth Water Department , the Texas Department of Transportation , or railroad
company , as applicable .
B. MATERIALS :
10123/08
1. Casing Pipe: Casing pipe shall be steel conforming to ANSI 836 .10 and the
following :
2 .
3 .
a. Field Strength : 35,000 psi min imum .
b. Wall thickness : 0.312 in. minimum (0 .5 for railroad crossings).
c. Diameter: As shown on the drawings (minimum size requ irements).
d. Joints: Continuous circumferential weld in accordance with AWS D1 .1.
Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as
specified in the General Contract Documents .
Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or
as designated on the plans.
ASC-5
PART DA -ADDITIONAL SPECIAL CONDITIONS
4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive
strength at 28 days. Proportioned not less than 1 cu. ft . of cement to 3 cu . ft. of
fine sand with sufficient water added to provide a free flowing thick slurry.
C. EXECUTION
10/23108
1. Where sewer pipe is required to be installed under railroad embankments or under
highways, streets or other facilities in other than open cut, construction shall be
performed in such a manner so as to not interfere with the operation of the
railroad, street , highway, or other facility, and so as not to weaken or damage any
embankment or structure . During construction operations, barricades and lights to
safeguard traffic and pedestrians shall be furnished and maintained, until such
time as the backfill has been completed and then shall be removed from the site .
2. Pits and Trenches:
a. If the grade of the pipe at the end is below the ground surface, suitable pits
or trenches shall be excavated for the purpose of conducting the jacking or
tunneling operations and for placing end joints of the pipe . Wherever end
trenches are cut in the sides of the embankment or beyond it, such work
shall be sheeted securely and braced in a manner to prevent earth from
caving in.
b. The location of the pit shall meet the approval of the Engineer.
c. The pits of trenches excavated to facilitate these operations shall be
backfilled immediately after the casing and carrier pipe installation has
been completed.
3. Boring and Jacking Steel Casing Pipe : Steel casing pipe shall be installed by
boring hole with the earth auger and simultaneously jacking pipe into place .
a.
b.
The boring shall proceed from a pit provided for the boring equipment and
workmen . The holes are to be bored mechanically . The boring shall be
done using a pilot hole. By this method an approximate 2-inch hole shall
be bored the entire length of the crossing and shall be checked for line and
grade on the opposite end of the bore from the work pit. This pilot hole
shall serve as the centerline of the larger diameter hole to be bored. Other
methods of maintaining line and grade on the casing may be approved if
acceptable to the Engineer. Excavated material shall be placed near the
top of the working pit and disposed of as required . The use of water or
other fluids in connection with the boring operation will be perm itted only to
the extent required to lubricate cuttings . Jetting or sluicing will not be
permitted .
In unconsolidated soil format ions, a gel-forming colloidal drilling fluid
consisting of at least 10 percent of high grade carefully processed
bentonite may be used to consolidate cuttings of the bit, seal the walls of
the hole, and furnish lubrication for subsequent removal of cuttings and
installation of the pipe immediately thereafter.
ASC-6
1012 3/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
c. Allowable variat ion from the line and grade shall be as specified under
paragraph A.2. All voids between bore and outside of casing shall be
pressure grouted .
4 . Installation of Carrier Pipe in Casing :
a. Sanitary sewer pipe located within the encasement pipe shall be supported
by "sk ids" or "bands" to prevent the pipe and bells from snagging on the
inside of the casing, and to keep the installed line from resting on the bells.
b. All skids shall be treated with a wood preservat ive . Skids should extend for
the full length of the pipe with the exception of the bell area and spigot area
necessary for assembly unless otherwise specified.
c. The Contractor shall prevent over-belling the pipe while installing it through
the casing . A method of restricting the movement between the assembled
bell and spigot where applicable shall be prov ided.
d . At all bored , jacked, or tunneled installations , the annu lar space between
the carrier pipe and casing shall be filled with grout. Care must be taken
that not too much water is forced into the casing so as not to float the pipe .
The backfill material will not be required unless specified on the plans and
specified by the Engineer.
e. Closure of the casing after the pipe has been installed shall be plugged at
the ends of the casing as shown on the drawings or as requ ired by the
Eng ineer.
5. Boring and Jacking Ductile Iron Pipe without Casing Pipe :
6.
a. As indicated on drawings and as required and directed by the Engineer
sewer shall be constructed of bore and jacked ductile iron pipe.
b. When a cas ing pipe is not designated on the drawings , the contractor shall
provide a casing pipe if necessary to achieve line and grade. Casing pipe
shall be provided at no additional cost and shall be subsidiary to the cost
bid for installation By Other than Open Cut.
c. Bore and jack in accordance with paragraph C.3. above .
d. Short length of sewer consisting of a single pipe section may be installed
by jacking without a bore hole if permitted by the Engineer and in soft soil
layer. All voids outside of installed pipe shall be pressure grouted .
Tunneling : Where the characteristics of the soil , the size of the proposed pipe, or
the use of monolithic sewer would make the use of tunneling more satisfactory
than jacking or boring , or when shown on the plans, a tunneling method may be
used, with the approval of the Engineer or railroad/highway officials .
ASC-7
PART DA -ADDITIONAL SPECIAL CONDITIONS
a. When tunnel ing is perm itted, the lining of the tunnel shall be of sufficient
strength of support the overburden . The Contractor shall submit the
proposed liner method to the Eng ineer for approval. The tunnel liner
design shall bear the seal of a licensed professional engineer in the State
of Texas . Approval by the Engineer shall not relieve the Con t ractor of the
responsibi lity for the adequacy of the liner method.
b. The space between the tunnel liner and the lim its of excavation shall be
pressure grouted or mud-jacked.
c. Access holes for placing concrete shall be space at maximum intervals of
10 feet.
D. MEASUREMENT AND PAYMENT : Installat ion of pipe by other than open cut will be
measured by the linear foot of pipe , complete in place . Such measurement will be made
between the ends of the pipe along the central axis as installed . The work performed and
materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid
per linear foot for Pipe Installed by Other Than Open Cut of the type , size , and class of
pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials
required for installation, for all prepa rat ion , hauling and installing of same , and for all
labor, tools , equipment and incidentals necessary to complete the work , including
excavation, backfilling and disposal of surplus material shall be included in t he Contract
Unit Price as shown in the Bid Proposal. Payment shall not include pavement
replacement, which if required , shall be paid separately.
DA-7 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 Stee l 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 :
A. For the inside and outs ide of casing pipe , coal-tar protective coating in accordance w ith
the requirements of Sec. 2.2 and related sections in AWWA C-203.
B . Touch -up after field welds shall provide coating equal to those specified above.
C . Min imum thickness for casing pipe used shall be 0.375 inch .
Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing
Company, Advanced Products and Systems , Inc ., 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:
10123/08 ASC-8
PART DA -ADDITIONAL SPECIAL CONDITIONS
Boring used on this project shall be in accordance with the material standard E1-15 and
Construction standard E2-15 as per Fig . 110 of the General Contract Documents .
3. PAYMENT:
Payment for all materials , labor, equipment, excavation , concrete grout , backfill , and
incidental work shall be included in the unit pr ice bid per foot.
DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR-OMIT
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION -OMIT
DA-10 MANHOLE REHABILITATION-OMIT
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION-OMIT
DA-12 INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM -OMIT
DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM -OMIT
DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM -OMIT
DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM -OMIT
DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER-OMIT
DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM -OMIT
DA-18 RIGID FIBERGLASS MANHOLE LINERS-OMIT
DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION -OMIT
DA-20 PRESSURE GROUTING -OMIT
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES-OMIT
DA-22 FIBERGLASS MANHOLES -OMIT
DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES
The contractor shall be responsible for locating and marking all previously exposed manholes
and water valves in each street of this contract before the resurfac ing process commences for a
particular street.
The contractor shall attempt to include the Construction Engineer (if he is available) in the
observati.on 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. Mark ing the curbs with paint is a
recommended procedure .
10/23/08 ASC-9
PART DA -ADDITIONAL SPECIAL CONDITIONS
It shall be t he contractors responsibility to notify the ut ility 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 complet ion and indicate the start of the next
one in order for the utilities to adjust facilities accordingly. The following are utility contact
persons :
Company
Fort Worth Water Dept.
ATMOS Gas
TXU Electric
SWBT
Charter Communications
Fort Worth Transportation and Public Works
For other facilities
Telephone Number
817 -392 -8296
1-866-332-8667
1-800-242-9113
1-800-395-0440
817 -246-5538
817-392-6594
1-800-DIG-TESS
Of course , under the terms of this contract , the contractor shall complete adjustment of the storm
drain and Water Department facil ities , one traffic lane at a time within five (5) working days after
completing the laying of proposed H.M.A.C. overlay adjacent to said faci lities.
Any deviation from the above procedure and allotted working days may result in the shut down of
the resurfac ing operation by the Construct ion Engineer.
The contractor shall be responsible for all materials , equ ipment and labor to perform a most
accurate job and all costs to the contractor shall be figured subsid iary to this contract.
DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER -OMIT
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS -OMIT
DA-26 REPLACEMENT OF H .M.A.C. PAVEMENT AND BASE
The contractor shall remove all exist ing deformed H.M .A.C. pavement and/or bad base material
that shows surface dete rioration 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 ex isting pavement in square or rectangular fashion . The side faces shall be cut
vert ically and all fai led and loose material excavated. As a part of the excavation process , all
unsatisfactory base material shall be removed, if required , to a depth sufficient to obtain stable
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
rema ining good material shall be leveled and uniformly made ready to accept the fill material. All
excavated material shall be hauled off site , the same day as excavated , to a suitable dump site .
After satisfactory completion of remova l as outlined above, the contractor shall place the
perm~nent 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
10123/08 ASC-10
PART DA -ADDITIONAL SPECIAL CONDITIONS
pavement section or the depth of the failed material, whichever is greater. However, the patch
thickness shall be a minimum of 2 inches. Generally the existing H.M .A.C. pavement thickness
will not exceed 6". Before the patch layers are applied, any loose material, mud and/or water shall
be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the
surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift .
Compactions of the mix shall be to standard densities of the City of Fort Worth, made in
preparation to accept the recycling process.
All applicable provisions of Standard Specification Item Nos . 300 "Asphalts, Oils , and Emulsions",
304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work .
The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
DA-27 GRADED CRUSHED STONES
This item shall be used to repair the failed base material in areas exceed 8" deep as directed by
the Engineer. The material shall be graded crushed stones.
For specifications governing this item see Item No. 208 "Flexible Base".
The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE -OMIT
DA-29 BUTT JOINTS -MILLED -OMIT
DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) -OMIT
DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER-OMIT
DA-32 NEW 7" CONCRETE VALLEY GUTTER-OMIT
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP-OMIT
DA-34 8" PAVEMENT PULVERIZATION-OMIT
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT)-OMIT
DA-36 RAISED PAVEMENT MARKERS-OMIT
DA-37 POTENTIALLY 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
10/23108 ASC-11
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-41 CONCRETE CYLINDER PIPE AND FITTINGS -OMIT
DA-42 CONCRETE PIPE FITTINGS AND SPECIALS-OMIT
DA-43 UNCLASSIFIED STREET EXCAVATION-OMIT
DA-44 6" PE RF ORA TED PIPE SUBDRAIN -OMIT
DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS -OMIT
DA-46 SEQUENCE OF CONSTRUCTION
In order to facilitate a schedule that meets the City of Fort Worth 's commitment to complete this
contract in advance of the SH121T/Hulen St. Bridge construction , there are three schedule
scenarios to complete th is project within specified noted time frames . Liquidated damages w ill be
accessed if the Contractor does not meet these time frames .
The three schedule scenarios in this section shall include actions by the Contractor to incorporate
the following two items without delay ing the project.
1. For the Super Bowl construction shutdown initiative , no construction activities can disrupt
Hulen St. traffic from 1 /22/11 to 2/13/11 .
2. No change orders will be accepted for demobilizing for the Super Bowl construction
shutdown initiative and the delays related to the abandonment of the 42 " water line (DOE
4855).
Scenario 1 -Part 18 Abandoned Water Line pr ior to SH 121 T construction
1. Pre construction cleaning & TV.
2. Determine flow line elevation of M-272D at the downstream and upstream end of project
by performing exploratory excavations (d-holes), survey , measure inner diameter and
submit data to City (incidental to project).
3. Hulen St. Traffic Control for station 230+02 to 231 +87 (submit required permit with TCP
from plans).
4. Exploratory excavation for 42 " water line (SH 121T Part 18 , DOE 4855) at station 225+40
and stat ion 231 +35 .
5. Cut and plug 42" water line if "abandoned by others " in DOE 4855 (If not abandoned see
Scenarios 2 and 3)
6 . "By Other Than Open Cut" pipe installations (station 225+50 to 227+60 and station
230+02 to 231 +87)
7. "Open Cut" pipe installations ( station 225+ 13 to 225+50 and station 227 +60 to 230+02)
8. Bypass pumping for M-272D and laterals
9. Manholes at the beginning and end of the project. The Project is substantially complete
when the proposed line and manholes are approved by the City and conveying normal
flow.
10. Pavement repair
11 . Clean up
10123108 ASC-12
PART DA -ADDITIONAL SPECIAL CONDITIONS
Liquidated damages in the amount of $3,000 per calendar day will be assessed in
the event the 42" water line from DOE 8855 is abandoned and the Contractor has
not substantially completed the project by March 31st_
Scenario 2 -Part 18 Water Line Not Abandoned Prior to SH 121T construction
1. Pre construction cleaning & TV.
2 . Determine flow line elevation of M-272D at the downstream and upstream end of project
by performing exploratory excavations (d-holes), survey, measure inner diameter and
submit data to City (incidental to proj ect).
3 . Hulen St. Traffic Control for station 230+02 to 231 +87 (subm it required permit w ith TCP
from plans).
4. Exploratory excavation for 42" water li ne (SH 121T Part 18, DOE 4855) at station 225+40
and station 231 +35. Pavement repair require on Hulen St.
5 . "By Other Than Open Cut" pipe installation along TRWD ROW (stat ion 225+50 to
227+60).
6 . "Open Cut" pipe installation (station 227+60 to 230+02). Lateral 10466* and 9459* need
to stay in service.
7 . Partia l construction of manholes around existing M-272D sewer at beginning and ending
of project (Station 225+13 and 231 +87)
8. Remove Traffic Control for station 230+02 to 231 +87
9 . Stop work until Part 18 42" water line (SH121T Part 18, DOE 4855) is abandoned in
place .
10. Reinstate Hulen St. Traffic Control for station 230+02 to 231 +87
11. Cut and plug existing 42 " water line (abandoned by others in DOE 4855) at station
225+40 and station 231+35
12. Bypass pumping for M-272D and laterals
13. "By Other Than Open Cut" pipe installations at upstream end of project (station 230+02 to
231+87)
12 . Complete manhole construction at downstream and upstream end of project (Station
225+13 and 231+87). The Project is substantia ll y complete when the proposed line and
manholes are approved by the City and conveying normal flow .
14. Pavement repair
15. Clean up
Liquidated damages in the amount of $3,000 per calendar day will be assessed in
the event the Contractor has not substantially completed the project 28 days after
the 42" water line from DOE 4855 is abandoned in place.
Scenario 3 -Contractor Selected Schedule (subject to approva l by the C ity)
1012310 8
The contractor has the option of submitting a different sequence of construction than the
scenarios stated above. Liquidated damages will not be changed for the proposed
schedules review period.
Liquidated damages in the amount of $3,000 per calendar day will be assessed in
the event the 42" water line from DOE 8855 is abandoned and the Contractor has
not substantially completed the project by March 31st_
ASC-13
PART DA -ADDITIONAL SPECIAL CONDITIONS
Liquidated damages in the amount of $3,000 per calendar day will be assessed in
the event the Contractor has not substantially completed the project 28 days after
the 42" water line from DOE 4855 is abandoned in place.
After the work start date has been established, the selected Contractor shall be required to
submit the beginning and ending dates for all work (including pavement repair) on each of the
project tasks . The Contractor shall not be allowed to begin work (but time charges will begin on
the project) until the preferred sequence of construction and the start and end work dates for
each task have been submitted to the City.
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 imposed on these easements and permits.
Where the pipeline crosses privately owned property , the easements and construction areas are
shown on the plans. The easements shall be cleaned up after use and restored to their original
conditions or better. In the event additional work room or access is required by the
Contractor, it shall be the Contractor's responsibility to obtain written permission from the
property owners involved for the use of additional property required. No additional payment
will be allowed for this item.
DA-49 HIGHWAY REQUIREMENTS -OMIT
DA-50 CONCRETE ENCASEMENT -OMIT
DA-51 CONNECTION TO EXISTING STRUCTURES
All connections between proposed and existing facilities, shall consist of a watertight seal.
Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements
of Section E1-20 and E2-20 of the General Contract Documents . Prior to concrete placement, a
gasket, RAM-Nek or approved equal shall be installed around penetrating pipe.
Payment for such work as connecting to existing facilities including all labor, tools, equipment,
and material necessary to complete the work shall be included in the linear foot price of the
appropriate pipe BID ITEM .
DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION-OMIT
DA-53 OPEN FIRE LINE INSTALLATIONS -OMIT
10123/08 ASC-14
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
between submittals and the design drawings and/or specifications are discovered, either prior to
or after submittals are processed, the design drawings and specifications shall govern . The
Contractor shall be responsible for dimensions which are to be confirmed and correlated at the
job site, fabrication processes and techniques of constriction, coordination of his work with that of
other trades and satisfactory performance his work . The Contractor shall check and 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 two weeks after the bid date :
Critical shop drawings submittal
a. Pipe
b. Manholes
C. lids
d. Manhole corrosion protection
e . Bypass pumping
f. Casing pipe
g . Liner plate
h. Other shop drawings that impact the schedule of the project
i. Traffic Control Plan application to TPW.
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:
10123/08
Liam Conlon
Project Manager
ASC-15
PART DA -ADDITIONAL SPECIAL CONDITIONS
City of Fort Worth
1000 Throckmorton
Fort Worth, TX 76102
DA-57 COST BREAKDOWN-OMIT
DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY -OMIT
DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP -OMIT
DA-60 ASPHALT DRIVEWAY REPAIR-OMIT
DA-61 TOP SOIL
Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort
Worth Transportation and Public Works Department's Standard Specifications for Street and
Storm Drain Construction, Item 116, except as follows : All labor, equipment, tools and incidentals
shall be included in the square yard bid price for the top soil.
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 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-64 WORK IN HIGHWAY RIGHT OF WAY -OMIT
DA-65 CRUSHED LIMESTONE (FLEX-BASE)
Crushed limestone required for use as a flexible base material shall conform to Specification Item
No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort
Worth Transportation and Public Works Department.
DA-66 OPTION TO RENEW -OMIT
DA-67 NON-EXCLUSIVE CONTRACT -OMIT
DA-68 CONCRETE VALLEY GUTTER -OMIT
DA-69 TRAFFIC BUTTONS -OMIT
DA-70 PAVEMENT STRIPING -OMIT
10/23108 ASC-16
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-71 H.M.A.C. TESTING PROCEDURES -OMIT
DA-72 SPECIFICATION REFERENCES
When reference is made in these specifications to a particular ASTM , AWWA, ANSI or other
· specification, it shall be understood that the latest revision of such specification , prior to the date
of these general specificat ions or revisions thereof, shall apply.
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
VALVE AND BOX-OMIT
DA-74 RESILIENT-SEATED GATE VALVES-OMIT
DA-75 EMERGENCY SITUATION, JOB MOVE-IN -OMIT
DA-76 1 %" & 2" COPPER SERVICES -OMIT
DA-77 SCOPE OF WORK (UTIL. CUT) -OMIT ~
DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) -OMIT
DA-79 CONTRACT TIME (UTIL. CUT) -OMIT
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) -OMIT
DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) -OMIT
DA-82 LIQUIDATED DAMAGES (UTIL. CUT) -OMIT
DA-83 PAVING REPAIR EDGES (UTIL. CUT)-OMIT
DA-84 TRENCH BACKFILL (UTIL. CUT) -OMIT
DA-85 CLEAN-UP (UTIL. CUT) -OMIT
DA-86 PROPERTY ACCESS (UTIL. CUT) -OMIT
DA-87 SUBMISSION OF BIDS (UTIL. CUT) -OMIT
DA-88 STANDARD BASE REPAIR FOR UNfT I (UTIL. CUT) -OMIT
DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) -OMIT
DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT)-OMIT
DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT)-OMIT
DA-92 MAINTENANCE BOND (UTIL. CUT) -OMIT
10123/0 8 ASC-17
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-93 BRICK PAVEMENT (UTIL. CUT) -OMIT
DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) -OMIT
DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT)-OMIT
DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) -OMIT
DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) -OMIT
DA-98 UTILITY ADJUSTMENT (UTIL. CUT) -OMIT
DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT)-OMIT
DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT)-OMIT
DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT)-OMIT
DA-102 PAYMENT (UTIL. CUT) -OMIT
DA-103 DEHOLES (MISC. EXT.) -OMIT
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.)-OMIT
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.)-OMIT
DA-106 BID QUANTITIES (MISC. EXT.)-OMIT
DA-107 LIFE OF CONTRACT (MISC . EXT.)-OMIT
DA-108 FLOWABLE FILL
1. Description:
The flowable fill material shall be delivered to the site, free flowing and self-leve li ng and shall
have a consistency enabling it to fill all voids without tamp ing , 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 allow ing 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
10/23/08 ASC-18
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 adm ixtures 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 subsidence,
and control compressive strength.
b. Air entraining admixtures conforming to ASTM C-260 .
c. High range water reducers conforming to ASTM C-494 Type F or G.
d. Accelerating admixtures conforming to ASTM C-494, Type C.
1. Non-chloride, non-corrosive accelerators used where metals
are present in concrete or embedded members .
2. Calcium chloride
DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.}-OMIT
DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.)-OMIT
DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) -OMIT
DA-112 MOVE IN CHARGES (MISC. REPL.) -OMIT
DA-113 PROJECT SIGNS (MISC. REPL.) -OMIT
DA-114 LIQUIDATED DAMAGES (MISC. REPL.)-OMIT
DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) -OMIT
DA-116 FIELD OFFICE -OMIT
DA-117 TRAFFIC CONTROL PLAN
Traffic control shall be in accordance with item D-8 of the Specia l Conditions with the exception of
the Contractor prov iding the traffic control plan. A traffic control plan has been prepared and is
included in the project plans. All other requirements of D-8 shall apply.
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS-OMIT
DA-119 GRAVEL DRIVEWAY REPAIR
At locations where gravel driveways are encountered , such driveways shall be completely
replaced for the full extent of utility cut with gravel equal to or better than the existing driveway.
Measurement and payment for gravel driveway repair shall be per square yard of gravel complete
10123/08 ASC-19
PART DA -ADDITIONAL SPECIAL CONDITIONS
and in place, shall be full compensation for all labor, materials , equipment, tools, and incidentals
necessary to complete the work.
DA-120 REPLACEMENT OF TREES -OMIT
DA-121 PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY OORING,
TUNNELING OR OPEN CUT
A. GENERAL
10/23/08
1. WORK INCLUDED
Furnish labor, materials, equipment and incidentals necessary to install pipe
casings or tunnel liners by boring, tunneling or open cut as specified. This section
sets forth the requirements for utility lines crossing roadways or railroads using
bore, tunneling, or open cut.
2. QUALITY ASSURANCE
a. DESIGN CRITERIA
1) TUNNEL LINER PLATE
The tunnel liner plate shall be designed by the Manufacturer in
accordance with the methods and criteria as specified in AASHTO
Standard Specifications for Highway Bridges , Section 16. Soil
parameters shall be determined by the Tunnel Liner Plate
Manufacturer. The tunnel liner plate shall be designed to allow a
maximum deflection of 3%. The thickness of the tunnel liner plate
specified herein is the minimum acceptable and shall be increased
as necessary to obtain adequate joint strength, stiffness, buckling
strength, and resistance to deflection .
2) CASING INSULATORS
Casing insulators shall be designed by the Manufacturer to
adequately support and electrically isolate the carrier pipe within the
casing pipe under all conditions . Number and location of spacing
insulators shall be determined by the Manufacturer to protect carrier
pipe from damages . One insulator shall be placed within 2' of ends
of casing.
b. INSTALLER'S QUALIFICATIONS
C.
Installation shall be by a competent, experienced contractor or sub-
contractor. The installation contractor shall have a satisfactory experience
record of at least five (5) years engaged in similar work of equal scope .
PERFORMANCE REQUIREMENTS
ASC-20
10/23108
PART DA -ADDITIONAL SPECIAL CONDITIONS
Lateral or vertical variation in the final position of the pipe casing or tunnel
liner from the line and grade established by the engineer shall be permitted
only to the extent of 1" in 10', provided that such variation shall be regular
and only in the direction that will not detrimentally affect the function of the
carrier pipe, or clearances from other underground utilities or structures.
Any additional cost caused by this variation shall be the responsibility of the
Contractor.
3. SUBMITTALS
4.
Submittals shall include:
a Installer's Qualifications
b Shop drawings of the tunnel liner plate and fasteners from the tunnel liner
plate manufacturer. Shop drawings shall include calculations for the
design of the tunnel liner plate sealed by a Licensed Engineer in the State
of Texas . Shop drawings are for record purposes only and will not be
reviewed or approved by the Engineer.
STANDARDS
AWWAC-206
AWWAC-210
AASHTO M-190
AASHTO
ASTM A-36
ASTM A-123
ASTM A-135
ASTM A-139
ASTM A-153
ASTM A-307
ASTM A-449
ASTM A-569
ASTM A-570
ASTM C-76
"Field Welding of Steel Water Pipe"
"Liquid Epoxy Coating Systems for the Interior and Exterior
of Steel Water Pipelines"
"Bituminous Coated Corrugated Metal Culvert Pipe and Pipe
Arches"
Standard Specifications for Highway Bridges, 1989.
"Structural Steel"
"Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel
Products"
"Electric -Resistance -Welded Steel Pipe"
"Electric -Fusion (Arc) -Welded Steel Pipe"
"Zinc Coating (Hot Dip) on Iron and Steel Hardware"
"Carbon Steel Bolts and Studs, 60,000 PSI Tensile"
"Quenched and Tempered Steel Bolts and Studs"
"Steel, Carbon, Hot-Rolled Sheet and Strip , Commercial
Quality"
"Hot Rolled Carbon Steel Sheet and Strip, Structural
Quality"
"Reinforced Concrete Culvert, Storm Drain, and Sewer
Pipe"
ASC-21
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
ASTM D-4254 "Test Methods for Minimum Index Density of Soils and
Calculation of Relative Density"
5. DELIVERY AND STORAGE
a. The Contractor shall store tunnel liner plate in accordance with
manufacturer's recommendations. Any liner plate that appears to have
been damaged in the opinion of the Owner's representative shall be
removed from the project and replaced with a new piece.
6. JOB CONDITIONS ; PERMITS AND EASEMENT REQUIREMENTS
a. Where the work is in the public right-of-way or railroad company right-of-
way, the Owner will secure the appropriate permits or easements . The
Contractor shall observe regulations and instructions of the right-of-way
Owner as to the methods of performing the work and take precautions for
the safety of the property and the public . Negotiations and coordination
with the right-of-way Owner shall be carried on by the Contractor, not less
than five (5) days prior to the time of his intentions to begin work on the
right-of-way.
b. Comply with the requirements of the permit and/or easement, a copy of
which is included in the Appendix . The work within the Texas Department
of Transportation (TxDot) Right-of-Way shall comply with TxDot
specifications. If required by the Right-of-Way Owner, obtain Protective
Liability Insurance in the amount required by the particular company or
other insurance as is specified in the permit at no cost to the Owner .
Acquire a permit , agreement , or work order from the right-of-way Owner as
is required.
c. Construction along roads and railroads shall be performed in such manner
that the excavated material be kept off the roads and railroads at all times,
as well as, all operating equipment. Construction shall not interfere with
the operations of the roads and railroads.
d. Barricades, warning signs, and flagmen , when necessary and specified,
shall be provided by the Contractor.
e . No blasting shall be allowed . Existing pipelines are to be protected. The
Contractor shall verify location and elevation of any pipe lines and
telephone cable before proceeding with the construction and plan his
construction so as to avoid damage to the existing pipe lines or telephone
cables. Verification of location of existing util ities shall be the complete
responsibility of the Contractor.
7. OPTIONS
a . CASING MATERIAL: Unless specified otherwise, the Contractor may use
steel pipe or tunnel liner plate where bore and/or tunnel as specified.
ASC-22
PART DA -ADDITIONAL SPECIAL CONDITIONS
Unless specified otherwise, the Contractor shall use steel pipe where open
cut casing is specified . The material specification for casing pipe and
tunnel liner are the minimum acceptable . The Contractor shall be fully
responsible to insure the materials used are of sufficient strength for the
installation method chosen and the soil cond itions encountered .
b. BORE AND TUNNEL METHODS: Unless specified otherwise, the
Contractor may use jacking or tunnel ing for the installation method of
casing material. Tunnel liner plate shall not be used where bore or jack
methods are used . The Contractor shall be fully responsible to insure the
methods used are adequate for the protection of workers , pipe, property,
and the public . Provide a finished product as required.
8. GUARANTEES [Not Used]
B . PRODUCTS
10123/08
1. · MATERIALS
a. STEEL PIPE: Steel casing pipe shall have a minimum yield strength of
35,000 psi. Casing shall meet ASTM A36 , ASTM A570, ASTM A135 ,
ASTM A 139, or approved equal. Pipe shall be coated and lined in
accordance with AWWA C210 or approved equal. Pipe joints shall be
welded in accordance with AWWA C206 . After pipe is welded , coating and
lining shall be repaired. Unless specified otherwise, the minimum wall
thickness of steel casing pipe shall be as follows:
b.
Casing Diameter Wall Thickness
66" 0.50 '
Pipe casing is required as shown on plans.
TUNNEL LINER PLATES: Corrugated metal tunnel liner plates shall be
galvanized made from steel sheets conforming to the requirements of
ASTM A-569. Material to be galvanized shall be zinc coated in accordance
with ASTM A-123, except that the zinc shall be applied at a rate of 2.0 oz.
per square foot on each side . Tunnel liner plates and fasteners shall
comply with the requirements of AASHTO Standard Specifications for
Highway Bridges, 1989. Liner plates shall be punched for bolting on both
longitudinal and circumferential seams, fabricated to permit complete
erection from the inside of the tunnel. Bolts and nuts shall be galvanized to
conform to ASTM . Where groundwater is encountered , gasketed liner
plates shall be used .
ASC-23
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
2 . MIXES
A-153 : Plates shall be of uniform fabr ication and those intended for one
size tunnel shall be interchangeable . Welding of tunnel liner plate shall not
be allowed . The material used for the construction of these plates shall be
new, unused , and suitable for the purpose intended . Workmanship shall
be first class in every respect. Minimum thickness of tunne l liner plate shall
be as follows:
Tunnel Diameter Minimum Thickness
66" - 2 Flanged 12 gage
Liner plate is allowed where plans do no t indicate cas ing pipe.
a. CEMENT MORTAR: Consisting of one (1) part cement to two (2) parts
clean sand with sufficient water to make a th ick workable mix.
b. PRESSURE GROUT MIX: Comprised of 1 cubic foot of cement and 3.5
cubic feet of clean fine sand with sufficient water added to provide a free
flowing thick slurry . If desired to maintain solids in the mixture in
suspension , one cubic foot of commercial grade bentonite may be added to
each 12 to 15 cubic feet of the slurry.
c. CELLULAR GROUT M IX : The cellular grout shall be a low-density , non-
shrink grout composed of Type II Portland cement, water , and a pre-
formed foam. The cellular grout shall have the following characteristics :
1) Minimum 28-day Compressive Strength = 1000 psi
2) Slurry (Wet) Density = 95 to 105 pcf
3) Cement= Type II, per ASTM C150
4) Water= Potable
5) Foam = Per ASTM C869
6) Water/Cement Ratio= 0.50 to 0.55
3. FABRICATIONS [Not Used]
4 . MANUFACTURED PRODUCTS
a . TUNNEL LINER: Manufactured by Contech Construct ion Products , Inc .. ,
American Commercial Inc ., or approved equal.
ASC-24
PART DA -ADDITIONAL SPECIAL CONDITIONS
b. CASING INS ULA TORS : Thickened M9rtar Bands shall be used for this
project. Casing insulators may be used in lieu of mortar bands and rollers .
In lieu of casing insulators or mortar bands , steel rails and rollers may be
considered as an acceptable substitute. However, the Contractor must
submit a design for the rail and roller installation as well as documentation
to justify the substitution as an acceptable installation , in lieu of casing
insulators . Use casing insulators for any type of carrier pipe. Insulators
shall consist of pre-manufactured stainless steel bands with plastic lining
and plastic runners. Insulators shall fit snug over the carrier pipe and
position the carrier pipe approximately in the center of the casing pipe, to
provide adequate clearance between the carrier pipe bell and the casing
pipe . Fasteners for insulators shall be stainless steel or cadmium-plated .
Insulators shall be as manufactured by Cascade Waterworks
Manufacturing Company or Pipeline Seal and Insu lators, Incorporated or
Perry Equipment Corporation .
c. MORTAR BANDS : Concrete cylinder pipe and polyurethane coated steel
pipe may have thickened outside mortar bands in lieu of casing insulators .
Mortar bands shall properly position the pipe within the casing or tunnel
liner.
C. EXECUTION
10/23108
1. PREPARATION [Not Used]
2. GENERAL CONSTRUCTION PROCEDURES
a . EXCAVATION AND BACKFILL OF ACCESS PITS
1) Do not allow excavat ion over the limits of the bore or tunnel as
specified. Trench walls of access pits adjacent to the bore or tunnel
face shall be truly vertical. Shore the trench walls as necessary to
protect workmen, the public, structures, roadways, and other
improvements.
2) Excavations within the right-of-way and not under surfacing shall be
backfilled, with type B backfill , and consolidated by tamping in 6"
horizontal layers to 95% of maximum density as measured by ASTM
D-698. Surplus material shall be removed from the right-of-way and
the excavation finished to original grades . Backfill pits immediately
after the installation of the carrier pipe is completed. If carrier pipe is
not installed immediately after casing pipe installation, the Right-of-
Way Owner may require the access pits be temporarily backfilled
until installation of carrier pipe .
b. INSTALLING CARRIER PIPE IN CASINGS
1) Pipe to be installed within the casing or tunnel liner shall meet the
requirements for this type of pipe as specified . Where indicated ,
place, align , and anchor guide rails and/or casing insulators inside
ASC-25
10/23108
PART DA -ADDITIONAL SPECIAL CONDITIONS
the casing . If guide rails are used , place cement mortar on both
sides of the rails.
2) Pull or skid pipe into place inside the casing. Lubricants such as f lax
soap or drilling mud may be used to ease pipe installation . Do not
use petroleum products , oil or grease for this purpose . If guide rails
are used , install pipe and hold down jacks after installation of carrier
pipe .
3) After installation of the carrier pipe, mortar inside and outs ide of the
joints as applicable. Verify electrical discontinuity between the
carrier pipe and tunnel liner. If continu ity ex ists, remedy the short
prior to applying cellular grout.
4) After carrier pipe installation is complete, if hold down jacks or
casing spacers are used , seal or plug the ends of the casing .
5) After carrier pipe installation is complete, the annular space between
the carrier pipe and tunnel liner or casing shall be completely filled
with cellular grout. The Contractor shall take precautions to prevent
flotation of the carrier pipe . Exterior joint coating (heat shrink
sleeves) is required for polyurethane coated pipe . Provide
necessary bulkheads as recommended by the cellular grout suppl ier.
If pressure is used to apply grout, verify the maximum allowable
pressure with the carrier pipe manufacturer, and do not exceed this
pressure .
c. FREE-AIR SYSTEM
If required by OSHA standards , free-air systems shall be installed and
maintained .
d . INSTALLATION OF PRESSURE GROUT MIX
1)
2)
3)
Install pressure grout mix in the void space between the outside of
the casing pipe or tunnel liner and the excavation . For bore or jacks
with casing pipe , install pressure grout mix immediately upon
completion of setting casing pipe . For tunnel liner plate ; install
pressure grou t mix at the end of each work day or more often as
conditions warrant.
Unless spec ified otherwise, install pressure grouting through grout
fittings for the casing pipe or tunnel liner plate 48" in diameter or
larger. Grout fittings shall be fabricated into casing pipe and tunnel
liner plate at a maximum spacing of 6'. Remove and plug grout
fittings after pressure grouting.
Install pressure grout from the low end for all crossings where grout
fittings are not used . Seal the low end and pressure grout until grout
is extruded from the opposite end .
ASC-26
10123/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
3. CROSSINGS INSTALLED BY BORING
a. Perform the bor ing from the low or downstream end unless specified
otherwise. Bore the holes mechanically and use a pilot hole . By this
method , an approximate 2" pilot hole shall be bored the entire length of the
crossing and shall be checked for line and grade . This pilot hole shall
serve as the centerline of the larger diameter hole to be bored. Place
excavated material near the top of the working pit and dispose of material
as required . The use of water or other fluids in connect ion with the boring
operation will be permitted only to the extent to lubricate cuttings . Jetting
shall not be permitted.
b. In unconso lidated soil formations , a gel-form ing collo idal drilling flu id
consisting of at least 10% of high grade carefully processed bentonite may
be used to consolidate cuttings of the bi t, seal the walls of the hole, and
furnish lubrication for subsequent removal of cuttings and installation of the
pipe immediately thereafter.
c. In locations where the soil formation is other than consol idated rock , insert
the casing pipe simultaneous ly with the boring operation. This requ irement
applies to all bored holes of 18" or greater in diameter. For smaller
diameter bored holes , it is desirable that the casing be installed as the
boring progresses, but because of differences in soil formations, the time
for inserting the casing shall be the Contractor's responsibility. In the event
that caving sand or water bearing materials are encountered , insert the
casing pipe simultaneously with the boring operation regardless of the
diameter of the bored hole. In all cases , the security and integrity of the
roadway is the primary concern . The Contractor shall be held fully
responsible for the continued integrity of the structure of the roadway being
crossed , whether or not a casing pipe is inserted simultaneously with the
boring operation .
4 . CROSSINGS INSTALLED BY TUNNELING AND JACKING
a.
b.
Jack the pipe from the low or downstream end , unless specified otherwise .
Provide heavy duty jacks suitable for forcing the pipe through the
embankment. In operat ing jacks, apply even pressure to the jacks used .
Prov ide a suitable jacking head and bracing between jacks so that
pressure will be applied to the pipe un iformly around the ring of the pipe .
Provide a suitab le jacking frame or back stop . Set the pipe to be jacked on
guides , properly braced together, to support the section of the pipe and to
direct it in the proper line and grade. Place the whole jacking assemb ly so
as to line up with the direction and grade of the pipe . In general , excavate
embankment material just ahead of the pipe and material removed through
the pipe . Force the pipe through the embankment with jacks into the space
provided .
The excavation for the underside of the pipe , for at least 1/3 of the
circumference of the pipe, shall conform to the contour and grade of the
pipe. Provide a clearance of not more than 2" for the upper half of the
ASC-27
PART DA -ADDITIONAL SPECIAL CONDITIONS
pipe. This clearance shall be tapered off to zero at the point where the
excavation conforms to the contour of the pipe . Extend the distance of the
excavation beyond the end of the pipe depending on the character of the
. material, but do not exceed 2' in any case . Decrease the d istance if the
character of the material being excavated makes it desirable to keep the
advance excavation closer to the end of the pipe.
c. If desired , use a cutt ing edge of steel plate around the head end of the pipe
extending a short distance beyond the end of the pipe with inside angles or
lugs to keep the cutting edge from slipping back onto pipe.
d . When jacking of pipe has begun, carry on the operation without interruption
to prevent the pipe from becoming firmly set in the embankment. Remove
and replace any pipe damaged in the jacking operations . The Contractor
shall absorb the entire expense .
5. CROSSINGS INSTALLED WITH TUNNEL LINER PLATE
a. Install the tunnel liner plates to the limits indicated and as specified in
AASHTO Standards Specifications for Highway Bridges, Section 11-26,
Construction Tunnels Using Steel Tunnel Liner Plates . Assemble steel
liner plates into circumferential rings . Liner plates shall be of the type to
permit segments to be installed completely from inside the tunnel or bore .
b. Accurately maintain the face of the excavation inside the tunnel so as to
allow the absolute minimum of void space outs ide the liner plate . Maintain
a maximum of 1/2 " tolerance between the outside of the liner plate and the
excavation wherever possible . The tunnel diameter shall not be greater
than 2" larger than the liner O.D.
c. Liner plate installation shall proceed as closely as possible behind the
excavation . Excavation shall at no time be more than 6" ahead of the
required space to install an individual tunnel liner plate. Use breast plates,
poling boards or other suitable devices to maintain accurate excavation
with the minimum of unsupported excavation at any time . Tunnel liner
plate shall not be allowed to deflect vertically during in_stallation.
6 . CROSSINGS WITH CASING INSTALLED BY OPEN CUT
DA-122
A.
1.
10123/08
a. This article covers the requirements for the construction of crossings where
pipe casing is required for installation by the open cut method . Excavation ,
backfill , and embedment of cas ing pipe shall be as specified in the
construction plans . All other requirements shall be as specified here in.
FIBERGLASS SEWER PIPE -GRAVITY SERVICE
GENERAL
Section Includes
a . Fiberglass Reinforced Polymer Mortar Pipe.
ASC-28
B.
10123/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
2 . References
a. ASTM D3262 -Standard Specification for "Fiberglass" (Glass-Fiber-
Reinforced Thermosetting-Resin) Sewer Pipe .
b. ASTM D4161 -Standard Specification for "Fiberglass" (Glass-Fiber-
Reinforced Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric
Seals.
c. ASTM D2412 -Standard Test Method for Determination of External
Loading Characteristics of Plastic Pipe by Parallel-Plate Loading.
3. Specifications
• The specifications contained herein govern, unless otherwise agreed upon between
purchaser and supplier.
4. Submittals
Contractor shall submit load and pipe calculations confirming selected pipe behavior.
Load calculations shall include, but not limited to, buckling resistance, pipe
deflection, pipe wall strain cracking and wall crushing load. All design calculations
shall be sealed by a Registered Professional Engineer of the State of Texas.
a.
b.
C.
d.
e.
f.
g.
h.
i.
j .
PRODUCTS
Product data submittals to include the following are as a minimum:
Details of the proposed pipe.
Details of proposed manholes.
Properties, strengths, etc. of the pipe .
Joint detail drawing, including maximum interior joint gap opening, in the
deflected position and in the straight alignment.
Instructions on storage, handling, transportation, and pipe installation.
Standard catalog sheets.
Gasket type and composition showing ability to withstand the chemicals
and conditions within sanitary sewers.
Pipe laying schedule .
Connections to all proposed structures including water stop.
ASC-29
10/23108
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. Materials
a. Resin Systems: The manufacturer shall use only polyester resin systems
with a proven history of performance in th is particular applicat ion. The
historical data shall have been acquired from a composite material of
similar construction and composition as the proposed product.
b. Glass Reinforcements: The re inforcing glass fibers used to manufacture
the components shall be of highest quality commercial grade E-glass
filaments with binder and sizing compatible w ith impregnating resins.
c . Silica Sand: Sand shall be minimum 98% silica with a maximum moisture
content of 0.2%.
d . Additives: Resin addit ives , such as curing agents, pigments , dyes fillers ,
thixotropic agents, etc., when used , shall not detrimentally affect the
performance of the product.
e . Elastomeric Gaskets : Gaskets shall be supplied by approved gasket
manufacturers and be suitable for the service intended .
2. Manufacture and Construction
a. Pipes: Manufacture pipe to result in a dense , non -porous, corrosion-
resistant , consistent composite structure .
b. Joints : Unless otherwise specified , the pipe shall be field connected with
fiberglass sleeve couplings that util ize elastomeric sealing gaskets made of
EPDM rubber compound as the sole means to maintain joint
watertightness . The joints must meet the performance requirements of
ASTM D4161. Joints at tie-ins, when needed may util ize fiberglass ,
gasket-sealed closure couplings .
c . Fittings : Flanges , elbows , reducers , tees , wyes , laterals and other fittings
shall be capable of withstanding all operating conditions when installed .
They may be contact molded or manufactured from mitered sections of
pipe joined by glass-fiber-reinforced overlays. Properly protected standard
ductile iron , fusion-bonded epoxy coated steel and stainless steel fittings
may also be used .
3. Dimens ions
a. Diameters: The actual outs ide diameter (18" to 48") of the pipes shall be in
accordance with ASTM D3262 . For other diameters, OD 's shall be per
manufacturers literature .
b . Lengths: Pipe shall be supplied in nominal lengths of 20 feet. Actual laying
length shall be nominal +1, -4 inches . At least 90% of the total footage of
each size and class of pipe , excluding special order lengths, shall be
furnished in nominal length sections .
ASC-30
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
c. Wall Thickness: The minimum wall thickness shall be the stated design
thickness .
d. End Squareness: Pipe ends shall be square to the pipe axis with a
maximum tolerance of 1/8".
4 . Testing
a. Pipes : Pipes shall be manufactured and tested in accordance with ASTM
D3262 .
b . Joints: Coupling Joints shall meet the requirements of ASTM D4161 .
stiffness : Minimum pipe stiffness when tested in accordance with ASTM
D2412 shall normally be 46 psi. In no case will the stiffness be less than
SN46.
5. Customer Inspection
a. The owner or other designated representative shall be ent itled to inspect
pipes or witness the pipe manufacturing.
b. Manufacturers Notification to Customer: Should the Owner request to see
specific pipes during any phase of the manufacturing process, the
manufacture must provide the Owner with adequate advance notice of
when and where the production of those pipes will take place .
6. Packaging, Handling , Shipping
a. Packaging, handling, and shipping shall be done in accordance with the
manufacturer's instructions .
C. EXECUTION
10123/08
1. Installation
a. Burial : The bedding and burial of pipe and fittings shall be in accordance
with the project plans and specifications and the manufacturers
requirements (Section 13 A of the product brochure).
b. Pipe Handling: Use textile slings, other suitable materials or a forklift . Use
of chains or cables is not recommended .
c. Jointing:
1)
2)
Clean ends of pipe and coupling components .
Apply joint lubricant to pipe ends and elastomeric seals of coupling.
Use only lubricants approved by the pipe manufacturer.
ASC-31
PART DA -ADDITIONAL SPECIAL CONDITIONS
3) Use suitable equipment and end protection to push or pull the pipes
together.
4) Do not exceed forces recommended by the manufacturer for
coupling pipe.
5) Join pipes in straight alignment then deflect to required angle . Do
not allow the deflection angle to exceed the deflection permitted by
the manufacturer.
d) Field Test ing
1) Infiltration / Exfiltration Test: Maximum allowable leakage shall be
per local specification requirements.
2) Low Pressure Air Test: Each reach may be tested_ with air pressure
(max 5 psi). The system passes the test if the pressure drop due to
leakage through the pipe or pipe joints is less than or equal to the
specified amount over the prescribed time period .
3) Individual Joint Testing: For pipes large enough to enter, individual
joints may be pressure tested with a portable tester to 5 psi max.
with air or water in lieu of line infiltration, exfiltration or air testing.
2 . Deflection: Maximum allowable long-term deflection is 5% of the initial diameter.
D. MEASUREMENT AND PAYMENT
The measurement of sewer pipe for payment purposes will be the horizontally measured
length of the line from center of fitting or manhole to center of fitting or manhole, or end of
pipe w ithout deduction for intermediate fittings or manhole.
Payment will be made at the applicable unit price bid in the proposal as it corresponds in
size and depth of the constructed facility. Such payment shall include furnish ings and
installing sewer pipe, and crushed limestone bedding and embedment, backfill and/or
flowable fill backfill.
DA-123 JUNCTION SANITARY SEWER MANHOLE
This item shall consist of the construction of a new junction sanitary sewer manhole connecting
existing sanitary sewer line to the proposed sanitary sewer line at locations as designated in the
construction plans . Excavation and backfill , furnishing and installation of materials , labor, and
equipment shall be included in the unit bid item price. Item shall be constructed in conformance
with Item 444 and detailed drawings included in the construction plans .
MEASUREMENT AND PAYMENT -Measurement and payment for junction sanitary sewer
manhole shall include appurtenant work including excavation through flowable fill backfill to
provide for the structure complete in place as designed for the project. Payment for manhole
shall include all labor, material , and equipment necessary for complete installation of structure .
10123108 ASC-32
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-124 SUBSURFACE EXPLORATION
Any data, which has or may be provided on subsurface conditions, is not intended as a
representation or warranty of accuracy or continuity between soil strata . It is expressly
understood that neither the Owner nor the Engineer will be responsible for interpretations or
conclusions drawn therefrom by the Contractor. Data is made available for convenience of the
Contractor.
Subsurface exploration, to ascertain the nature of the soils at the project site , including the
amount of rock , if any, is to be the responsibility of any and all prospective bidders .
Whether prospective bidders perform this subsurface exploration jointly or independently , it shall
be left to the discretion of such prospective bidders . Subsurface exploration shall not be
attempted without the approval of the Owner.
The Geotechnical Boring Logs will be available for this project.
DA-125 ABANDON EXISTING WATER AND SANITARY SEWER STRUCTURES-OMIT
DA-126 ABANDON EXISTING PIPE LINE AND MANHOLES
This item shall consist of filling existing water or sanitary sewer pipe to be abandoned with
flowable fill as designated in the construction plans . Flowable fill material shall be in accordance
with DA-108 .
Payment for pipe abandonment with flowable fill shall be pa id per linear foot of pipe . The pay item
for the abandonment is "Flowable Fill." This cost shall include all labor, materia l, and equipment
associated with filling existing water or sanitary sewer pipe with flowable fill and abandonment.
Manholes deemed to be abandoned on the plans shall be pe r D-29 or as approved by the City
.,,,; representative . The remaining manhole structure shall be filled with flowable fill. Flowable fill for
manhole abandonment is incidental to the related pay item .
Payment for of the abandonment of manholes shall be per each structure. Th is cost shall include
all labor, material , and equ ipment associated with filling existing sanitary sewer manhole with
flowable fill.
DA-127 SANITARY SEWER AND WATER LINE MARKERS-OMIT
DA-128 TUNNELING
A. GENERAL
1. SCOPE . This section covers hand tunneling and shall include the necessary preparation
of the site; removal and disposal of all debris ; excavation as required ; the handling ,
storage , transportation , and disposal of all excavated materia l; all necessary protection
work ; pump ing and dewatering as necessary or required ; protection of adjacent property ;
and other appurtenant work .
1012 310a ASC-33
PART DA -ADDITIONAL SPECIAL CONDITIONS
2. GENERAL. With reference to the terms and conditions of the construction standards for
excavations set forth in the OSHA "Safety and Health Regulations for Construction ",
Chapter XVII of Title 29, CFR, Part 1926, the Contractor shall employ a competent person
and, when necessary, a registered professional engineer, to act upon all pertinent matters
of the work of this section .
B. PRODUCTS
2. Tunnel Liner Plates. Galvanized steel tunnel liner plates shall be corrugated sections as
manufactured by Contech Construction Products or Commercial Pantex Sika. Liner
plates shall have sectional properties conforming to Section 16.5 of MSHTO "Standard
Specifications for Highway Bridges" or to Chapter 1, Section 4.16 .5, Table 4.16.1, of
AREA "Manual for Railway Engineering".
The liner plates shall be designed so that erection and assembly can be accomplished
entirely from inside the tunnel. Liner plates shall be capable of withstanding the ring thrust
load and transmitting this load from plate to plate . Liner plates shall have a thickness of at
least 0.1046 inch.
C. EXECUTION
1. BLASTING. Blasting or other use of explosives will not be permitted .
3. TUNNEL EXCAVATION. Pipelines shall be constructed in tunnels of the type designated
on the drawings, in conformity with the requirements which follow. Before starting work
on any tunnel, detailed drawings, specifications, and other data covering the liner to be
used shall be submitted.
10/23108
The clear inside diameter of tunnel liners shall be within 4 inches of the nominal diameter
indicated on the drawings .
a) Tunnel Liner Plates. Care shall be taken during installation to maintain alignment,
grade, and the circular shape of the tunnel. Longitudinal joints in adjacent rings shall
be staggered and not in alignment more often than every second ring.
The entire operation of tunneling and setting of liners shall be acceptable to the Owner
and the agency having jurisdiction. Adequate means shall be provided to keep the
work free from water.
Sufficient sections of tunnel liner plates shall be provided with 1-1 /2 inch or larger
grouting holes, located near the centers, so that when the plates are installed there
will be one line of holes on each side of the tunnel and one at the crown; the lower line
of holes on each side shall be not more than 18 inches above the invert. The holes in
each line shall be not more than 9 feet apart and shall be staggered.
All space between the lining and the earth shall be filled with grout forced in under
pressure. The grout shall be mixed in the volumetric proportions of two parts Portland
cement, one part fly ash, and not to exceed six parts of sand. Enough water shall be
used to produce, when well mixed, a grout having the consistency of thick cream. As
ASC-34
PART DA -ADDITIONAL SPECIAL CONDITIONS
the pumping through any hole is stopped, it shall be plugged to prevent backflow of
grout.
Grouting shall be performed in a sequence which will preclude deflections exceeding 5
percent of the tunnel diameter.
3. END CLOSURE. At all locations where the liner plate tunnel intersects shafts or manholes
where soil material could migrate into the open space between the tunnel and the carrier
pipe, brick and mortar bulkheads shall be constructed to prevent migration of the soil
backfill in the shafts or around the manholes . Brick shall be in conformance with ASTM
C90 and cement with ASTM C150 , Type 1. The bulkheads shall be a minimum of eight
inches in thickness.
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 .
DA-129 HINGED MANHOLE
"PAMREX", or similar approved Manhole Cover and Frame. Covers and frames shall be
manufactured from ductile iron . Covers shall be hinged , and incorporate a 90 degree blocking
system to prevent accidental closure when in the open position. Covers shall be one man
operable using standard tools and shall be capable of withstanding a test load of 80 ,000 lbs .
Frames shall incorporate a continuous seating ring, have a 32" clear opening, frame depth shall
not exceed 5", the flange shall incorporate bedding slots and bolt holes . All components shall be
black coated .
The manhole frame shall be installed with the hinge end aligned with the flow of traffic to allow
traffic to close frame when gas pressure partially lifts lid .
The contractor SHALL provide the manufactures locking mechanism .
DA-130 PASSIVE ODOR CONTROL FOR VENT PIPE
A. GENERAL
10/23108
1. SECTION INCLUDES
a. Media Adsorption Hardware
b. Media
c . Manufacturer's Services
2. REFERENCES
a .
b.
American Society of testing and Materials ( ASTM ):
1. ASTM D-3299-88 Standard Specification for Filament Wound Glass
Fiber Reinforced Thermosetting Resin Chemically Resistant Tanks .
Voluntary Product Standard
1. PS 15-69
ASC-35
PART DA -ADDITIONAL SPECIAL CONDITIONS
c. Uniform Building Code ( UBC )
3 . DEFINITIONS
a . PPL:
b. PVC :
c. CFM
polypropylene
polyvinyl chloride
Cubic Feet per Minute
4. SYSTEM DESCRIPTION
a. The Contractor shall furnish and install the self-contained
canister described herein. The purpose of these canisters
shall be to remove H2S and other odors or VOCs emanating
from ambient emissions. Each canister includes the
following:
1. Adsorber Canister
2 . Media
b. The canister and media function as a system and shall be
the end products of Bay Products , Inc. or equal, to achieve
standardization for appearance, operation, maintenance,
spare parts , and manufacturer's services .. The unit must be
capable of being submersed with out the media becoming
wet.
C. There will be (
below:
) absorption canisters required, as delineated
System
Designation
Quantity CFM-
maximum
Vessel Dimensions
VENT-A-SORB
ocu
5 . SUBMITTALS
15 30"L x 6 .50 "W
a. Submit the following items at the same time under one
cover (1 week after receipt of order):
1. Documentation to demonstrate that the reaction system is the
standard product of the supplier.
2 . Documentation to demonstrate that the manufacturer has been
regularly engaged in fabricating odor control systems for at least 5
years .
3. Shop drawings and/or catalog cuts of supplied items .
b. Submit also the following (1 week after receipt of order):
1. Installation Instructions
2. Operation and Maintenance Instructions
B. PRODUCTS
1. GENERAL
10/23/08 ASC-36
10/2 3108
PART DA -ADDITIONAL SPECIAL CONDITIONS
a. The Contract Documents indicate specific required features
of the equipment, but do not purport to cover all details of
design and construction .
2 . ADSORPER CANISTER (S)
a . The self-contained , adsorber canister shall be a VENT-A-
SORB Canister, as supplied by Bay Products, Inc. (1-800-
429-8175) or equaL
b . The adsorber canister shall be manufactured of Schedule 40
PVC, or equal. The canister shall have no moving parts.
c. The adsorber canister shall contain the carbon bed with a
polyethylene screen on both ends of mesh size 0 .94 " and a
weight of 96 lbs/MSF. Adsorber design shall utilize "Plug
Flow" air distribution (the air passes through the media bed
uniformly, exiting through the outlet)
d . The canister shall have the following features :
1.
2 .
Inlet: 8" ANSI 150# Flanged , PVC Sch 40
construction
Outlet: 2" opening with screen with 2 " PVC
ball check valve with EPDM seal
d . The canister shall be rated at +/-20 ps ig
e . The can ister shall be capable of operating at an air flow rate
of up to 15 CFM
f . The flanged inlet shall be provided with a EPDM or
Neoprene gasket for water tight seal on vent pipe .
3 . MEDIA
a. The media utilized by the reactor vessel shall be provided by
the system supplier and supplied separately to be installed
by others after vessel installation .
b. MEDIA:
The amount of media (OdorSorb-max) contained is 10 pounds and shall
have the following properties:
Carbon Tetrachloride Activity (wt .%)
Hardness Number
Moisture Content
Ash Content
Mean Particle Diameter (MPD)
Apparent Density (g/ml)
Total Surface Area (N 2 --BET method)
ASC-37
60 min.
99% min .
10% max.
10% max.
4 mm , pellets
0.480 to 0 .520
1050 to 1150 m2/gm
PART DA -ADDITIONAL SPECIAL CONDITIONS
C . EXECUTION
Ignition Temperature (ASTM)
Typical H2S Capacity
450?C
0.22 glee
* The determination of H2 S breakthrough capacity w ill be
made by pass ing a moist ( 85% R.H .) air stream containing
1 % H 2S at a rate of 1,450 cc/min. through a 1 inch diameter
by 9 inch deep bed of uniformly packed activated carbon
and monitored to 50 ppm breakthrough. Results are
expressed in grams H2 S removed per cc of carbon.
1. MANUFACTURER'S SERVICES
a. No on-site assistance shall be required . The adsorber canister
shall come with installation instructions, which allow the operator
to install the unit without Manufacture's supervision.
2 . QUALITY ASSURANCE
a. The eng ineer may provide and direct inspectors to inspect the
equipment at the place of manufacture or upon arrival at the j ob
site . The manufacturer shall furnish all reasonable assistance, if
required by the engineer or inspector, for the proper inspection
of the work . Inspection shall not relieve the manufacturer from
any obligation to perform the work strictly in accordance with
this specification . Work not so performed shall be replaced by
the manufacturer at his own expense.
D. LOCATIONS
Odor Control devices for vent pipes are to be located at proposed SH121T
Part 20 stations as shown in the manhole call outs in the plans .
DA-131 NEW STRUCTURE INTERIOR MANHOLE COATING RAVEN LINNING SYSTEM
For SH121T Part 20, this item , if used , will be incidental to the manhole pay item. This
specification covers work , materials and equipment requ ired for protecting and/or rehabilitating
concrete and masonry manholes and other underground structures by monolithic spray-
application of a high-build, solvent-free epoxy coat ing to elim inate infi ltration , provide corrosion
protection , repair voids 9-nd enhance structural integrity. Procedures for surface preparation ,
cleaning , application and testing are described
PART 1 GENERAL
1. SECTION INCLUDES
A. Requirements for surface preparat ion, repairs and solvent-free epoxy coating
application to specified surfaces .
2 . RELATED SECTIONS
1012310a ASC-38
PART DA -ADDITIONAL SPECIAL CONDITIONS
A. Concrete Repair.
B. Environmental , Health and Safety.
3 . REFERENCES
A. ASTM D638 -Tensile Properties of Plastics .
B. ASTM D790 -Flexural Properties of Unreinforced and Reinforced
Plastics.
C . ASTM D695 -Compressive Properties of Rigid Plastics .
D . ASTM D4541 -Pull-off Strength of Coatings Using a Portable Adhesion
Tester.
E. ASTM D2584 -Volatile Matter Content.
F. ASTM D2240 -Durometer Hardness, Type D.
G. ASTM D543 -Resistance of Plastics to Chemical Reagents .
H. ASTM C109 -Compressive Strength Hydraulic Cement Mortars.
I. ACI 506 .2-77 -Specifications for Materials, Proportioning , and
Application of Shotcrete .
J . ASTM C579 -Compressive Strength of Chemica ll y Setting Silicate and
Silica Chemical Resistant Mortars.
K. ASTM -The published standards of the American Society fo r Testing
and Materials , West Conshohocken, PA
L. NACE -The published standards of National Association of Corrosion
Eng ineers (NACE International), Houston , TX.
M . SSPC -The published standards of the Society of Protective Coatings,
Pittsburgh , PA.
N. Los Angeles County Sanitation District -Evaluation of Protective Coatings for
Concrete
0. SSPWC 210-2 .3.3 -Chemical resistance testing published in the Standard
Specifications for Public Works Construction, 1997 edition (otherwise known as
"The Greenbook")
4 . SUBMITTALS
A. The following items shall be submitted :
1. Technical data sheet on each product used, including ASTM test results
indicat ing the product conforms to and is suitable for its intended use per
these specifications.
2 . Material Safety Data Sheets (MSDS) for each product used .
3 . Project specific guidelines and recommendations .
4. Applicator Qualifications:
a. Manufacturer certification that Applicator has been trained and
approved in the handling , mix ing and application of the products to
be used.
b. Certification by the protective coating manufacturer that the
equipment to be used for applying the products has been approved
and Applicator personnel have been trained and certified for proper
use of the equipment.
c. Two (2) years contracting experience under current company name
and three (3) recent references of projects of similar size and
scope . Applicator must also provide references indicating
successful application on underground concrete or masonary
substrates of a minimum 10,000 vf of 100% solids , high-build
1012310a ASC-39
PART DA -ADDITIONAL SPECIAL CONDITIONS
solvent-free epoxy coating by heated , plural component spray
application .
d. Proof of any necessary federal , state or local permits or licenses
necessary for the project.
5. Design details for any addit ional ancillary systems and equipment to be used in
site and surface preparat ion , application and testing .
6. Or Equa l Submittal: In order to be considered as an equal product , said
product will have to meet the min imum characteristics as measured by the
applicable ASTM standa rds referenced in paragraph Part 2. 4 as measured by
the applicable ASTM standards referenced in paragraph Part 1.3. Testing
results must be performed and presented by a bonded , third-party testing
laboratory.
Note : Equal products must be approved a minimum of two (2) weeks pr ior to
bid date . In order for a product to be considered equal the submitted product
must provide proof of successfully passing the Los Angeles County Sanitation
Districts Coating Evaluation Study or evidence from the Ci ty of Los Angeles
Department of Genera l Services Standards Divis ion indicating the Department
tested and the product "passed " SSPWC Section 2 10-2 .3 Chemical
Resistance Test. An applicator that has been trained and certified by the
manufacturer must install all products .
Prior pre-approval is required to determine if the prospective product may be
bid on this project. A product may be rejected as unacceptable should
submittal to Owner not be received a minimum of two (2) weeks prior to bid
date.
5. QUALITY ASSURANCE
A. Applicator shall initiate and enforce quality control procedures consistent with
applicable ASTM , NACE and SSPC standards and the epoxy coating
manufacturer's recommendations.
8. A NACE certified coating inspector ("Inspector") shall be provided by Owner . The
Inspector will observe surface preparat ion , application and material handl ing
procedures to ensure adhe rence to the specifications.
6. STORAGE AND HANDLING
A. Products are to be kept dry , protected from weather and stored under cover.
8 . Products are to be stored and handled according to their material safety data
sheets .
7. SITE CONDITIONS
A. Applicator shall conform with all local , state and federal regulations includ ing those
set forth by OSHA, RCRA and the EPA and any other applicable authorities .
8. WARRANTY
A. Applicator shall warrant all work against defects in materials and workmanship for
a period of one (1) year , unless otherwise noted , from the date of final acceptance
of the project. Applicator shall, within a reasonable time after receipt of written
notice thereof, repa ir defects in materials or workmanship which may develop
during said one (1) year period_, and any damage to other work caused by such
defects or the repairing of same , at his own expense and without cost to the
Owner.
PART 2 -PRODUCTS
1012310 8 ASC-40
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. EXISTING PRODUCTS
A. Standard Portland cement or new concrete (not quick setting high strength
cement) must be well cured prior to application of the epoxy coating .
B. Cementitious patching and repair materials should not be used unless proof of
suitability and procedures for topcoating with an epoxy coating are approved by
the epoxy coating manufacturer. Project specific submittals should be provided
including application, cure time and surface preparation procedures which permit
optimum bond strength with the epoxy coating.
C . Remove existing coatings prior to application of the new epoxy coating . Applicator
is to maintain strict adherence to applicable NACE and SSPC recommendations
with regard to proper surface preparation and compatibility with existing coatings .
2. EPOXY COATING MANUFACTURER
A. Raven Lining Systems , Inc., Tulsa , Oklahoma 800-324-2810 or 918-584-2810 or
FAX 918-582-4311.
B. Pre-approved equal.
3. REPAIR MA TE RIALS
A. Repair materials shall be used to fill voids, structurally reinforce and/or rebuild
surfaces, etc. as determined necessary by the Owner and epoxy coating
applicator. Repair materials must be compatible with the specified epoxy coating
and shall be applied in accordance with the manufacturer's recommendations .
B. The following products may be accepted and approved as compatible repair
basecoat materials for epoxy topcoating for use within the spec ifications :
1. 100% solids, solvent-free epoxy grout specifically formulated for epoxy
topcoating compatibility . The epoxy grout manufacturer shall provide
instructions for trowel or spray application and for epoxy topcoating
procedures.
2. Factory blended , rapid setting , high early strength , fiber reinforced , non-
shrink repair mortar that can be trowelled or pneumatically spray applied
may be approved if specifically formulated to be suitable for epoxy
topcoating .
4 . EPOXY COATING
10/23108
A. Raven Lining Systems' Raven 405 epoxy coating system - a 100% solids , solvent-
free two-component epoxy resin system thixotropic in nature and filled with select
fillers to minimize permeability and provide sag resistance acceptable to these
specifications, shall be applied at 125 mil average thickness .
Product type
Color
Solids Content (vol%)
Mix Ratio
Compressive Strength , psi
Tensile Strength , psi
Tensile Elongation ,%
Flexural Modulus , psi
Hardness, Type D
Bond Strength -Concrete
Chemical Resistance :
ASC-41
Amine cured epoxy
Light Blue
100
3:1
18 ,000
7,600
1.50
600,000
88
> Tensile Strength of Concrete
PART DA -ADDITIONAL SPECIAL CONDITIONS
Severe Municipal Sewer:
Successful Pass :
All types of serv ice
Sanitation District of L.A. County
Coating Evaulation Study
or SSPWC 210.2 .3.3
5. EPOXY COATING APPLICATION EQUIPMENT
A. Manufacturer approved heated plural component spray equipment shall be used
in the app lication of the specified epoxy coating .
6. REPAIR MATERIAL SPRAY APPLICATION EQUIPMENT (if spray applied)
A. Spray applied repair materials shall be applied with manufacturer approved
equipment.
PART 3 -EXECUTION
1. ACCEPTABLE APPLICATORS
A. Repair material app licators shall be trained to properly apply the cementit ious
mortar according to manufacturer's recommendations.
B. Epoxy coating must be applied by a Certified Applicator of the epoxy coating
manufacturer and according to manufacturer specifications.
2. EXAMINATION
A. All structures to be coated shall be readily access ib le to Applicator.
B. Appropriate actions shall be taken to comply with local , state and federal
regulatory and other applicable agencies with regard to environment, health and
safety.
C . Any active flows shall be dammed, plugged or diverted as required to ensure that
the liquid flow is maintained below the surfaces to be coated . Flows should be
totally plugged and/or diverted when coating the invert . All extraneous flows into
the manhole or vaults at or above the area coated shall be plugged and/or diverted
until the epoxy has set hard to the touch .
D. Installation of the epoxy coating shall not commence until the concrete substrate
has properly cured in accordance with these specifications .
E. Temperature of the surface to be coated should be maintained between 40 deg
F and 120 deg F during application. Prior to and during application , care should
be taken to avoid exposure of direct sunlight or other intense heat source to the
structure being coated .
3. SURFACE PREPARATION
A. Applicator shall inspect all specified surfaces prior to surface preparation .
Applicator shall notify Owner of any noticeable disparity in the surfaces which may
interfere with the proper preparation or app li cation of the repair material and/or
epoxy coating .
B. Applicator shall perform all surface preparation and epoxy coating installation .
C . All contaminants including : oils , grease , incompatible existing coatings , waxes,
form release, curing compounds, efflorescence , sealers , salts , or other
contaminants shall be removed . All concrete or mortar that is not sound or has
been damaged by chemical exposure shall be removed to a sound concrete
surface or replaced .
D. Surface preparation method(s) should be based upon the conditions of the
substrate , service environment and the requirements of the repair materials and/or
epoxy coating to be applied . Surfaces to receive repair materials and/or epoxy
1012310a ASC -42
PART DA -ADDITIONAL SPECIAL CONDITIONS
coating shall be cleaned and abraded to produce a sound surface with adequate
profile and porosity to provide a strong bond between the repair materials and/or
epoxy coating and the substrate.
E. Infiltration shall be stopped by using a material which is compatible with the repair
materials and is suitable for topcoating with the epoxy coating .
F. All surfaces should be inspected by the Inspector during and after preparation and
before the repair material is applied.
4. APPLICATION OF REPAIR MATERIALS
A. Areas where structural steel has been exposed or removed shall be repaired in
accordance with the Owner's recommendations.
B. Repair materials shall meet the specifications herein . The materials shall be
trowel or spray applied utilizing proper equipment on to specified surfaces . The
material thickness shall be specified by the Owner according to the projects'
requirements and manufacturer's recommendations .
C. Cementitious repair materials shall be trowelled to provide a smooth surface with
an average profile equivalent to coarse sandpaper to optimally receive the epoxy
coating . No bugholes or honeycomb surfaces should rema in.
D. The repair materials shall be permitted to cure according to manufacturer
recommendations. Curing compounds should not be used unless approved for
compatibility with the specified epoxy coating.
E. After abrasive blast and leak repair is performed , all surfaces shall be inspected
for remaining laitance prior to epoxy coating application . Any evidence of
remaining contamination or laitance shall be removed by additipnal abrasive blast,
shotblast or other approved method . If repair materials are used , refer to these
specifications for surface preparation. Areas to be coated must also be prepared
in accordance with these specifications after receiving a cementitious repair
material and prior to application of the epoxy coating .
F. All surfaces should be inspected by Inspector during and after preparation and
before the epoxy coating is applied.
5. APPLICATION OF EPOXY COATING
10123/08
A. Application procedures shall conform to the recommendations of the epoxy coating
manufacturer, including material handling, mixing, environmental controls during
application, safety , and spray equipment.
B. The spray equipment shall be specifically designed to accurately ratio and apply
the specified epoxy coating materials and shall be regularly maintained and in
proper working order.
C. The epoxy coating material must be spray applied by a Certified Applicator of the
epoxy coating manufacturer.
D. Specified surfaces shall be coated by spray application of a moisture tolerant,
solvent-free, 100% solids, epoxy coating as further described herein. Spray
application shall be to a minimum wet and dry film thickness as defined below:
Concrete, New/Smooth Manholes : 125 mils average for immersion, 60-80 mils
average for atmospheric , splash and spill
service
Concrete , New/Smooth Lift Stations 125 mils average, thicker coating
ASC-43
PART DA -ADDITIONAL SPECIAL CONDITIONS
Wet Wells or Junction Boxes :
Concrete, New/Smooth Deep
Tunnel Shafts or RCP Pipe :
may be required based upon prepared
surface profile
125 mils average, thicker coating
may be required based upon prepared
surface profile .
F. If necessary, subsequent topcoating or additional coats of the epoxy coating
should occur as soon as the basecoat becomes tack free, but no later than the
recoat window for the specified products . Additional surface preparation
procedures will be required if this recoat window is exceeded.
G. (Optional) Fiberglass woven-roving fabric may be rolled into the resin or chopped
glass spray applied with the resin for added tensile and flexural strength where
desired. Sloped surfaces of the floor may be made non-skid by broadcasting
aluminum oxide or silica sand into the surface prior to gelation.
H. (Optional) Depending on flow levels and how long flow can be stopped , inverts
may be lined with an approved 100% solids, fast setting epoxy coating .
6 . TESTING AND INSPECTION
10/23108
A. During application, Applicator shall regularly perform and record epoxy coating
thickness readings with a wet film thickness gage, such as those available through
Paul N. Gardner Company, Inc. meeting ASTM 04414 -Standard Practice for
Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, to
ensure a monolithic coating and uniform thickness during application . A minimum
of three readings per 200 square foot area shall be recorded. Applicator will
submit all documentation on thickness readings to Inspector on a daily basis when
coating application occurs .
B. Applicator may perform holiday detection on all surfaces coated with the epoxy
coating in the presence of Inspector. After the epoxy coating has set hard to the
touch, surfaces shall first be dried, an induced holiday may then be made on to the
coated concrete surface and shall serve to determine the minimum/maximum
voltage to be used to test the coating for holidays at that particular area. The
spark tester shall be initially set at 100 volts per 1 mil (25 microns) of film thickness
applied but may be adjusted as necessary to detect the induced holiday (refer to
NACE RP0188-99). All detected holidays shall be marked and repaired by
abrading the coating surface with grit disk paper or other hand tooling method.
After abrading and cleaning, additional epoxy coating material can be hand applied
to the repair area. All touch-up/repair procedures shall follow the epoxy coating
manufacturer's recommendations . (Note : This procedure is sometimes difficult or
impossible to perform in tight manhole or vault structures or may provide unreliable
readings when testing coatings applied to concrete .)
C. Upon Owner's request a minimum of 10% of the total structures coated in each
basin and or subdivision may be subjected to random adhesion (bond) testing per "
this section . Measurement of bond strength of the epoxy coating to the substrate
may be examined in accordance with ASTM 04541. Any areas detected to have
inadequate bond strength shall be evaluated by the Owner.
The adhesion (bond) testing shall be conducted by using 3 test dollys per
structure. One test dolly shall be affixed within 2 ft of the bench area/bottom of
structure , one test dolly shall be affixed in the middle of the structures wall area
ASC-44
PART DA -ADDITIONAL SPECIAL CONDITIONS
and the final test dolly shall be affixed within two foot of the top of the chimney
area/top of the structure . Further bond tests may be performed in that area to
determine the extent of potentially deficient bonded area and repairs shall be
made by Applicator in strict accordance with manufacturer's recommendations .
D. (Optional) Manholes coated in their entirety may be vacuum tested. All pipes
entering the manhole should be plugged, taking care to securely place the plug
from being drawn into the manhole. The test head shall be placed and the seal
inflated in accordance with the manufacturer's recommendations . A vacuum pump
of ten (10) inches of mercury shall be drawn and the vacuum pump shut off. With
the valves closed, the time shall be measured for the vacuum to drop to nine (9)
inches . Following are minimum allowable test times for manhole acceptance at
the specified vacuum drop:
DEPTH (FEET)
4
8
12
16
20
24
TIME (SECONDS)
48" diameter
10
20
30
40
50
59
60" diameter
13
26
39
52
65
78
72" diameter
16
33
49
67
81
97
Add for 2ft. more depth: 5 6.66 8
Note : These numbers have been taken from ASTM C 1244-93 (reapproved 2000). Latest standard edition will
govern .
If the manhole fails the initial test, repairs and adjustments necessary due to
extenuating circumstances (ie. pipe joint, liner, plug sealing) should be made.
Retesting shall proceed until a satisfactory test is obtained.
E. A final visual inspection shall be made by the Inspector and Applicator. Any
deficiencies in the finished coating shall be marked and repaired by Applicator
according to the procedures set forth herein.
F . The municipal sewer system may be put back into non-severe operational service
as soon as the final inspection has taken place . Consult epoxy coating
manufacturer for further recommendations .
PART4
1. MEASUREMENT AND PAYMENT
10123/08
Payment shall be based on the Contract Unit Price per vertical foot for manholes, measured
from the bottom of the frame to the top of the bench on 4' diameter manhole and cast in
place structure . For tee base manholes with concrete risers, unit cost will be per vertical
foot from top of frame to top of teebase manhole. 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 providing corrosion protection on
ceiling and top of exposed pipe, grouting of pipe seals, bench and trough and manhole walls
shall be included in the Contract Unit Price for each manhole or structure .
ASC-45
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-132 CUT AND PLUG
This section clarifies cutting and plugging on this project. The cutting and plugging of sewers and
water lines includes all related costs to brick bulkhead pipe , backfill excavation and return area to
the original or better condition . When a pipe is excavated for cutting and plugging pipe, the pay
item "cut and plµg" includes cutting through the entire existing pipe and installing a brick
bulkhead. The bulkhead shall be brick with non-shrink grout that is specified by the City for use in
construction. Payment for this item is for each brick bulkhead and items stated above.
DA-133 ANTI-FLOATATION PROTECTION-OMIT
DA-134 FIBERGLASS REINFORCED POLYMER MORTAR PIPE FOR TUNNEL CARRIER
A
B.
INSTALLATION-GRAVITY SERVICE
GENERAL
1. Section Includes
a) Reinforced Polymer Mortar Pipe.
b) F iberglass Reinforced Polymer Mortar Manholes and Tee Bases.
2. References
a) ASTM D3262 -Standard Specification for "Fiberglass" (Glass-Fiber-Reinforced
Thermosetting-Resin) Sewer Pipe .
b) ASTM D4161 -Standard Specification for "Fiberglass" (Glass-Fiber-Reinforced
Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Seals.
c) ASTM D2412 -Standard Test Method for Determination of External Loading
Characteristics of Plastic Pipe by Parallel-Plate Loading.
3 . Specifications
a) The specifications contained herein govern , unless otherwise agreed upon between the
purchaser and supplier.
PRODUCTS
1. Materials
a) Resin Systems: The manufacturer shall use only polyester resin systems with a proven
history of performance in this particular application . The historical data shall have been
acquired from a composite material of similar construction and composition as the
proposed product.
b) Glass Reinforcements: The reinforcing glass fibers used to manufacture the
components shall be of highest quality commercial grade E-glass filaments with binder
and sizing compatible with impregnating resins .
10/23108 ASC-46
PART DA -ADDITIONAL SPECIAL CONDITIONS
c) Silica Sand: Sand shall be minimum 98% silica with a maximum moisture content of
0.2%.
d) Additives : Resin additives , such as curing agents, pigments , dyes , fillers, thixotropic
agents, etc., when used , shall not detrimentally effect the performance of the product.
e) Elastomeric Gaskets: Gaskets shall be supplied by approved gasket manufacturers and
be suitable for the service intended.
2. Manufacture and Construction
a) Pipes : Manufacture pipe to result in a dense, nonporous, corrosion-resistant, consistent
composite structure.
b) Joints : Unless otherwise specified, the pipe shall be field connected with fiberglass
sleeve couplings or bell-spigot joints, "flush" or "non-flush" that util ize elastomeric sealing
gaskets as the sole means to maintain joint watertightness . The joints must meet the
performance requirements of ASTM D4161 . Joints at tie-ins , when needed, may utilize
fiberglass, gasket-sealed closure couplings .
c) Fittings: Flanges, elbows, reducers, tees, wyes , laterals and other fittings shall be
capable of withstanding all operating conditions when installed . They may be contact
molded or manufactured from mitered sections of pipe joined by glass-fiber-reinforced
overlays . Properly protected standard ductile iron, fusion-bonded epoxy-coated steel
and stainless steel fittings may also be used .
3. Dimensions
a) Diameters: The actual outside diameter (18" to 48") of the pipes shall be in accordance
with ASTM D3262. For other diameters, OD's shall be per manufacturer's literature .
b) Lengths : Pipe shall be supplied in nominal lengths of 20 feet. When required by radius
curves, pit size, or other limitations restrict the pipe to shorter lengths , nominal sections
of 10 feet or other even divisions of 20 feet shall be used. Actual laying length shall be
nominal +1, -4 inches. At least 90% of the total footage of each size and class of pipe ,
excluding special order lengths, shall be furnished in nominal length sections .
c) Wall Thickness : The minimum wall thickness shall be the stated design thickness .
d) End Squareness: Pipe ends shall be square to the pipe axis with a maximum tolerance
of 1/8".
e) Manholes : Dimensions of manholes are shown on the plans or shall be submitted by
the Contractor for approval. In general the tee base opening to the manhole riser
shall be as large as the pipe diameter or as wide as the manhole frame cover. For
SH121T Part 20 , size shall be 36 " in diameter.
4 . Testing
1012310a ASC-47
PART DA -ADDITIONAL SPECIAL CONDITIONS
a) Pipes : Pipes shall be manufactured and tested in accordance with ASTM D3262.
b) Joints : Joints shall meet the requirements of ASTM D4161
c) Stiffness: Minimum pipe stiffness when tested in accordance with ASTM D2412 shall
normally be 46 psi.
5 . Customer Inspection
a) The Owner or other designated representative shall be entitled to inspect pipes or
witness the pipe manufacturing.
b) Manufacturer's Notification to Customer: Should the Owner request to see specific
pipes during any phase of the manufacturing process, the manufacturer must provide
the Owner with adequate advance notice of when and where the production of those
pipes will take place .
6. Packaging, Handling, Shipping
a) Packaging , handling , and shipping shall be done in accordance with the manufacturer's
instructions .
C. E X E C U T I O N
1. Installation
10/23108
a) Installation: The installation of pipe and fittings shall be in accordance with the project
plans and specifications and the manufacturer's requirements (Section 13 E of the
product brochure).
b) Pipe Grouting : Annular space grouting shall not damage the liner and shall conform to
the manufacturer's requirements (Section 13 E of product brochure). Contractor shall
verify that the grouting pressure is within the normal pressure rating of the pipe and liner.
Submit anticipated grouting pressure to the engineer .
c) Pipe Handling: Use textile slings, other suitable materials or a forklift . Use of chains or
cables in not recommended.
d) Jointing:
1) Clean ends of pipe and coupling components .
2) Apply joint lubricant to pie ends or bell interior surfaces and the elastomeric seals.
Use only lubricants approved by the pipe manufacturer.
3) Use suitable equipment and end protection to push or pull the pipes together.
4) Do not exceed forces recommended by the manufacturer for joining or pushing pipe .
ASC-48
PART DA -ADDITIONAL SPECIAL CONDITIONS
5) Join pipes in straight alignment then deflect to required angle . Do not allow the
deflection angle to exceed the deflection permitted by the manufacturer.
2. Field Tests
a. Field Testing
1) Contractor shall not use the Fort Worth Water Department Material Specification
E2-9.7c Exfiltration Test Pneumatic Method: Air Test. The Contractor shall test
according to the current edition of NCTCOG -Standard Specification for Public
Works, 6.72f Low Pressure Air Test -3) Test Methods. The Time Pressure Drop
Method will be used for this project
2) Infiltration / Exfiltration Test: Maximum allowable leakage shall be per local
specification requirements .
3) Deflection: Maximum allowable long-term deflection is 5% of the initial diameter.
DA-136 COORDINATION WITH OTHER CONTRACTORS
The SH121T Part 20 contract duration might be concurrent with other projects . The Contractor
shall coordinate construction activities with other contractors as needed and as requested by the
City of Fort Worth . The City might require frequent meetings with interested parties . The
Contractor shall attend, and provided schedules .
Projects likely to be concurrent with Part 20 include:
1. Utility relocations associated with Hulen St. Bridge improvements
2. Hulen St. Bridge construction
3. SH121T Part 18 DOE 4855 (abandonment of 42 " water line)
DA-137 VERTICAL AND HORIZONTAL INSTALLATION REQUIREMENTS
Description: Vertical and Horizontal control review will be conducted on this project The pipe
location shall be surveyed and compared to the design plans . The pipe installation is required to
meet the standards stated below .
Submittal: The Contractor shall submit a letter report on each specified control location for a
surveyed vertical/horizontal elevation. The report shall include the surveyed flow line elevation of
the newly constructed line, the proposed design elevation at same point, and elevation difference .
There shall also be a table summarizing the previous data as listed above . This report shall be
submitted to the City representative the next working day after data is collected. Data shall be
collected daily as work progresses .
Coordination : The Contractor shall contact the City project representative to set a meeting prior
to construction to discuss vertical control issues regarding existing pipe. Adjustments to pipe
construction in this contract might be necessary depending on field elevations .
Inspection: The Contractor shall conduct spot check elevations surveys at the pipe flow line under
the direction of a registered surveyor. In "open cut" sewer installations, the survey points shall be
10/23108 ASC-49
PART DA -ADDITIONAL SPECIAL CONDITIONS
located at each structure and manhole , and midway between each structure . In "other than open
cut installations", the Contractor's survey points shall be conducted at 50 ' intervals . If 50 ' of pipe
is not placed during a work day , then the Contractor shall survey a point where the installation
has concluded. The Contractor shall survey additional points if deemed necessary by the City
Project Representative .
Tolerance: The vertical tolerance between the surveyed "as constructed" flow line
elevation and design (plan) elevation is 0.1 O feet at all locations (not accumulative). In no
case can the elevation of the downstream elevation be above the upstream elevation.
The horizontal tolerance between the "as constructed" centerline of the pipe and the
alignment (plan) is 0.50 feet at all locations (not accumulative). Exceeding the tolerances
above at any location is non conformance to the contract documents (see non
conformance below).
Deviations from the tolerances above must be sent in writing to the City project representative
and an acceptance or rejection letter shall be returned to the Contractor.
Non conformance: Exceeding the stated tolerance limit is grounds for the rejection of the
pipe installation. Rejected installations shall be the responsibility of the Contractor. The
Contractor shall reinstall the sewer to meet tolerance specifications herein. All costs
related to bringing this project into compliance with the tolerance specifications herein,
shall be the Contractor's.
Failure to submit the flow line elevation letter report will be grounds for a stop work order without
compensation . No time extension will be granted to the Contractor.
Payment: No additional payment will be made for this work .
DA-138 PRECONSTRUCTION SEQUENCE
The following schedule shall be followed for SH121T Part 20 :
1. MWBE forms shall be subm itted at the time of bid
2. Shop drawings submitta l shall be submitted two weeks after the bid date. Critical shop
draw ing are discussed in DA-56.
3. Preconstruction meeting shall be submitted within a week after Contract Award
4. Public meeting shall be with in a week after Contract Award
5. Notice to Proceed is anticipated the day after Contract Award
6. Street permit shall be submitted 3 weeks prior to any street construct ion
DA-139 STOP LOGS
The City will supply stop logs for this project. Contact Rick Davis at (817) 944-8399 for
coordination .
The Contractor shall obtain stop logs from the City and deliver the logs to the site . The
Contractor w ill be responsible for lowering and raising logs into the existing diversion structure
(M-272D Station 249+91) slot , and storing the logs. Before any stop log is added or remove from
the diversion structure , the Contractor shall be given permission by the City designated
representative or Rick Davis .
DA-140 BYPASS PUMPING
1012310a ASC-50
PART DA -ADDITIONAL SPECIAL CONDITIONS
1 Submittal
The Contractor shall submit a schedule , procedure, equipment layout and product and
equipment information regarding bypass pumping . The Contractor's schedule and
procedure shall correspond to the overall project schedule. Both the bypass pumping and
project schedule must be submitted for approval. Bypass Pumping will not be a separate
pay item and shall be incidental to the project. Bypass pumping is to be included in the
unit price pay item for pipe installation .
2 Bypassing pumping information
a. M-272D
1. The bypassing pump layouts might vary to complete this project within the contract
duration . The maximum peak flow is estimated as 26.4 MGD at the M-272D Clear
Fork siphon . The average flow is estimated as 14.0 MGD at the M-272D Clear
Fork siphon. Suction and discharge points shall be submitted by the Contractor to
be reviewed and approved by the City .
b. Local lines
1. The maximum peak flow is estimated as 0.45 MGD between the diversion
structure station 249+91 and the M-272D Clear Fork siphon. The average flow is
estimated 0.04 MGD between the diversion structure and the M-272D Clear Fork
siphon . Suction and discharge points shall be submitted by the Contractor to be
reviewed and approved by the City.
3 Plug
a. As part of the bypass pumping submittal , the following information below shall be
confirmed and provided in the documentation . The Contractor shall be responsible for
the material and operation of this product according to current regulations or better.
i. Inflation operations
1. A valve is required outside the suction structure to control plug inflation
2. No personnel shall be allowed in the structure while performing inflation and
deflation
3. Debris shall be removed from location of plugging
ii. Equipment
1. Plug data sheet
2. Pressure gage manufacturer data sheet
3. Manufacture recommended pressure for this application
4. Steel cable (half inch minimum) specifications
5. Steel plate (at inflation) point specifications
6. Steel fitting data sheet
7. Rated plug and cable shackle specifications . No hooks will be allowed .
8. Cable system setup and related specifications
iii. Procedures Other
1. Procedures and products for anchoring plug to ex isting structure(s)
b. Meeting with City on site prior to operations
c. Contractor shall provide experienced operators at the site (24/7) while the diversion
structure and bypass pumping is in operation.
4 Noise
Apartment complexes and businesses are located near the construction activities . Pumps
must meet the current City noise standard. Special equipment shall be used to meet
standards as necessary.
5 Diversion structure
10123/08
The diversion structure at M-272D station 249+91 is available to divert flows from M-272D
to M-615*. M-615 (per plans) has a capacity of approximately 32 MGD . If this structure is
ASC-51
PART DA -ADDITIONAL SPECIAL CONDITIONS
used for this project , the Contractor shall seal and fasten the stop log plates to the
structure within 5 days after the complet ion of the pump ing operations or use of the
structure. The seal shall be a 3/16 " continuous neoprene gasket or a methane and
sulfate resistant silicone gel approved by the C ity . The City shall inspect the fina l
installation to insure odor is not an issue with residents . The work act ivities and material
associated to the sealing of the structure is incidental to the project.
6 Discharge locations
10/23108
There are 2 manholes downstream of the beginning point of this project. The contractor
must coordinate with the City and TRWD. Contractor shall contact the City 1 month prior
to bypass operation . In turn , the City will notify TRWD of approved activities .
End of Section .
ASC-52
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V.T.C.A. Labor Code §406 .96 (2000), as amended, Contractor certifies that
it provides worK'brs"tompensation insurance coverage for all of its employees employed
on City of Fort Worth Project No. -P-~~~~t:J__...5 _______ _
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR M/ll4M 7 Je-4~ fee ,::-;/'54:..,
C.11;rk /" Cc.n.r~,~e~,n
-----By : ~e, J f.,/"=%=
Name: A' /,.f& S .S~//1
Title: U(e /{,.f;'t/.,,n )-
Date: / Z -1-/ '-'
Before me, the undersigned authority , on this day personally appeared
T~ f2}4?j[~ , known to me to be the person whose name is subscribed to the
foregoing instrum nt, and acknowledged to me that he executed the same as the act
and deed of V . P ..-e!) for the purposes and
consideration therein expressed and in the capacity therein stated.
Given Under My Hand and Seal of Office this3r-dday of~p~.,.20 ID .
Rev 4-15-10
Notary Public in and for th
Texas
Part F -Bonds
(City of Fort Worth)
THE STATE OF TEXAS
COUNTY OF TARRANT
PERFORMANCE BOND
Bond No. 1972212
§
§
§
KNOW ALL BY THESE PRESENTS:
That we, (1) William J. Schultz, Inc., dba Circle "C" Construction Company, as
Principal herein , and (2) The Hanover Insurance Company, a corporation organized under the
laws of the State of(3) New Hampshire, 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, Tex as , Obligee herein , in the sum of
**Seven Hundred Sixty Nine Thousand Two Hundred Seventy Six and No/100** Dollars
($*769,276.00*) for the payment of which sum we bind oursel v es , our heirs , executors ,
administrators , successors and assigns , jointly and severall y, firmly by these presents .
WHEREAS , Principal has entered into a certain written contract with the Obligee dated
part hereof for all purposes , for the construction of: Water & Sewer Relocations for SH121 T
(Southwest Parkway) PART 20 -M-272D RELOCATION -City Project No. 00203 -
Sewer Project No. 275-703170020388 -D.O.E. No. 6564.
NOW, THEREFORE , the condition of this obligation is such , if the said Principal shall
faithfully perform the work in accordance with the plans, specifications, and contract documents
and shall fully indemnify and hold harmless the Obligee from all costs and damages which
Obligee may suffer by reason of Principal 's default, and reimburse and repay Obligee for all
outlay and expense that Obligee may incur in making good such default, then this obligation
shall be void ; otherwise, to remain in full force and effect.
PROVIDED , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the
Tex as Go vernment Code, as amended , and all liabilities on this bond shall be determined in
accordance with the provisions of such statute, to the same extent as if it were copied at length
herein.
IN WITNESS WHEREOF , the duly authorized representatives of the Principal and the
Surety have executed this instrument.
SIGNED and SEALED this ___ day of __ D_E_C_1_4 _20_1_0 __ , 2010.
William J. Schultz, Inc., dba
Circle "C" Construction Company
ATIEST:
Name:
(Principal) Secretary
Address: P. 0. Box 40328
, Fort Worth, TX 76140
rn ~:=:! . L.o,.,n/~br.d.
Witness as to Principal
ATIEST:
Secretary
(SE
The Hanover I
SURETY
By:
Name:
Address:
Sheryl A. Klutts , Attorney-in-Fact
440 Lincoln Street
Worcester, MA 01653
Witness as to Surety, John A. Miller Telephone Number: 1-800-608-8141
NOTE: (1)
(2)
(3)
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of Power of
Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
THE HANOVER INSURANCE COMPANY
MASSACHUSETIS BAY INSURANCE COMPANY
CITIZENS INSURANCE COMPANY OF AMERICA
POWERS OF ATTORNEY
CERTIFIED COPY
KNOW ALL MEN BY THESE PRESENTS : That THE HANOVER INSURANCE COMPANY and MASSACHUSETIS BAY INSURANCE COMPANY,
both being corporations organized and existing under the laws of the State of New Hampshire , and CITIZENS INSURANCE COMPANY OF
AMERICA , a corporation organized and existing under the laws of the State of Mich igan , do hereby constitute and appoint
JOHN A. MI LLER, SHERYL A. KLUTTS, K. R. HARVEY, JOHN R. STOCKTON
of Fort Worth, TX and each is a true and lawful Attorney(s )-in-fact to sign , execute , seal , acknowledge and deliver for , and on its behalf,
and as its act and deed any place within the Un ited States , or , if the following line be filled in , only within the area therein designated
any and all bonds , recognizances , undertakings , contracts of indemnity or other writings obligatory in the nature thereof, as follows :
Any such obligations in the United States, not to exceed Ten Million and No/100 ($10,000,000) in any single instance
and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents .
These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which
resolutions are still in effect:
"RESOLVED , That the President or any V ice Pre sident, in conjunction with any Ass istant Vice President, be and they are hereby authorized and
empowered to appoint Attorneys-in-fact of the Company, in its name and as its acts , to ex ecute and acknowledge for and on its behalf as Surety any and
all bond s, recognizances , contracts of indemnity, waivers of ci tation and all other writing s obligatory in the nature thereof, with power to attach thereto th e
seal of the Company. An y such writing s so exec uted by such Attorneys-in-fact shall be as b ind ing upon the Company as if they had been duly executed
and acknowledged by the regularly elected officers of the Company in their own proper persons ." (Adopted October 7, 198 1 -The Hanover Insurance
Company; Adopted April 14, 1982 -Massachusetts Bay In surance Company; Adopted September 7, 2001 -Citizens In suran ce Compan y of America )
IN WITNESS WHEREOF , THE HANOVER INSURANCE COMPANY , MASSACHUSETIS BAY INSURANCE COMPANY and CITIZENS
INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by a Vice
Pres ident and an Assistant Vice President , this 12th day of July , 2010.
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
CITIZEN SUR.ANCE COMPANY OF AMERICA
Moo Jeaoo, , v,~,
~.··~
R.obert K. Grennan, As,;i st~ President
THE COMMONWEAL TH OF MASSACHUSETIS )
COUNTY OF WORCESTER ) ss .
On this 12th day of July , 2010 before me came the above named Vice President and Assistant Vice President of The Hanover Insurance Company ,
Massachusetts Bay Insurance Company and Citizens Insurance Company of America , to me personally known to be the individuals and officers
described herein , and acknowledged that the seals affixed to the preced ing instrument are the corporate seals of The Hanover Insurance Company
Massachusetts Bay Insurance Company and Citizens Insurance Company of America , respectively , and that the said corporate seals and their
signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations.
~ 0 xla1/d!&:
Notary Public
My commission expires on November 3 , 20 11
I, the undersigned Assistant Vice President of The Hanover Insurance Company , Massachusetts Bay Insurance Company and Citizens Insurance
Company of America , hereby certify that the above and foregoing is a full , true and correct copy of the Original Power of Attorney issued by said
Companies , and do hereby further certify that the said Powers of Attorney are still in force and effect.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance
Company , Massachusetts Bay Insurance Company and Citizens Insurance Company of America .
"RESOLVED , That any and all Powers of Attorney and Certified Copies of su c h Powers of Attorney and certification in respect thereto , granted and
executed by the President or any Vice President in conjunction with any Assistant V ice President of the Company, shall be binding on the Compan y to the
same extent as if all si gnatures therein were manually affi xed , even though one or more of a ny such signatures thereon may be facs imil e ." (Adopted
October 7 , 1981 -The Hanover Insuranc e Compan y; Adopted April 14, 1982 Massachusetts Bay In surance Company; Adopted September 7 , 2001 -
Citizens Insurance Company of America) ) ~ l J. Z Q 1
GIVEN under my hand and the seals of said Companies , at Worcester , Massachusetts , this ___ day of __________ , 20 10 .
THE STATE OF TEXAS
COUNTY OF TARRANT
PAYMENT BOND
Bond No. 1972212
§
§
§
KNOW ALL BY THESE PRESENTS:
That we, (1) William J. Schultz, Inc., dba Circle "C" Construction Company, as
Principal herein, and (2) The Hanover Insurance Company, a corporation organized and
existing under the laws of the State of (3) New Hampshire, as surety, are held and firmly bound
unto the City of Fort Worth , a municipal corporation located in Tarrant and Denton Counties,
Texas , Obligee herein, in the amount of *Seven Hundred Sixty Nine Thousand Two Hundred
Seventy Six and No/100 Dollars ($*769,276.00*) for the payment whereof, the said Principal
and Surety bind themselv es and their heirs, executors, administrators, successors and assigns ,
jointly and severally, firmly by these presents :
WHEREAS , the Principal has entered into a certain written contract with the Obligee
dated the __ day of ____ l)[_-(_J ~4~2~0~10~-' 2010 , 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: Water & Sewer Relocations for SH121T (Southwest Parkway) PART 20 -M-272D
RELOCATION -City Project No. 00203 -Sewer Project No. 275-703170020388 -D.O.E.
No. 6564.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall faithfully make payment to each and ev ery claimant (as defined in Chapter
2253 , Texas Government Code, as amended) supplying labor or materials in the prosecution of
the work under the contract, then this obligation shall be void ; otherwise, to remain in full force
and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said statute, to the same extent as if it were copied at length
herein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the
Surety have executed this instrument.
SIGNED and SEALED this day of Oh' 1 4 2010 , 2010. --------------
William J. Schultz, Inc., dba
Circle "C" Construction Company
ATTEST:
Name: Teresa S. Skelly, Vice-P
(Principal) Secretary
Address: P. 0. Box 40328
Fort Worth, TX 76140
Witness as to Principal
ATTEST:
Secretary
(SE
The Hanover
SURETY
By:
Name:
Address:
Sheryl A. Klutts, Attorney-in-Fact
440 Lincoln Street
Worcester, MA 01653
Witness as to Surety, John A. Miller Telephone Number: 1-800-608-8141
NOTE: (1)
(2)
(3)
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of Power of
Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
THE HANOVER INSURANCE COMPANY
MASSACHUSETIS BAY INSURANCE COMPANY
CITIZENS INSURANCE COMPANY OF AMERICA
POWERS OF ATTORNEY
CERTIFIED COPY
KNOW ALL MEN BY THESE PRESENTS : That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY,
both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF
AMERICA, a corporation organized and existing under the laws of the State of Michigan , do hereby constitute and appoint
JOHN A. MILLER, SHERYL A. KLUTTS, K. R. HARVEY, JOHN R. STOCKTON
of Fort Worth, TX and each is a true and lawful Attorney(s)-in-fact to sign , execute, seal, acknowledge and deliver for, and on its behalf,
and as its act and deed any place within the United States , or, if the following line be filled in, only within the area therein designated
any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows :
Any such obligations in the United States, not to exceed Ten Million and No/100 ($10,000,000) in any single instance
and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents.
These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which
resolutions are still in effect:
"RESOLVED, That the President or any Vice President, in conjunction with any Assistant Vice President, be and they are hereby authorized and
empowered to appoint Attorneys-in-fact of the Company, in its name and as its acts , to execute and acknowledge for and on its behalf as Surety any and
all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the
seal of the Company . Any such writings so executed by such Attorneys-in-fact shall be as binding upon the Company as if they had been duly executed
and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 -The Hanover Insurance
Company; Adopted April 14, 1982 -Massachusetts Bay Insurance Company; Adopted September 7, 2001 -Citizens Insurance Company of America)
IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY , MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS
INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals , duly attested by a Vice
President and an Assistant Vice President, this 12th day of July, 2010.
THE COMMONWEAL TH OF MASSACHUSETTS )
COUNTY OF WORCESTER ) ss.
THE HANOVER INSURANCE COMPANY
MASSACHUSEnS.BAY INSURANCE COMPANY
CITIZEN SURANCE COMPANY OF AMERICA
On this 12th day of July, 201 O before me came the above named Vice President and Assistant Vice President of The Hanover Insurance Company,
Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers
described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company
Massachusetts Bay Insurance Company and Citizens Insurance Company of America , respectively , and that the said corporate seals and their
signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations.
7'7.~t2:g/~
Notary Public
My commission expires on November 3, 2011
I, the undersigned Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance
Company of America , hereby certify that the above and foregoing is a full , true and correct copy of the Original Power of Attorney issued by said
Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance
Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America .
"RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto , granted and
executed by the President or any Vice President in conjunction with any Assistant Vice President of the Company, shall be binding on the Company to the
same extent as if all signatures therein were manually affixed , even though one or more of any such signatures thereon may be facsimile." (Adopted
October 7 , 1981 -The Hanover Insurance Company; Adopted April 14, 1982 Massachusetts Bay Insurance Company; Adopted September 7 , 2001 -
Citizens Insurance Company of America) )F ( 4 2010
GIVEN under my hand and the seals of said Companies , at Worcester, Massachusetts, this ___ day of __________ , 2010 .
THE STATE OF TEXAS §
§
COUNTY OF TARRANT §
KNOW ALL BY THESE PRESENTS :
MAINTENANCE BOND
Bond No. 1972212
That William J. Schultz, Inc., dba Circle "C" Construction Company, ("Contractor"), as
principal, and The Hanover Insurance Company, a corporation organized under the laws of the State of
New Hampshire, ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the
City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of
Texas , ("City") in Tarrant County, Texas, the sum of *Seven Hundred Sixty Nine Thousand Two
Hundred Seventy Six and No/100 Dollars ($*769,276.00*), lawful money of the United States , for
payment of which sum well and truly be made unto said City and its successors , said Contractor and
Surety do hereby bind themselves , their heirs, executors , administrators, assigns and successors, jointly
and severally.
This obligation is conditioned, however, that:
WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort
Worth, dated the of I l r · 2 l I , 2010 a copy of which is hereto attached and made a
part hereof, for the performance of the following described public improvements: Water & Sewer
Relocations for SH121T (Southwest Parkway) PART 20-M-272D RELOCATION
the same being referred to herein and in said contract as the Work and being designated as Project
Number(s): -City Project No. 00203 -Sewer Project No. 275-703170020388 -D.O.E. No.
6564 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 two (2) years after the
date of the final acceptance of the work by the City; and
WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for
said term of two (2) years; and
WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at
any time within said period , if in the opinion of the Director of the City of Fort Worth Department of
Engineering, it be necessary ; and ,
WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or
reconstruct said Work as herein provided.
NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain,
repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these
presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in
full force and effect, and the City shall have and recover from Contractor and Surety damages in the
premises as prescribed by said Contract.
This obligation shall be a continuing one and successive recoveries may be had hereon for
successive breaches until the full amount hereof is exhausted.
IN WITNESS WHEREOF, this instrument is executed in~ counterparts, each of which shall be
D~·c 2011) deemed an original, this ___ day of _____________ , A.D . 2010.
William J. Schultz, Inc., dba
Circle "C" Construction Company
PRINCIPAL
ATTEST:
~
By: /__ t:1 ._S ....('~
Name:
(Principal) Secretary
Address: P. 0. Box 40328
, Fort Worth, TX 76140
m lclioo •-~ t onl~ois;! Witness as to Principai
ATTEST:
Secretary
(S ~ '¥~~~
Witness as. to Surety, John A. Miller
Name:
Address:
Sheryl A. Klutts , Attorney-in-Fact
440 Lincoln Street
Worcester, MA 01653
Telephone Number: 1-800-608-8141
THE HANOVER INSURANCE COMPANY
MASSACHUSETIS BAY INSURANCE COMPANY
CITIZENS INSURANCE COMPANY OF AMERICA
POWERS OF ATTORNEY
CERTIFIED COPY
KNOW ALL MEN BY THESE PRESENTS : That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY ,
both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF
AMERICA , a corporation organized and existing under the laws of the State of Mich igan , do hereby constitute and appoint
JOHN A. MILLER, SHERYL A. KLUTTS, K. R. HARVEY, JOHN R. STOCKTON
of Fort Worth, TX and each is a true and lawful Attorney(s)-in-fact to sign , execute , seal , acknowledge and deliver for , and on its behalf,
and as its act and deed any place within the United States , or , if the following line be filled in , only with in the area therein designated
any and all bonds , recognizances , undertakings , contracts of indemnity or other writings obligatory in the nature thereof, as follows :
Any such obligations in the United States , not to exceed Ten Million and Nol100 ($10,000,000) in any single instance
and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents .
These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Compan ies which
resolutions are still in effect:
"RESOLVED , That the Presi dent or any Vice Pres ident, in conjunction with any Assistant Vice President, be and t hey are hereby authorized and
empowered to appoint Attorneys-in-fact of the Company, in its name and as its acts , to execute and ac knowledge fo r and on its behalf as Surety any and
all bonds , recognizances , contracts of indemnity , waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the
seal of the Company . Any such writings so executed by such Attorneys-in-fact shall be as binding upon the Company as if they had been duly executed
and acknowledged by the regularly elected officers of the Company in the ir own proper persons ." {Adopted October 7, 1981 -The Hanover Insurance
Company; Adopted April 14 , 1982 -Massachusetts Bay Insurance Company; Adopted September 7, 2001 -Citizens Insurance Company of America)
IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY , MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS
INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals , duly attested by a V ice
President and an Assistant Vice President, this 12th day of July , 2010.
THE HAN OVER INSU RANCE CO MPAN Y
M ASSAC H USETTS BAY IN S URANC E COMPANY
CITIZEN SUR ANCE COMPAN Y OF AMERIC A
THE COMMONWEAL TH OF MASSACHUSETTS )
COUNTY OF WORCESTER ) ss .
On this 12th day of July, 2010 before me came the above named Vice President and Assistant Vice President of The Hanover Insurance Company,
Massachusetts Bay Insurance Company and Citizens Insurance Company of America , to me personally known to be the individuals and officers
described herein , and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company
Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively , and that the said corporate seals and their
signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of sa id Corporations .
~atAzM. a :xladlb/1&:
Notary Public
My commission expires on November 3 , 2011
I, the undersigned Assistant Vice President of The Hanover Insurance Company , Massachusetts Bay Insurance Company and Citizens Insurance
Company of America, hereby certify that the above and foregoing is a full , true and correct copy of the Original Power of Attorney issued by said
Companies , and do hereby further certify that the said Powers of Attorney are still in force and effect.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance
Company , Massachusetts Bay Insurance Company and Citizens Insurance Company of America.
"RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto , granted and
executed by the President or any Vice President in conjunction with any Assistant Vice President of the Company, shall be binding on the Company to the
same extent as if all signatures the rein were manually affixed , even though one or more of any such signatures thereon may be facsimile ." (Adopted
October 7, 1981 -The Hanover Insurance Company; Adopted April 14, 1982 Massachusetts Bay Insurance Company ; Adopted September 7 , 2001 -
Citizens Insurance Company of America ) I) 'I l I (
GIVEN under my hand and the seals of said Companies , at Worcester, Massachusetts , this ___ day of __________ ,, 2010.
FOR INFORMATION, OR
TO MAKE A COMPLAINT, CALL:
1-800-999-9239
PARA INFORMACION, 0
PARA HACER UNA QUEJA, HABLE:
1-800-999-9239
COMPLAINT NOTICE -TEXAS
The Hanover
Jnsurance Group-
Should any dispute arise about your premium or about a claim that you
have filed, contact the agent or write to the company that issued the
policy, bond or certificate. If the problem is not resolved, you may also
write the State Board of Insurance, P.O. Box 149091, Austin, Texas
78714-9091. FAX# (512) 475-1771. This notice of complaint procedure Is
for information only and does not become a part or condition of this
policy, bond or certificate.
231-1314 TX (9-91)
Part G - Contract
(City of Fort Worth)
THE STATE OF TEXAS
COUNTY OF TARRANT
CITY OF FORT WORTH, TEXAS
CONTRACT
KNOW ALL BY THESE PRESENTS
...1!:.f 2010 This Contract made and entered into this the day of , AD.,
2010, by and between the CITY OF FORT WORTH, a home-rule municipal corporation situated in
Tarrant, Denton, Parker, and Wise Counties , Texas , by and through its duly authorized Assistant City
Manager, ("Owner"), and William J. Schultz, Inc., dba Circle "C" Construction Company ,
("Contractor"). Owner and Contractor may be referred to herein individally as a "Party" or collectively
as the "Parties."
WITNESS ETH: That said parties have agreed as follows :
1.
That for and in consideration of the payments and agreements hereinafter mentioned to be made
and performed by the Owner, and under the conditions 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 :
Water & Sewer Relocations for SH121 T (Southwest Parkway) Part 20 -M-272D Relocation
City Project Number: 00203
Sewer No. 275-703170020388
D.O.E. No. 6564
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 o tll e-Gi.ly-e f..Ftwt-Wert
within a period of *See Proposal Page Bl-9Rl * days. OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
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 $3,000.00 per calendar 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 iniury.
damage or death is caused, in whole or in part, by the negligence or alleged negligence of
Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify
and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and
employees and any damage, loss or destruction to property of the Owner arising from the performance of
any of the terms and conditions of this Contract, whether or not any such iniury or damage is
caused in whole or in part by the negligence or alleged negligence of Owner, its officers,
servants or employees ..
In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior
to final payment, final payment shall not be made until Contractor either (a) submits to Owner
satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b)
provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred
to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work performed
under a City Contract.
7.
The Contractor agrees, upon the execution of this Contractor, 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. The form of the bond shall be as herein provided
and the surety must first be acceptable to the requirements of the Chapter 2253 of the Texas Government
Code, as Amended.
OFFICIAL RECORD
CITY SECRETARY
Ft WORTH, TX
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 the 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
aforesaid work, and for all additions thereto or deductions therefrom , the price shown on the Proposal
submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in
monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of
invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a,
shall be Seven Hundred Sixty-Nine Thousand, Two Hundred Seventy-Six and No Cents
($769,276.00).
9.
It is further agreed that the performance of this Contract, either in whole or in part, shall not be
sublet or assigned to anyone else by said Contractor without the written consent of the Owner . Any
request for any sublease or assignment shall be made in writing and submitted to the Director of the
Engineering Department.
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 10
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 t 1n' i:l
duly authorized officers in~ counterparts with its corporate seal attached. OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
LJE.C 1 4 2010
Done in Fort Worth, Texas, this the ___ day of __________ ,. A.D., 2010.
RE~
BY~
DIRECTOR, DEPARTMENT OF
WATER
William J. Schultz, Inc., dba
Circle "C" Construction Company
CONTRACTOR
Teresa S. Skelly
Vice-President
TITLE
P. 0. Box 40328, Fort Worth, TX 76140
ADDRESS
CITY OF FORT WORTH
ASST CITY MANAGER
ATTEST:
APPROVED AS TO FORM AND
LEG ~
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
-
-
-
-
-
Appendix A: Soil Borings (Pending)
-
-
-
-
-