HomeMy WebLinkAbout041532 - Construction-Related - Contract - Utilitex Construction, LLP-
-
-
G sECR~
D.O.E. FILE
CONTRAC"f '
CONSTRUC
CITY SECRETARY ~ \5 3 ~ CONTRACT NO._::t....l.,..:.,__. __
ORTH
CLIENT DE ni1111..._ __
SPECIFICATIONS AND CONTRACT DOCUMENTS FOR
SANITARY SEWER SYSTEM REHABILITATION
CONTRACT LXV (65)-PART 1
MIKE MONCRIEF
MAYOR
PROJECT NUMBERS:
SEWER -P258-704170073087
DOE NO. 3570
CITY PROJECT NO. 00730
In the
City of Fort Worth, Texas
2010
DALE A. FISSELER, P.E.
S. FRANK CRUMB, P.E.
DIRECTOR,
WATER DEPARTMENT
WILLIAM A. VERKEST, P.E.
DIRECTOR,
TRANSPORTATION & PUBLIC WORKS
-l.) -
CITY MANAGER
OFFICIAL RECORD
CITY SECRETARY
Ft WORTH, TX
·,
Page 1 of 2
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 1/4/2011 -Ord. No. 19513-01-2011
DATE: Tuesday, January 04, 2011 REFERENCE NO.: C-24679
LOG NAME: 60SS65P1 R-UTILITEX
SUBJECT:
Rescind M&C C-24540 , Authorize a Contract in the Amount of $1,107,520.00 with Utilitex Construction,
LLP, for Sanitary Sewer Rehabilitation Contract LXV, Part 1, on North Sylvania Avenue, Stratford Park
Drive and Brentwood Stair Road and Adopt Appropriation Ordinance (COUNCIL DISTRICTS 2, 4 and 8)
RECOMMENDATION:
It is recommended that the City Council:
1. Rescind M&C C-24540 approved October 10, 2010, for the purpose of revising the amount of the
contract with Utilitex Construction, LLP;
2. Authorize the City Manager to execute a contract in the amount of $1,107,520 .00 with Utilitex
Construction, LLP, for Sanitary Sewer Rehabilitation Contract LXV, Part 1, on North Sylvania Avenue,
Stratford Park Drive and Brentwood Stair Road;
3. Authorize the transfer of $1,77,746.00 from the Water and Sewer Operating Fund to the Sewer Capital
Projects Fund; and
4 . Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Sewer Capital Projects Fund in the amount of $1,177,746.00 from available funds .
DISCUSSION:
On October 12, 2010, the City Council authorized a contract (M&C C-24540), in the amount of
$1 ,093 ,120.00 with Utilitex Construction, LLP, for Sanitary Sewer Rehabilitation Contract LXV, Part 1 on
Sylvania Avenue, Stratford Park Drive and Brentwood Stair Road. Subsequent to Council approval of
M&C C-24540, it was determined that staff had inadvertently listed the contract amount as $1 ,093,120.00
instead of $1,107,520.00. This M&C will rescind all actions authorized on M&C C-24540.
On February 19, 2002, (M&C C-18968) the City Council authorized an Engineering Agreement with RJN,
Inc ., for Sanitary Sewer Rehabilitation Contract LXV.
This project, Part 1, consists of sanitary sewer main rehabilitation on the following streets:
Street
orth Sylvania Avenue
tford Park Drive
Premier Street
Medford Road
3rd Street
!Jill Lane !ICrossing IH 30 to Bridge Street!
The project was advertised for bid on April 1, 2010 and April 8, 2010, in the Fort Worth Star-Telegram . On
April 29, 2010, the following bids were received:
http://apps.cfwnet.org/ecouncil/printmc .asp ?id =14544&print=true&DocTyp e=Print 2/22 /2011
Page 2 of2
jBidder jAmount Time of Comoletion
II . ,. ,._ Gu11Struction, LLP . $1,107,520.00 180 Calendar Days
William J . Schultz, Inc.,
d/b/a Circle "C" Construction , Co. $1,145,770 .00
Barson Utilities, Inc . $1,146,285.00
Conatser Construction TX, LP $1,162,250.00
M/WBE -Utilitex Construction, LLP , is in compliance with the City's M/WBE Ordinance by committing to
23 percent M/WBE participation. The City's goal on this project is 16 percent.
In addition to the contract amount $37,000.00 required for material testing and inspection and $33,226.00
provided for change order contingencies .
The project is located in COUNCIL DISTRICTS 2 , 4 and 8.
FISCAL INFORMATION/ CERTIFICATION:
The Financial Management Services Director certifies that that upon approval of the above
recommendations and adoption of the attached appropriation ordinance , funds will be available in the
current capital budget , as appropriated, of the Sewer Capital Projects Fund.
FUND CENTERS:
TO Fund/Account/Centers
1 &2) P258 4 76045 7041700730ZZ
2) P258 531350 704170073052
2) P258 51 1010 704170073080
FROM Fund/Account/Centers
$1,177,746 .00 1) PE45 538040 0709020
$8,000.00 3) P258 541200 704170073087
$5,000.00
2)P258 541200 704170073087
2)P258 541200 704170073084
2)P258 531350 704170073084
2 )P258 531350 704170073085
2 )P258 531 35 0 704170073093
2 )P258 531350 704170073094
CERTIFICATIONS:
$1,140,746.00
$4,000.00
$2,000 .00
$12,000 .00
$3,000.00
$3,000 .00
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
1. 60SS65P1-Utilite x FAR.pdf (CFW Internal)
2. 60SS65P1-UTILITEX MAP 1.pdf (Public)
3. 60SS65P1-UTILI TE X MAP 2.pdf (Public)
Fernando Costa (6122)
S. Frank Crumb (8207)
Roberto C. Sauceda (2387)
4 . 60SS65P1 R-Utilite x Add funds FAR Corrected.pdf (CFW Internal)
5. 60SS65P1 R-UTILITE X AO .doc (Public)
6. 60SS65P 1 R-UTILITEX MAP 3.pdf (Public)
7. 60SS65P1 R-U T ILITEX MWBE.pdf (CFW Internal)
http ://apps .cfwnet.org/ecouncil/printrnc.asp?id=l4544&print=true&DocType=Print
$1,177,746 .00
$1,107,520.00
2/22 /2011
I -
I
l
l
"'>
FRONT END DOCUMENTS
TABLE OF CONTENTS
SHORT FORM NOTICE TO BIDDERS
COMPREHENSIVE NOTICE TO BIDDERS
SPECIAL INSTRUCTIONS TO BIDDERS (WATER -SEWER)
TABLE OF CONTENTS
1. NOTICE TO BIDDERS
1.1 NOTICE TO BIDDERS
1.2 COMPREHENSIVE NOTICE TO BIDDERS
1.3 SP ECIAL INSTRUCTIONS TO BIDDERS -(Water-Sewer)
2. MWBE DOCUMENTATION
2.1 MWBE SPECIAL INSTRUCTIONS
2.2 MWBE SUBCONTRACTORS/SUPPLIERS UTILIZATION FORM
2 .3 MWBE GOOD FAITH EFFORT
2.4 MWB E PRIME CONTRACTOR W AIYER
2 .5 MWBE JOINT VENTURE
3. BID PACKAGE
3 .1 BID PROPOSAL
3 .2 VENDOR COMPLIANCE TO STATE LAW
4. GENERAL AND SPECIAL CONDITIONS
4.1 PART C -GENERAL CONDITIONS (WATER-SEWER)
4.2 SUPPLEMENTARY CONDITIONS TO PART C (WATER-SEWER)
4.3 PART D -SPECIAL CONDITIONS (WATER-SEWER)
4.4 PART DA-ADDITIONAL SPECIAL CONDITIONS (WATER-SEWER)
4.5 PART E -WATER DEPARTMENT SPECIFICATIONS
4.6 PREY AILING WAGE RATES
4.9. I-COMPLIANCE WITH AND ENFORCEMENT OF PREY AILING WAGE LAWS
4.10 EXPERIENCE RECORD AND EQUIPMENT SCHEDULE
4 .11 STANDARD DETAILS WATER DEPARTMENT
5. CONTRACTS, BONDS, AND INSURANCE
5.1 CERTIFICATE OF INSURANCE
5 .2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
5 .3 CONFLICT OF INTEREST QUESTIONNAIRE
5 .4 PERFORMANCE BOND
5 .5 PAYMENT BOND
5.6 MAINTENANCE BOND
5.7 CITY OF FORT WORTH CONTRACT
TC-1
SHORT FORM NOTICE TO BIDDERS
Sealed proposals for the following:
FOR: SANITARY SEWER SYSTEM REHABILITATION
CONTRACT LXV (65) -PART I
DOE # 3570, FILE # X-20924, CITY PROJECT # 00730
SEWER PROJECT NUMBER P258-704170073087
Addressed to:
CITY OF FORT WORTH
PU RCHASI NG DIVISION
1000 THR OCKM ORTON ST
FORT WOR TH TX 7610 2 -6311
will be received at the Purchasing Office until 1 :30 p.m., Thursday, April 29, 2010 , and then publicly opened
and read aloud at 2:00 p .m. in the Council Chambers . Plans, General Contract Documents and Specifications for
this project may be obtained on 1000 Throckmorton Street, City Hall , Second Floor, South end with Nikki
McLeroy. The plans and specifications may be purchased on a non-refundable basis for thirty dollars ($30) for each
set. These documents contain additional information for prospective bidders. Documents may also be obtained
free of charge at the City's online bidding system (Buzzsaw). Email the Project Manager listed below
for instructions on accessing the online documents . Plans and Specifications will be available for pick-up
on Tuesday, April 6, 2010.
The major work will consist of the (approximate) following:
The construction of approximately:
1,940 LF-8" SANITARY SEWER BY OPEN CUT
100 LF -10" SANITARY SEWER BY OPEN CUT
27 EA -4' DIA. SANITARY SEWER MANHOLE
630 LF 15" SANITARY SEWER BY CURE IN PLACE
740 LF 15" SANITARY SEWER BY OPEN CUT
580 LF 8" SANITARY SEWER BY OTHER THAN OPEN CUT
680 LF 16" CASING BY OTHER THAN OPEN CUT
For additional information, please contact Mr. Roberto C . Sauceda, Project Manager, City of Fort Worth-Water
Department at Telephone Number: (817) 392-2387 or by email : Robert.Sauceda@fortworthgov,org
Advertising Dates:
Thursday, April 1 si, 2010
Thursday, April 81h, 2010
COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the follo wing:
FOR: SANITARY SEWER SYSTEM REHABILITATION
CONTRACT LXV (65) -PART I
DOE # 3570, FILE # X-20924, CITY PROJECT # 00730
SEWER PROJECT NUMBER P258-704170073087
Addressed to :
CITY OF FORT WOR TH
PURCHAS I NG DIVISION
1 00 0 THR OCKMO RT ON ST
FORT WORTH TX 76 102 -6311
will be received at the Purchasing Office until 1 :30 p.m., Thursday, April 29, 2010 , and then publicly opened and
read aloud at 2:00 p .m. in the Council Chambers. Plans, General Contract Documents and Specifications for this
project may be obtain ed on 1000 Throckmorton Street, City Hall , Second Floor, South end with Nikki McLeroy. The
plans and specifications may be purchased on a non-refundable basis for thirty dollars ($30) for each set. These
documents contain additional information for prospective bidders. Documents may also be obtained free of
charge at the City's online bidding system (Buzzsaw). Email the Project Manager listed below for
instructions on accessing the online documents . Plans and Specifications will be available for pick-up on
Tuesday, April 6, 2010.
The major work will consist of the (approximate) following:
The construction of approximately:
1,940 LF -8" SANITARY SEWER BY OPEN CUT
100 LF-10" SANITARY SEWER BY OPEN CUT
27 EA -4' DIA. SANITARY SEWER MANHOLE
630 LF 15" SANITARY SEWER BY CURE IN PLACE
740 LF 15" SANITARY SEWER BY OPEN CUT
580 LF 8" SANITARY SEWER BY OTHER THAN OPEN CUT
680 LF 16" CASING BY OTHER THAN OPEN CUT
Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract
Documents and Specifications .
NOTICES
All bidders will be required to comply with Provision 5159a of"Vernon's Annotated Civil Statutes" of the State of Texas
with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no . 7400 (Fort Worth City Code
Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices.
Bid security 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 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 the City of Fort Worth Project Manager.
COMPREHENSIVE NOTICE TO BIDDERS
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 accord with the City of Fort Worth Ordinance No . 15530, the City of Fort Worth has goals for the participation of
minority business enterprises and women business enterprises in City of Fort Worth contracts. A copy of the Ordinance
can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM,
SUBCONTRACTORJSUPPLIER 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 of Fort Worth received the Documentation. Failure to comply shall render the bid non-
responsive.
Bidders are advised that the City of Fort Worth has not acquired all necessary permits and/or easements for the
construction of the project shown in the Plans. Bidders are hereby notified that the City anticipates obtaining the
necessary permits and/or easements by the start of construction. In the event the necessary permits and/or easements are
not obtained, the City reserves the right to cancel the award of the contract at any time before the Contractor begins any
construction work on the project. In addition, Bidders shall hold their unit prices until the City has obtained all permits
and/or easements.
The Contractor shall prepared to commence construction without all executed permits and shall submit a schedule to the
City of how construction will proceed in the other areas of the project that do not required permits and/or easements .
SUBMISSI ON OF BID AND AW ARD OF C ONTRACT
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.
For additional information, please contact: Roberto C. Sauceda, Project Manager, City of Fort Worth-Water Department
at (817) 392 -2387 or by email: Robert.Sauceda@fortworthgov,org.
DALE A. FISSELER, P.E.
CITY MANAGER
Advertising Dates:
Thursday, April 1 si, 2010
Thursday, April 8th, 2010
MARTY HENDRIX
CITY SECRETARY
SPECIAL INSTRUCTIONS TO BIDDERS
I) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be
prequalified by the Fort Worth Water Department prior to submitting bids . This prequalification
process will establish a bid limit based on a technical evaluation and financial analysis of the
contractor. It is the bidder's responsibility to submit the following documentation: a current financial
statement, an acceptable experience record, an acceptable equipment schedule and any other
documents the Department may deem necessary, to the Director of the Water Department at least
seven (7) calendar days prior to the date of the opening of bids.
a) The financial statement required shall have been prepared by an independent certified public
accountant or an independent public accountant holding a valid permit issued by an appropriate
State licensing agency and shall have been so prepared as to reflect the financial status to the
submitting company. This statement must be current and not more than one (I) year old. In the
case that a bidding date falls within the time a new statement is being prepared, the previous
statement shall be updated by proper verification.
b) For an experience record to be considered to be acceptable for a given project, it must reflect the
experience of the firm seeking qualification in work of both the same nature and technical level
as that of the project for which bids are to be received.
c) The Director of the Water Department shall be the sole judge as to the acceptability for financial
qualification to bid on any Fort Worth Water Department project.
d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as
such.
e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or
expertise.
f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if
inadvertently opened, shall not be considered .
g) The City will attempt to notify prospective bidders whose qualifications (financial or experience)
are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are
to be received. Failure to notify shall not be a waiver of any necessary prequalification.
2 . BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort
Worth, in an amount of not less than five (5%) 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 (IO) 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 slate of Texas.
In addition, the surety must (I) 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 proofof 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
r
4. WAGE RATES:
Section CJ-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 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 lo 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 stale 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: lfthe 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 ag~ 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 solicitation s
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 quaMication,
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 as se rted 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.
I 0. 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, stale 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.
I I. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth
Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business
enterprises and women business enterprises in City contracts . A copy of the Ordinance can be
obtained from the Office of the City Secretary. T he 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 lo comply shall render the bid non-responsive.
Upon request, Contractor agrees lo provide the Owner complete and accurate information regarding
actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise
(WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or
examination of any books, records or files in its possession that will substantiate the actual work
performed by an MBE and/or WBE . The misrepresentation of facts (other than a negligent
misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of
the contract and/or initiating action under appropriate Federal, State or local laws or ordinances
relating to false statements. Further, any such misrepresentation of facts (other than a negligent
misrepresentation) and/or commission of fraud will result in the Contractor being determined to be
irresponsible and barred from participating in City work for a period of time of not less than three (3)
years.
12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY:
a . The contractor will receive full payment (less retainage) from the city for each pay period.
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
MWBE DOCUMENTS
MWBE SPECIAL INSTRUCTIONS
MWBE SUBCONTRACTORS/SUPPLIERS UTILIZATION FORM
MWBE PRIME CONTRACTOR WAIVER
MWBE GOOD FAITH EFFORT
MWBE JOINT VENTURE
FORT WORTH .._,, w· ~ -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 Bus iness
Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements
and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid .
M/WBE PROJECT GOALS
The City's M/WBE goal on this proje ct is 16% of the total bid (Base bid a ppl ies to Pa r ks and Community Services).
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of $25 ,000 or more , bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following:
1. Meet or exceed the above stated M/WBE goal, or
2. Good Faith Effort documentation, or;
3. Waiver documentation, or;
4. Joint Venture.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department, within the following times allocated, in order
for the entire bid to be considered responsive to the specifications. fr tie ,Offero r""shall ·deliver tne· MWBE aocumentation
·n p_erson. fo We approp{iate ,.~mpJ~y ~e ot-t~~~ana_gi!lq d~pa_r\l)ien.t and/o~tain·'a}ate/time receJpt .' Such rece( t shal
be evidence that the Ci!)'. received the documentation in the time allocated . A faxed co e_y will hot be acceP. ed
1. Subcontractor Utilization Form , if goal is received by 5:00 p.m., five (5) City business days after the bid
met or exceeded: opening date, exclusive of the bid opening date.
2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form , if participation is less than opening date, exclusive of the bid opening date .
stated goal:
3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form, if no M/WBE participation : opening date , exclusive of the bid opening date.
4. Prime Contractor Waiver Form , if you will received by 5:00 p.m., five (5) City business days after the bid
perform all subcontracting/supplier work : opening date, exclusive of the bid opening date .
5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid
to met or exceed goal. opening date, exclusive of the bid opening date .
FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE TO SPECIFICATIONS
Any questions, please contact the M/WBE Office at (817) 392-6104.
Rev . 11/1/05
PRIME COMPANY NAME :
PROJECT NAME:
City of Fort Worth
Subcontractors/Suppliers Utilization Form
ATIACHMENT 1A
Page 1 of 4
Check applicable block to describe prime
I M/W/DBE I I NON-M/W/DBE
BID DATE
~anitaQ'. Sewer Rehabilitation Contract 65 -Part 1
1ity's M/WBE Project Goal : Prime's M/WBE Project Utilization : PROJECT NUMBER
DOE 3570
% %
Identify .fil.! 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 eonsidered non-responsive to bid specifications.
The undersigned Offeror agrees to enter into a (ormal 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, Ell is , Kaufman and Rockwall counties.
· identify each Tier level. Tier is ~he level of subcontracting below the prime contractor, i.e., a direct
payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to
its supplier is considered 2nd tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD .
Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have
been determ ined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway 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 agreement.
Rev . 5/30/03
..I .. ,...,
u
..J
,D
..i,D
L:
u
~
L. ~
-~ ...
10
1J
11
l!
' [
r
~
fORTWORTH ·-----,.---
AlTACHMENT 1A
Page 2 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status ; i.e ., Minority, Women and non-M/WBEs.
Please list M/WBE firms first, use additional sheets if necessary .
Certification N
(check one) 0
n SUBCONTRACTO~SUPPLIER T T Detail Detail Company Name I N
C X M Subcontracting Work Suppl i es Purchased Dollar Amount Address e M w T 0 w
Telephone/Fax r 8 8 R 0 8 E E C T E
A
•.
.
'
Rev . 5/30/03
"
!t
t
t
{
\
' t
r
C
' ' ' ' {
~
I
r
~J
t
b
FORTWORTH
~·
ATIACHMENT 1A
Page 3 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e ., Minority, Women and non-M/WBEs .
Please list M/WBE firms first, use additional sheets if necessary .
N Certification
(check one) 0
SUBCONTRACTOR/SUPPLIER T
n
N T Detail Detail Company Name i C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T 0 VI,
Telephone/Fax r B B R 0 B E E C T E
A
.. . , --Rev. 5/30/03
....... ci
FORT WORTH
~
Total Dollar Amount of M/WBE Subcontractors/Supp liers $
; Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $
ATTACHMENT 1A
Page 4 of 4
The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment i n a cc ord with the procedures outlined in th e ordinance . The cont ractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the comm itted
M/WBE goal. If the detail explanation is not submitted , it will affect the final compliance determination .
By affixing a signature to this form , the Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by -all subcontractors , including
M/W/DBE(s) arrangements submitted with the bid. The Offere r also qgrees 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 appl icable
subcontractors/suppliers/contractors participating on the contract that will substant iate 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 terminat ing 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 th is ordinance and create a material
breach of contract may result in a determination of an irrespons ible 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 Namerritle (if different}
Company Name Telephone and/or Fax
Address E-mail Address
City/State/Zip Date
Rev . 5/30/03
I
i
I
I
I
I
I
FORT WORTH
.. "-, .•. __..
City of Fort Worth
Prime Contractor Waiver Form
ATTACHMENT 1B
Page 1 of 1
PRIME COMPANY NAME : Check applicable block to describe
prime
PROJECT NAME : I M/W/DBE I I NON -M/W/DBE
BID DATE
Sanitary Sewer Rehabilitation Contract 65 -Part 1
City's M/WBE Project Goal : PROJECT NUMBER
% DOE 3570, City Project No. 00730
If both answers to this form are YES , do not complete ATTACHMENT 1C(Good Faith 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, th e n you must complete ATTACHMENT 1C. This form is only applicabl e if bo.1h answers are yes .
Will you perform this entire contract without subcontractors? YES
If yes, please provide a deta iled 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, th is 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 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 by the M/WBEs on this contract, ·by an author ized 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 d ifferent)
Company Name Phone Number Fax Number
Address Ema il Address
City/State/Zip Date
Rev. 5/30/03
I
FORTW"ORTH "-, w· --
PRIME COMPANY NAME:
PROJECT NAME:
City of Fort Worth
Good Faith Effort Form
Sanitary Sewer Rehabilitati on Contract 65 -Part 1
City's M/WBE Project Goal : PROJECT NUMBER
%
DOE 3570, City Project No. 00730
ATTACHMENT 1C
Page 1 of 3
Check applicable block to describe
prime
I M/W/DBE I I NON-M/W/DBE
BID DATE
If you have failed to secur~ M/WBE parlicipatjon and ytju hav_e subco_n'tracting and/or supplier opportunities or if yout
DBE participation Is less than the City's p roject _goal, yqu mus't 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 .o·r before 5:00 p.m. five (5) Gity business days after bid opening, exclusive of
bi~ open.ing date, will result in the bid being consi~ereci non"'responsive ·to bi_d specific~tions.
1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this
project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES
OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the
2"0 tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
Rev . 05/30/03
ATTACHMENT 1C
Page 2 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 name 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 regardin·g 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 eventof 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
•
I
I
I
FORT-WORTH .._,, w .-"" CITY OF FORT WORTH
Joint Venture Eligibility Form
All questions must be answered; use "NA" if applicable.
Joint Venture
Page 1 of 3
Name of City project: ---------,,-,----c-------------,---------------
A joint venture form must be completed on each project
RFP/Bid/Purchasing Number: --------------
1. Joint venture information:
Joint Venture Name:
Joint Venture Address:
(If applicable)
1----------------t----·------,-----------------------------1
Telephone: Facsimile: 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
·oint venture
M/WBE firm Non-M/WBE
name: firm name:
Business Address: Business Address :
City, State, Zip : City, State, Zip :
Telephone Facsimile E-mail Telephone Facsimile
Cellular Cellular
Certification Status: E-mail address
Name of Certifying Agency:
2 S . f k cope o wor per orme db th J'tV t 1y e om en ure:
Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE:
Rev . 5/30/03
Joint Venture
Page 2 of 3
3. What is the percentage of M/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 complete if this information is described in joint venture agreement)
Profit and Joss 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
---------·------------------------------------b. Marketing and Sales
----------------------------------------------C. Hiring and Firing of management
personnel
----------------------------------------------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
M/WBE 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 M/WBE Ordinance .
Rev . 5/30/03
Joint Venture
acie 0 P 3 f 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 , decis ion-making responsibilities and paym ents
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 tennination 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
-~tatements or willful m~Jesentation of facts .______ __ _ ______ ------------------·---·--------Name ofM/WBE firm Name ofnon-M/WBE firm
Printed Name of Owner Printed Name of Own er
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 -P-ri-nt_N_am_e----------------------
Notary Public --------------------------Signature
Commission Expires------------------------(seal)
Rev . 5/30/03
BID PACKAGE
BID PROPOSAL & SIGNATURE SHEETS
VENDOR COMPLIANCE TO STATE LAW
ADDENDA INDEX AND RECEIPT
PRE-QUALIFIED SUB-CONTRACTOR LIST
PART B -PROPOSAL
· (Ibis proposal must not be removed from this book of Contract Documents.)
•
. Dale A. Fisseler, P.E. FROM: (Bidder's Name) t/A"£7ir:y t,!,,:;4.,4 L,.,,
City Manager .2itla ~ A.:Nt:
Fort Worth, Texas ~d S"~...,.,~ ;1.X ZG'b
(Address) .,
Sanitary Sewer Rehabilitation
Contract 6S -Part 1
Sewer Project No. P2S8-704170073087
DOE # 3S70, File# X-20924, City Project# 00730
Pursuant to the foregoing ''Notice to Bidders," the undersigned Bidder, having 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. Contractor must be
pre-qualified in accordance with the Water Departments requirements.
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:
For all*, ** and*** items contractor must complete the following "City Approved Method and
Product" form on Page -B-11 .
Proposal B-1
PAY BID
ITEM ITEM NO.
APPROX.
QUANTITY
\
Sanitary Sewer Rehabilitation
Contract 65 -Part 1
P258-704170073087
DOE #3570, File # X-20924
DESCRIPTION OF ITEMS WITH BID
PRICES WRITTEN IN WORDS
Furnish and Install complete in place, including all appurtenant work, the following items:
1. BID 00574 660 LF Pipe-Casing-16 Inch-Casing Pipe-Other Than
Open Cut -Install, per linear foot
~,., lu.,.t.1 ''s-',{ L Dollars
Cents
2. BID 00957 230LF ••Pipe-12 to 15 Inch HOPE by Pipe Enlargement
Techniques -Install, per linear foot
f~illr,6!4 £.tc.u.~ai Dollars
Cents
3. BID 00268 720LF *Pipe-Sewer-15 Inch-PVC (All Depths) -Install,
per linear foot
t'./5 1if Lu Dollars
Cents
4. BID 00957 610 LF ••*Pipe-Sewer-I 5 Inch Cured in Place Pipe Liner
-Install, per linear foot
e,-;J.'7 Dollars
Cents
5. BID 00246 90LF • Pipe-Sewer-10 Inch-PVC (All Depths) -Install,
per linear foot
0;;µ61(4 /Lr Dollars
Cents
6 . BID 00349 660 LF *Pi pe -Sewer -8 Inch DIP -Other Than Open
Cut -Install, per linear foot
/)u, J ,w/cd s •,. i, '•)(. Dollars
Cents
•
Proposal B-2
UNIT AMOUNT
PRICE BID
$ ..2~¢. ~, s / p :J ~J,1,1_ ~,J
$ 7,a6 $ /7 7.n!I hd
$ ~l.. () d $ ~,; /J <//J. /]JI
$ i'o Ju) $ t./1 KM .l"V\
$ ?t/. 06 s utL.ri. ~ I\
$ J/,,/,.,,1!) s J 119s~/J (')/
r
l
PAY BID APPROX.
ITEM ITEM NO. QUANTITY
'\
Sanitary Sewer Rehabilitation
Contract 65 -Part 1
P258-704170073087
DOE #3570, File # X-20924
DESCRIPTION OF ITEMS Wlffl BID
PRICES WRITTEN IN WORDS
Furnish and Install complete in place, including all appurtenant work, the following items:
7. BID 00350 90LF *Pipe -Sewer - 8 Inch -SDR26 (All Depths) -
Install
Sevr,;4, ~-,. Dollars
Cents
8. BID 00351 1,830 LF *Pipe -Sewer-8 Inch-PVC (All Depths)-
Install, per linear foot
~'~ IJ.414:f. Dollars
Cents
9. BID 00222 1,290 LF ••Pipe-6 Inch to 8 Inch-Enlargement-HDPE -
Install, per linear foot
It,', $~ Dollars
Cents
10. BID 00363 SOOLF Sewer-Service-6 Inch-SDR26 -Install, per linear
foot
2_;. J11
I "(tr(Gi, Dollars
Cents
11. BID 00361 lOEA Sewer Service -6" Service Tap -Install, per each
-!l1rt-). "' d,t, J Dollars
Cents
12. BID 00362 lOEA Sewer Service -6" PVC -2-way Cleanout -
Install, per each
L h wduJ .at+, t" <c Dollars
Cents
Proposal B-3
UNIT AMOUNT
PRICE BID
$ 1./_ A/'J $ ~ ,!" ,W_ Al
$ 1, "· $ / '34' Q,A,, _ tfr .. .
$ 1).(J~ $ v, 71<J.l'\r. .
$ t,9./l /) $ 7~~ A..I
$ ?A/) ,f} h $ '.3"~" n4
$ '/c/5°: 11 I $ ~~ti, dt:J
BID:. APPROX.
ITEM NO. UANTITY
Sanitary Sewer Rehabllltatlon
Contract 6S. -Part 1
P258-704170073087
DOE #3S70, File # X-20924
DESCRIPTION OF ITEMS WITH BID
PRICES WRITTEN IN WORDS
-Furnish and Install complete in place, including all appurtenant work, the following items:
. BID 00354 575LF •sewer Service Line r-4" PVC -Install, per
linear. foot
~I 1t.b. :r,:::zz"81 Dollars
Cents
BID 00355 15 EA Sewer Service -4" Service Tap -Install, per each
µ l.ot1JuJ£iJ IJy , ,,, Dollars
Cents
15. BID 00961 40EA Sewer Service-4 Inch Tap to HOPE by Pipe
Enlargement -Install, per each
J, "· " J,__,_, J ; Dollars
Cents
16. BID 00356 50EA Sewer Service -4" PVC"'.'" 2-way Cleanout -
Install, per each
J.,~ 1 ..... J~J Dollars
Cents
17 . BID 00207 3EA Manhole-Drop-Std 4' Diam. -(to 6' Depth)-
Install, per each
c/1,,,faa J.t,. ~,.;, ,. ~
-lli1111t!o"-= L. .. JR.J Dollars
Cent.t
18. BID 00208 40VF Manhole -Drop -Std 4' Diam. -Added Depth
(Over 6 ' Depth) -Install, per vertical foot
0 Alts. l :& Jv~ _&Md.,.....J. ~cult::JI. _ Dollars
Cents
Proposal B-4
UNIT AMOUNT
PRICE BID
$ S .1S-S"".X. t 4
s $ I/ .:z 9(2, 4j
$ ro,,. > $ ~o OQI• dA >
$
$
$ , ()o $ 70o •
/
PAY BID APPROX.
ITEM ITEM NO. QUANTITY
\
Sanitary Sewer Rehabilitation
Contract 65 -Part 1
P258-704170073087
DOE #3570, File # X-20924
DESCRIPTION OF ITEMS WITH BID
PRICES WRITTEN IN WORDS
Furnish and Install complete in place, including all appurtenant work, the following items: ~
19. BID 00213 23 EA Manhole -Std 4' Diam. -(to 6' Depth) -Install,
per each
t.t1.'1:. If-, ... / .l-1.:.Jt*.IJ,..) Dollars
Cents
20. BID 00214 80VF Manhole -Std 4' Diam. -Added Depth (Over 6'
Depth) -Install, per vertical foot
fJ,1 '=' l,...J!r:J StsYw J., Ai& Dollars
Cents
21. BID 00212 1 EA Manhole-Shallow Std 4 Ft Diam-(Shallow Cone)
-Install, per each
~~'==U.111~~.1 s.w:11.~ ~~l .. al ~f.bs
Cents
22. BID 00211 140VF Manhole -Paint & Coating -Interior Protective
Coating -Install, per vertical foot
B~ ),..,., JttJ. Si .L, Dollars
Cents
23 . BID 00205 2EA Manhole -Abandon, per each
-L~llJcJ.. &l.l 11.w. Dollars
Cents
24 . BID 00206 IOEA Manhole -Remove, per each
~"* Uou....,J 0.162L111 cJ.ie:J J! ~tars
Cents
Proposal B-5
UNIT AMOUNT
PRICE BID
$ /Sol. Oo s 1v.<&. ~"
$ /)( /lo $ ,q4')0. II>
$ 1 ?m. d A $ I 7.cb.M
$ /~A.I)/) $ 2? UIV1,l'JA ..
$ ~b.c,4 $ 19-AA~-.
$ J/f'{1 ,f A $ J/~11/J. ,1"
PAY BID APPROX.
ITEM ITEM NO. UANTITY
~
Sanitary Sewer Rehabilitation
Contract 65 -Part 1
P258-704170073087
DOE #3570, File # X-20924
DESCRIPTION OF ITEMS WITH BID
PRICES WRITTEN IN WORDS
Furnish and Install complete in place, including all appurtenant worlc, the following items:
25 . BID 00198
26. BID 00218
27. BID 00202
28. BID 00201
29 . BID00217
30 . BID 00901
Proposal
27EA
27EA
4,800 LF
5,500 LF
27EA
Collar -Manhole -32 Inch-Frame & Cover -
Install, per each
jvll k11 ~.:.cl Dollars
Cents
Manhole-Watertight Insert-Locking Stainless
Steel -Install, per each
L L J,.J. J.f:4 Dollars
Cents
Inspection -Pre Construction Cleaning & TV -
Study, per linear foot
f> ~t::, Dollars
s, ¥::b Cents
Inspection -Post Construction Cleaning & TV -
Study, per linear foot
__ ___./-L-:._.=· ------Dollars
Cents
Manhole-Vacuum Test -Services, per each
But: ~'" h..::J /,, t v Dollars
Cents
1,900 LF Pipe -Abandon and Fill with Flowable Materiai
per linear foot (8 Inch to 18 Inch Pipe)
__ g~~..o.....; .. -______ Dollars
~'1 .l, « Cents
B-6
s
s
s
UNIT
PRICE
AMOUNT
BID
s 3. 7 S s 71 :J S. tJ, -----~
,
•
l
Sanitary Sewer Rehabllltation
Contract 6! -Part 1
PlSS..704170073087
DOE #3570, File # X-20924
DESCRIPTION OF ITEMS WITH BID
PRICES WRITfEN IN WORDS
Furnish and Install complete in place, including all appurtenant work, the following items:
31. : BID00372 l,SOOLF Trench Safety System (S ~ Depth) -Install, per
linear foot
o.~ Dollars
Cents
BID00423 300LF Curb & Gutter -Install, per linear foot
~!:, Dollars
Cents
33. BID00416 3SOSY Walk-Install, per square yard
$'__' !i, ,L} Dollars
Cents
34. BIDOOS32 2EA Walk-ADA Wheelchair Ramp -Install, per each
~ -.U... a!!I:. J • 14.ti::: li.....J.Jlonars
Cents
35. BID 00416 100 SY Alley -Install, per square yard
11 ~ Dollars
Cents
36 . BID 00401 150SY Driveway -Install, per square yard
et~LJ-Dollan
Cents
Proposal B-7
UNIT
PRICE
s L CJ<'J
$
$
$
$ ,.,
$ 9. 6
AMOUNT
BID
$) Sl»,4d
$
$ .zieo.()c,
$ ~O().Oo
SI
l
]
]
]
PAY BID
ITEM ITEM NO.
APPROX.
QUANTITY
Sanitary Sewer Rehabilitation
Contract 65 -Part 1
P258-704170073087
DOE #3570, File# X-20924
DESCRIPTION OF ITEMS WITH BID
PRICES WRITTEN IN WORDS
Furnish and Install complete in place, including all appurtenant work, the follow ing items :
37 . BID 00442 2 ,000 LF Pavement -2 Inch HMAC on 6 Inch Flex Base -
Temporary -Inst~ll, per linear foot
~~L
-"" '*
Dollars
Cents
38 . BID 00443 800LF Pavement - 2 Inch Min HMAC on 2/27 Concrete
Base -Install , per linear foot
11,., ;,4 Jd,r-M; Dollars
Cents
39. BID 00430 1,000 SY Pavement -Additional Repair Beyond Trench
W idth -Install, per square yard
/::1,.1.A~ Dollars
Cents
40. BID 00429 450SY Pavement -Concrete on 2/27 Concrete Base -
Install, per square yard cat ~J.") ~!:1£.~ Dollars
Cents
4 1. BID 00135 500SY Grass -Sod -Install, per square yard
d~r Doll ars
Cents
42. BID 003 52 6 EA Sewer Service -4 Inch -Rei nstall se rv ic e fo r
Cured in Pl ace Pipe -Ins tall , pe r eac h
cf{,4w 4w1.~ /{J> Do llar s r Ce nts
Proposal 8-8
UNIT AMOUNT
PRICE BID
$ D_ >tf s '/~~,CO
s ?$6 6 s ,;,;:. //AA AA
-
s ?I) ,b6 s 111 .AAA .A .,
s 31,IJO slfifd.LJ~
$ ,,!66 s Y()(). 411
$ 3Go-06 $ ~/'10 ,dt.,
lOOLP
300LP
40CY
47. BID 00839' 40CY
48. BID 00539 I EA
Proposal.
_Sanitary _Sewer Rehabilltatfon
Contract 65 -Part 1
P2S&-704170073087
-. -DOE #3S70, File# X-20924
~ . .
. . DESCRIP'IJON 011' ITEMS WITH BID
PRICES WRITl'EN IN WORDS
. Signal'-Traffic CQtttrol -Design & Provide -
Install. lump sum ·
fill Material-Cement Stabilized Backfill ,:,-, Install,
per linear foot
L l ·~ ,, .// / . ,~ .. '.;
_· ........ ·~_,•....;'IJ_,~...;;..;;;.---''--'.__-_. Dollan
Cents
Pipe-Sag-Adjustment for Pip~-Rehab, per linear
foot
Concrete-Type B .... Install, per cubic yard
,, . .•
Concrete-Type B .-Install, per cubic yard
Dollan
Cents
Dehole-0 to S Ft Depth -Study, per each
s
$ r
UNIT
PRICE
s UtJ.
$ . ~• $
AMOUNT
BID
i
I
! ,,
"
i. I.
'I
! I'
' I
PAY BID APPROX.
ITEM ITEM NO. QUANTITY
' Sanitary Sewer Rehabilitation
Contract 6S -Part 1
P258-704170073087
DOE #3570, File# X-20924
DESCRIPTION OF ITEMS WITH BID
PRICES WRITTEN IN WORDS
Furnish and Install complete in place, including all appurtenant work, the following items :
49 . BID 00540 4EA Dehole-10 to 20 Ft Depth -Study, per each
k U.es~/~'1-1./ ({.~rs
Cents
50. BID 01194 1 EA Pipe-RCP Penetration and Repair -Install, per
each
.11.lf:i; Jlou S/taL ) ~ lv-~d
Dollars
Cents
51. BID 00068 1 LS Erosion Control-Mattress, lump sum
Jiu.~ L.J.~ { Dollars
Cents
52. BID 01194 lOEA Shrubs -Install, per each
{)~~ l.,.o.Jdtl J J..-i D~::;
Cents
53. BID 01194 10 EA Tree -Install, per each
al,_ ~,.J.~1 ~ /~liars
Cents
oo Total Amount
00 THIS TOT AL TO BE READ AT BID OPENING.
Proposal B-10
UNIT AMOUNT
PRICE BID
$ / s,"'tl, (It, $/o lN,~o
$ 2?,d\,DI, $ J JOd,{P
7
$ < OA ,,1 6-$ ~C,O, I> 0
$ J_)C. /)(I $ J,;)~ -61.
$ ~;) '(. /) 6 $ -<...J .$71_ M
-
'\
Sanitary Sewer Rebabilltation
Contract 65 -Part 1
P2S8-704l70073087
DOE #3570, File # X-20924
, ·. 'CITY APPROVED METHOD AND PRODUCT FOR*, **AND***
• CONTRACI'OR SHALL SELECT TYPE OF PIPE TO BE USED
Standard Spec No. Size
El-31 4" through 36"
El-25 4" through 15"
El-27 4" through 15"
7 El-28 18" through 48"
El00-2 18" through 48"
Consult with "City of Fort Worth, Texas Standard Product List" to obtain the Generic/frade Name and the
Manufacturer for the pipes listed above.
* • Contractor to indicate Pipe Enlargement Method being used:
PIM Method Name of Subcontractor: 7 ----
___ T .R.S. System Name of Subcontractor:-----------
___ McConnell Method Name of Subcontractor: -----------
Note: Only tee service connections will be allowed.
•• * CONTRACTOR TO INDICATE TRENCH LESS METHOD, IDENTIFY APPROVED LINER PROCESS, AND PROVIDE NAME
/ OF CONTRACTOR FOR INSTALLATION:
_...,a./_ C C1ured-ln-Place Pipe (CIPP) / hV"-i ,· J. ""
(Approved CIPP Liners: lnsituform; Approved CIPP Liner Name of Contractor for Installation
National Liner; and lnliner)
___ Fold and Form Pipe (FAFP)
(Approved FAFP Liner: U-Liner)
____________ / _________ _
Approved FAFP Liner Name of Contractor for Installation
Failure to provide the information required above may result in rej ection of bid as non-responsive.
Only products listed above will be allowed for use in this project. Any substitutions shall result in
rejection of bid as non-responsive
Proposal B-11
\
PART B -PROPOSAL (Continued).
Within ten ( 10) days after notification by the City, the undersigned will execute the fonnal contract and will deliver
an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance
of this 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 additio.nal 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 Projects 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 the terms of City Ordinance No. 7278 as amended by City Ordinance
No. 7400.
(Complete A or B below, as applicable:)
/
A. The principal place of business of our company is in the State of ·J « pS
Nonresident bidders in the State of our principal place of business, arc required to be
----percent lower than resident bidders by state law. A copy of the statue is attached.
Nonresident bidders in the State of _____ our principal place of business, are not required to
underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is in the State of
Texas.
This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04
(F) of the Texas Limited Sales, Excise and Use Tax Act. All equipment and materials not consumed by or
incorporated into the project construction are subject to State sales taxes under house Bill 11, enacted August 15,
1992. The successful Bidder shall be required to complete the attached Statement of Materials and Other Charges
contractor at the time of executing the contract.
The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete
construction within 180 calendar days after the beginning of construction as set forth in the written order to be
furnished by the Owner. This project is included in the Administrative Order issued by the U .S. Environmental
Protection Agency, and contract completion within the above stipulated contract time will be strictly enforced.
I (we) acknowledged receipt of the following addenda to the plans and specifications, all of the provisions and
requirements of which have been taken into consideration in preparation of the foregoing bid:
Addendum No. 1 (Initials) G{
Addendum No. 2 (Initials)
A ddendum No. 3 (Initials)
Addendum No. 4 (Initials)
(SE AL)
Date : ______________ _
Proposal B-12
Respectively submitted,
By:_......L __ L ....... ,, ....... ·/ __ L,IL.l:,"""-1" '-=ua.=.,L __
I
Title: _____ /_n...__.__ ______ _
Telephone:
VENDOR COMPLIANCE TO STATE LAW
TI1e 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 Statut,e 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.
Bidder:
Utilitex Construction, LLP
2300 Peachtree Rd.
Balch Springs, TX 75180
By: (Please Print)
Title (Please Print)
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the a ward of
contracts to non-resident bidders . This law provides that, in order to be awarded a contract as lo w
bidder, non-resident bidders ( out of state contractors whose corporate offices or principal place of
business are outside of the State or Tex as) bid projects for construction, improvements, supplies
or services in Texas at an amount lower than the lowest Tex as 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 y our 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. D
Bidder:
Utilitex Construction, LLP
2300 Peachtree Rd.
Balch Springs, TX 75180
By: (Please Print)
Signature
Title (Please Print)
ADDENDA INDEX AND RECEIPT
Addenda Date Receipt
Number
\ ~ )i~ I" Cl.
r
GENERAL AND SPECIAL CONDITIONS
PART C GENERAL CONDITIONS
SUPPLEMENTARY CONDITIONS TO PART C
PART D -SPECIAL CONDITIONS
PART DA -ADDITIONAL SPECIAL CONDITION
PART E SPECIFICATIONS
WAGE RATES
COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE RATES
STANDARD DETAILS
J
!
t
-I
-
....
Cl-1
Cl-1.1
Cl-1.2
Cl-1.3
Cl-1.4
Cl-1.5
Cl-1.6
Cl-1.7
Cl-1.8
Cl-1.9
Cl-1.10
Cl-1.11
Cl-1.12
Cl-1.13
Cl-1.14
Cl-1.15
Cl-1.16
Cl-1.17
Cl-1.18
Cl-1.19
Cl-1.20
Cl-1.21
Cl-1.22
Cl-1.23
Cl-1.24
Cl-1.25
Cl-1.26
Cl-1.27
Cl-1.28
Cl-1.29
Cl-1.30
Cl-1.31
Cl-1.32
C2-2
C2-2.l
C2-2.2
C2-2.3
C2-2.4
C2-2.5
C2-2.6
C2-2.7
C2-2.8
C2-2.9
C2-2.10
C2-2.ll
PART C -GENERAL CONDITIONS
TABLE OF CONTENTS
NOVEMBER 1, 1987
TABLE OF CONTENTS
DEFINITIONS
Definition of Terms
Contract Documents
Notice to Bidders
Proposal
Bidder
General Conditions
Special Conditions
Specifications
Bond
Contract
Plans
City
City Council
Mayor
City Manager
City Attorney
Director of Public Works
Director, City Water Department
Engineer
Contractor
Sureties
The Work or Project
Working Day
Calendar Day
Legal Holiday
Abbreviations
Change Order
Paved Streets and Alleys
Unpaved Streets and Alleys
City Streets
Roadway
Gravel Street
INTERPRETATION AND PREPARATION OF
PROPOSAL
Proposal Form
Interpretation of Quantities
Examination of Contract Documents
and Site
Submitting of Proposal
Rejection of Proposals
Bid Security
Delivery of Proposal
Withdrawing Proposals
Telegraphic Modification of Proposals
Public Opening of Proposals
Irregular Proposals
Cl-I (I)
Cl-1(1)
Cl-1(1)
Cl-1(2)
Cl-1(2)
Cl-1(2)
Cl-1(2)
Cl-1(2)
Cl-1(2)
Cl-1(3)
Cl-1(3)
Cl-1(3)
Cl-1(3)
Cl-1(3)
Cl-1(3)
Cl-1(4)
Cl-1(4)
Cl-1(4)
Cl-1(4)
Cl-1(4)
Cl-1(4)
Cl-1(4)
Cl-1(4)
Cl-1(5)
Cl-1(5)
Cl-1(5)
Cl-1 (5)
Cl-1 (6)
Cl-1(6)
Cl-1 (7)
Cl-1 (7)
Cl-1 (7)
Cl-1(7)
C2-2(1)
C2-2(2)
C2-2(2)
C2-2(3)
C2-2(3)
C2-2(3)
C2-2(4)
C2-2(4)
C2-2(4)
C2-2(4)
C2-2(5)
C2-2.12
C3-3
C3-3.l
C3-3.2
C3-3.3
C3-3.4
C3-3.5
C3-3 .6
C3-3.7
C3-3.8
C3-3.9
C3-3.10
C3-3 .ll
C3-3 .12
C3-3.13
C3-3.14
C3-3.15
C4-4
C4-4.l
C4-4.2
C4-4.3
C4-4.4
C4-4.5
C4-4.6
C4-4 .7
CS-5
CS-5.1
CS-5.2
CS-5.3
CS-5 .4
CS-5.5
CS-5.6
CS-5.7
CS-5.8
CS-5.9
CS-5.10
CS-5.11
CS-5.12
CS-5.13
CS-5.14
CS-5.15
CS-5.16
CS-5.17
CS-5.18
C6-6
Disqua l ification of Bidders
AWARD OF EXECUTION OF DOCUMENTS
Consideration of Proposals
Minority Business Enterprise/
Women-Owned Business Enterprise
Compliance
Equal Employment Provisions
Withdrawal of Proposals
Award of Contract
Return of Proposal Securities
Bonds
Execution of Contract
Failure to Execute Contract
Beginning Work
Insurance
Contractor's Obligations
Weekly Payroll
Contractor's Contract Administration
Venue
SCOPE OF WORK
Intent of Contract Documents
Special Provisions
Increased or Decreased Quantities
Alteration of Contract Documents
Extra Work
Schedule of Operations
Progress Schedules for Water and Sewer
Plant Facilities
CONTROL OF WORK AND MATERIALS
Authority of Engineer
Conformity with Plans
Coordination of Contract Documents
Cooperation of Contractor
Emergency and/or Rectification Work
Field Office
Construction Stakes
Authority and Duties of Inspectors
Inspection
Removal of Defective and Unauthorized
Work
Substitute Materials or Equipment
Samples and Tests of Materials
Storage of Materials
Existing Structures and Utilities
Interruption of Service
Mutual Responsibility of Contractors
Cleanup
Final Inspection
LEGAL RELATIONS AND PUBLIC
RESPONSIBILITY
Cl -1 (1)
C2-2(5)
C3-3(1)
C3-3(1)
C3-3(1)
C3-3 (2)
C3-3(2)
C3-3(2)
C3 -3 (2)
C3-3(4)
C3-3(4)
C3-3(4)
C3-3(4)
C3-3(7)
C3-3(7)
C3-3(7)
C3-3(8)
C4-4(1)
C4-4(l)
C4-4(1)
C4-4(2)
C4-4(2)
C4-4(4)
C4-4(4)
C5-5 (1)
CS-5 (1)
CS-5(2)
CS-5(2)
CS-5(3)
CS-5(3)
CS-5(3)
CS-5(4)
CS-5(5)
CS-5(5)
C5-5(6)
CS-5(6)
CS-5(7)
C5-5(7)
CS-5(8)
CS-5(9)
CS-5(9)
CS-5(9)
~
1
C6-6.l
[ C6-6.2
C6-6.3
1~ C6-6.4
C6-6.5
C6-6.6
(~ C6-6.7
C6-6.8
C6-6.9
C6-6.10
l C6-6.ll
C6-6 .12
i
C6-6.13
C6-6 .14
C6-6.15
l C6 -6.16
C6-6 .17
r C6-6.18
C6-6.19
C6-6 .20
C6-6.21 t~ C7-7
C7-7.l
C7-7.2
t C7-7.3
C7 -7.4
C7-7.5
l C7-7.6
C7-7.7
C7-7.8
C7-7.9
[ C7-7.10
C7-7.ll
C7-7 .12
C7-7.13
C7-7.14
C7-7.15
C7-7.16
C7-7.17
C8-8
CS-8.1
CS-8.2
CS-8.3
CS-8 .4
CS-8.5 -
Laws to be Observed
Permits and Licenses
Patented Devices, Materials and
Processes
Sanitary Provisions
Public Safety and Convenience
Privileges of Contractor in Streets,
Alleys, and Rights-of-Way
Railway Crossings
Barricades, Warnings and Watchmen
Use of Explosives, Drop Weight, etc.
Work Within Easements
Independent Contractor
Contractor's Responsibility for
Damage Claims
Contractor's Claim for Damages
Adjustment or Relocation of Public
Utilities, etc .
Temporary Sewer Drain Connections
Arrangement and Charges of Water
Furnished by City
Use of a Section or Portion of the Work
Contractor's Responsibility for 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
Limitations of Operations
Character of Workmen and Equipment
Work Schedule
Time of Commencement and Completion
Extension of Time of Completion
Delays
Time of Completion
Suspension by Court Order
Temporary Suspension
Termination of Contract Due to National
Emergency
Suspension or Abandonment of the Work
and Annulment of Contract
Fulfillment of Contract
C6-6(1)
C6-6(1)
C6-6(1)
C6-6(2)
C6-6(2)
C6-6(3)
C6-6(4)
C6-6(4 )
C6-6 (6)
C6-6(6)
C6-6(8)
C6-6(9)
C6-6(9)
C6-6(10)
C6-6(10)
C6-6(10)
C6-6(11)
C6-6(11)
C6-6(11)
C6-6(12)
C6-6(12)
C7-7(1)
C7-7(1)
C7-7(1)
C7-7(2)
C7-7(2)
C7-7(3)
C7-7(4)
C7-7(4)
C7-7(5)
C7-7(5)
C7-7(6}
C7-7(6)
C7-7(7)
Termination for Convenience of the Owner
Safety Methods and Practices
C7-7(8)
C7-7(10)
C7-7(10)
C7-7(13)
MEASUREMENT AND PAYMENT
Measurement of Quantities
Unit Prices
Lump Sum
Scope of Payment
Partial Estimates and Retainage
Cl-I (1)
CS-8(1)
CS-8(1)
CS-8(1)
CS-8(1)
CS-8(2)
~ .
'
'
' . . . .
' '
'I
'
·:·,, .:
C8-8.6
C8-8.7
C8-8.8
C8-8.9
CB-8.10
CB-8.11
CB-8.12
CB-8.13
..
.
' ,
Withholding Payment
Final Acceptance
Final Payment
Adequacy of Design
General Guaranty ~
Subsidiary Work
Miscellaneous Placement of Material
Record Documents
,·
".
',
< ~
Cl -1 DEFINTIONS
y
' ~
C8-8(3)
C8-8(3)
C8-8 (3)
CB-8(4)
C8-8(5)
C8-8(5)
CB-8(5)
C8-8(5)
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 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 in the General Contract
Documents and the Special Contract Documents.
a. GENERAL CONTRACT DOCUMENTS:
Documents govern all Water
include the foll o wing items:
The General Contract
Department Projects and
' .
PART A -NOTICE TO BIDDERS (sample) White
PART B PROPOSAL (sample) White
PART C -GENERAL CONDITIONS (CITY) Canary .....
. Cl-1 (1)
[
b.
-
-
(Developer) Brown
PART D -SPECIAL CONDITIONS
PART E -SPECIFICATIONS
PERMITS/EASEMENTS
PART F -BONDS
PART G -CONTRACT
(Sample)
(Sample)
Green
El-White
E2-Goldenrod
E2A-White
Blue
White
White
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
Cl-! (1)
.-.
PART G -CONTRACT
PART H -PLANS (Usually bound separately)
Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either
actually published in public advertising mediums or furnished
directly to interested parties pertaining to the work
contemplated under the Contract Documents constitutes the Notice
to Bidders.
Cl-1.4 PROPOSAL: The completed written and signed offer or
tender of a bidder to perform the work which the Owner desires
to have done, together with the bid security, constitutes the
Proposal, which becomes binding upon the Bidder when it is
officially received by the Owner, has been publicly opened and
read and not rejected by the Owner.
Cl-1.5 BIDDER: Any person,
company, association, corporation,
duly authorized representative,
performing the work contemplated
constitutes a bidder.
persons, firm, partnership,
acting directly or through a
submitting a proposal for
under the Contract Documents,
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.
Wherever there may be a conflict between the General Conditions
and Special Conditions, the latter shall take precedence and
shall govern.
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 are that section or
part of the Contract Documents which sets forth in detail the
requirements which must be met by all materials, construction,
workmanship, equipment and services in order to render a
completed and useful project . Whenever reference is made to
Cl-1 (2)
[~
r:
(
r
[~
b.
(Developer) Brown
PART D SPECIAL CONDITIONS
PART E -SPECIFICATIONS
PERMITS/EASEMENTS
PART F -BONDS
PART G -CONTRACT
(Sample)
(Sample)
Green
El-White
E2-Goldenrod
E2A-White
Blue
White
White
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
Cl-1 (1)
PART G -CONTRACT
PART H -PLANS (Usually bound separately)
Cl -1.3 NOTICE TO BIDDERS: All of the legal publications either
actually published in public advertising mediums or furnished
directly to interested parties pertaining to the work
contemplated under the Contract Documents constitutes the Notice
to Bidders.
Cl -1.4 PROPOSAL: The completed written and signed offer or
tender of a bidder to perform the work which the Owner desires
to have done, together with the bid security, constitutes the
Proposal, which becomes binding upon the Bidder when it is
officially received by the Owner, has been publicly opened and
read and not rejected by the Owner.
Cl-1.5 BIDDER: Any person,
company, association, corporation,
duly authorized representative,
performing the work contemplated
constitutes a bidder.
persons, firm, partnership,
acting directly or through a
submitting a proposal for
under the Contract Documents,
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.
Wherever there may be a conflict between the General Conditions
and Special Conditions, the latter shall take precedence and
shall govern.
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 are that section or
part of the Contract Documents which sets forth in detail the
requirements which must be met by all materials, construction,
workmanship, equipment and services in order to render a
completed and useful project. Whenever reference is made to
Cl-I (2)
r
r
f
l~
I
f
l.
t
L
l
l
L
-
standard specifications, regulations, requirements, statutes,
etc., such referred to documents shall become a part of the
Contract Documents just as thought they were embodied therein.
Cl-1. 9 BOND: The
security furnished
performance of the
bond or bonds are the written guarantee or
by the Contractor for the prompt and faithful
contract and include the following:
a. Performance Bond (see paragraph C3-3 .7)
b. Payment Bond (see paragraph C3 -3.7)
c. Maintenance Bond (see paragraph C3-3.7)
d. Proposal or Bid Security (see Special Instructions to
Bidders, Part a and C2 -2.6)
Cl -1.10 CONTRACT: The Contract is the formal signed agreement
and the Contractor covering the mutual
two contracting parties about the project
the Contract Documents.
between the Owner
understanding of the
to be completed under
Cl-1 .11 PLANS: The plans are the drawings or reproductions
therefrom made by the Owner's representative showing in detail
the location, dimension and position of the various elements of
the project, including such profiles, typical cross-sections,
layout diagrams, working drawings, preliminary drawings and such
supplemental drawings as the Owner may issue to clarify other
drawings or for the purpose of showing changes in the work
hereinafter authorized by the Owner. The plans are usually
bound separately from other parts of the Contract Documents, but
they are a part of the Contract Documents just as though they
were bound therein.
Cl-1.12 CITY: The City of Fort Worth, Texas, a municipal
corporation, authorized and chartered under the Texas State
Statutes, acting by and through its governing body or its City
Manager, each of which is required by charter to perform
specific duties. Responsibility for final enforcement of
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.
Cl-1.14 MAYOR: The officially elected Mayor, or in his absence,
the Mayor Pro tern of the City of Fort Worth, Texas.
Cl-I (3)
' '
' '
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 duly appointed official
of the City of Fort Worth, referred to in the Charter as the
City Engineer, or his duly authorized representative.
Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed
Director of the City Water Department of the City of Fort Worth,
Texas, or his duly authorized representative, assistant, or
agents.
Cl-1.19 ENGINEER: The Director of Public Works, the Director
their duly ----------of the Fort Worth City Water Department, or
authorized assistants,
superintendents, acting
duties entrusted to them.
agents,
within
engineers,
the scope of
inspectors, or
the particular
..
Cl-1.20 CONTRACTOR: The person, persons, partnership, company,
firm, association, or corporation, entering into a contract with
the Owner for the execution of the work, acting directly or
through a duly authorized representative. A sub-contractor is a
person, firm corporation, or others under contract with the "·
principal contractor, supplying labor and materials or only
labor, for work at the site of the project.
Cl-1. 21 SURETIES: The Corporate bodies which are bound by such
bonds 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 (4)
1
l
I
..-
-
Cl-1.23 WORKING DAY: A working day is defined as a calendar
day, not including Saturdays, Sundays, and legal holidays, in
which the 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. 2 5 LEGAL HOLIDAYS : Legal holidays shall be observed as
prescribed by the City Council of the City of Fort Worth for
observance by City employees as follows:
1.
2.
3.
4.
5.
6.
7.
8.
9.
New Year's Day
M.L. King, Jr. Birthday
Memorial Day
Independence Day
Labor Day
Thanksgiving Day
Thanksgiving Friday
Christmas Day
Such other days in lieu of
determine.
January 1
Third Monday in January
Last Monday in May
July 4
First Monday in September
Fourth Thursday in November
Fourth Friday in November
December 25
holidays as the City Council may
When one of the above named holidays or a special holiday
declared by the City Council, falls on 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 holiday as
the holiday.
Cl-1.26 ABBREVIATIONS: Wherever the abbreviations defined
herein appear in Contract Documents, the intent and meaning
shall be as follows:
AASHTO -American Association of State Highway Transportation
Officials
ASCE -American Society of Civil Engineers
LAW -In Accordance With
A WWA -American Water Works Association
ASA -American Standards Association
HI -Hydraulic Institute
Cl-l (5)
''
Asph.
Ave.
Blvd.
er -
GI -
Lin.
lb . -
MH -
Max.
CFS -
Min.
Mono.
% -
R -
I.D.
O.D.
Elev.
F -
C -I
In. -
Ft. -
St. -
CY -
Yd. -
SY -
L.F.
D. I.
-
-
-
-
-
-
Asphalt
Avenue
Boulevard
Cast Iron
CL-
Galvanized Iron
Linear or Lineal.
Pound
Manhole
Maximum
Center Line
MGD -Million Gallons per Day
Cubic Foot per Second
Minimum
Monolithic
Percent um
Radius
Inside Diameter
Outside Diameter
Elevation
Fahrenheit
Centigrade
Inch
Foot
Street
Cubic Yard
Yard
Square Yard
Linear Foot
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 :
Cl-1 (6)
r
r
l
[
rD
[
[
l
G
I
~ ...
-
1.
2.
3 .
4.
5.
Any type of asphaltic concrete with or without
separate base material.
Any type of asphalt surface treatment, not including
an oiled surface, with or without separate base
material.
Brick, with or without separate base material.
Concrete, with or without separate base material .
Any combination of the above.
Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley,
roadway or other surface is any area except those defined above
for "Paved Streets and Alleys."
Cl-1. 3 O CITY STREETS: 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') feet 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 any unpaved 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 imp~ovement was made.
Cl-1 (7)
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 forms 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, 11
"Equipment Schedule, 11 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 io prepared as to reflect
the current financial status. 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.
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. Such experience must have been on projects 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 (1)
r
(
l r~
l
\~
l
[
L
-'
-
" "
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.
C2-2.3 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 .
Prior to the filing of proposal, bidders are required 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 the 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 in prima-facie evidence that
the bidder has made the investigations, 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.
C2-2 (2)
.,
:
. '' .~ . '
The logs of Soil Borings, if any, showing on the plans are for
general information only and may not be correct. Neither the
Owner nor the Engineer guarantees 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 the work contemplated or furnish the materials required.
All such prices shall be written legibly . In case of
discrepancy between the 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 his (her) duly authorized agent. If a
proposal is submitted by a firm, association, or partnership,
the name and address of each member must be given, and the
proposal must be signed by a member of the firm association, or
partnership, or by a person duly authorized. If a proposal is
submitted by a company or corporation, the company or corporate
name and business address must be given, and the proposal signed
l:iy an official or duly authorized agent. The corporate seal
must be affixed. Power 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,
incomplete bids, erasures, or irregularities of any kind, or
contain unbalanced values of any items. Proposals tendered or
delivered after the official time designated for receipt of
proposals 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 in
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
. C2-2 (3)
r
[
r~
ru
r..,.....
I
r
three lowest bidders will be retained unt i l the contract is
awarded or other disposition is made thereof. The bid security
of all other b i dders may -be returned promptly after the canvass
of bids.
C2-2. 7 DELIVERY OF PROPOSALS: No proposal will be considered
unless it is delivered, accompanied by its proper Bid Security,
to the City Manager or his representative in the official place
of business as set forth in the "Notice to Bidders.n It is the
Bidder's sole responsibility to deliver the proposa l at the
proper time to the proper place. The mere fact that a proposal
was dispatched will not be considered. The Bidder must have the
proposal actually delivered. Each proposal shall be in a sealed
envelope plainly marked with the word "PROPOSAL" and the name of
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 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 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.
C2-2.10 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
C2-2 (4 )
the contract has been awarded.
representatives are invited to
bids.
be
Bidders
present
or
for
their
the
authorized
opening of
C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as
being "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 and ali 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 cannot 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 the financial
statement, experience record, 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.
c2-2 (5)
[
' [
l
[
l
[
,,.-..
l
3 . An equipment schedule showing the equipment the
bidder has available for use on the project.
The Bid Proposal of a
Engineer, is disqualified
shall be set aside and not
bidder who, in the judgment of the
under the requirements stated herein,
opened.
C2-2 (6)
PART C-GENERAL CONDITIONS
C3-3 AWARD AND EXECUTION OF
DOCUMENTS
SECTION CJ-3 AWA RD 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 brining items to a common basis as may be established in the
Contract Documents.
The total obtained by taking the sum of the products of 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 award 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) an/or a
Woman-Owned Business Enterprise (UBE) on the contract and the
payment therefore. Contractor further agrees, upon request by
Owner, to allow an audit . and/or an examination of any books,
records, or files in the possession of Contractor that will
substantiate the actual work performed by the MBE 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 Ordinance prohibiting discrimination in
employment practices. The Contractor shall post the required
C3-3 (I)
r ~
I
i
I.
notice to that effect on the project site, and at his request,
will be provided assistance by the City of Fort Worth's Equal
Employment Officer who will refer any qualified applicant he may
have on file in his office to the Contractor. Appropriate
notices may be acquired from the Equal Employment Officer.
C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read
by the Owner it cannot be withdrawn by the Bidder within forty-
five (45) days after the date on which the proposals were
opened.
C3 -3 . 5 AWARD 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 an award is made, will be to the
lowest and best responsible 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 an amount not less than 100 percent of the
amount of the contract, as evidenced by the proposal
and 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
C3-3. (2)
b.
• j•
"' . '
or the 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.
' ' •'
. '.
~ . '
·~ .
'·-.
C.
d.
e.
MAINTENANCE BOND: A good and sufficient maintenance
bond, in the amount of not less than 100 percent of
the amount of the contract, as evidenced by the
proposal tabulation or otherwise, guaranteeing the
prompt, full and faithful performance of the general
guaranty which is set forth in paragraph CB-8.10 .
PAYMENT BOND: A good and sufficient payment bond, in
an amount 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 5160, Revised Civil Statutes of Texas, 1925,
as amended by House Bill 344 Acts 56th Legislature,
Regular Session, 1959, effective April 27, 1959,
and/or the latest version thereof, supplying labor and
materials in the prosecution of the work provided for
in the contract being constructed under these
specifications. Payment Bond shall remain in force
until all payments as above stipulated are made.
OTHER BONDS: Such other bonds as may be required by
these Contract Documents shall be furnished by the
Contractor.
No sureties will be accepted by the Owner which are at the time
in default or delinquent on any-bonds or which are interested in
any litigation against the owner. All bonds shall be made on
the forms furnished by the Owner and shall be executed by an
approved surety company doing business in the City of Fort
Worth, Texas, and which is acceptable to the owner. In order to
be acceptable, the name of the surety shall be included on the
current U.S. Treasury list of acceptable sureties, and the
amount of bond writt~n 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
the Surety Company.
C3-3 (3)
• t
• >
' ,
-
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 by 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.
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 annul 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 Owner will suffer by
reason of such failure on the part of the Awardee and shall
thereupon immediately be forfeited to the Owner.
The filing of a proposal will be considered as an acceptance of
this provision by the Bidder.
C3 -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 the "Work Order" or "Proceed Order", it is agreed that
the surety Company will, within ten 910) days after the
commencement date set forth in such written authorization,
commence the physical execution of the contract.
C3-3.ll INSURANCE:
this contract until
under the Contract
approved by the
The Contractor shall not commence work under
he has obtained all the insurance required
Documents, and such insurance has been
Owner . The prime Contractor shall be
C3-3(4)
' '
,
'
\,,
responsible for delivering to the Owner the sub-contractor's
certificate of insurance for approval. The prime contractor
shall indicate of the certificate of insurance included in the
documents for execution whether or not h i s insurance covers sub-
contractors. It is the intention of the Owner that the
insurance coverage required herein shall include the coverage of
all sub-contractors.
a.
b.
COMPENSATION INSURANCE: The Contractor shall
maintain, during the life of this contract, Workers'
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
Workers' compensation Statute, the Contractor shall
provide adequate employer's general liability
insurance for the protection of such of his employees
not so protected.
COMPREHENSIVE GENERAL LIABILITY INSURANCE: The
Contractor shall procure and shall maintain during the
life of this contract Contractor's Comprehensive
General Liability Insurance (Public Liability and
Property Damage Insurance) in an 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.
c. ADDITIONAL LIABILITY: The Contractor shall furnish
insurance as 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).
2. Blasting, prior to any blasting being done .
3. Collapse of buildings or structures adjacent to
excavation ( if excavations are to be 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).
C3-3 (5)
[
r
l
r
l
[
i-
l
-
d.
e.
f.
g.
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 ah amount not less than $500,000 on
account of one accident, and automobile property
damage insurance in an amount no t less than $100,000.
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 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
amounts and by carriers satisfactory to the Owner.
( Sample attached.) All insurance requirements made
upon the Contractor shall apply to the sub-contractor,
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 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 agent, one upon whom service of process may
be had, and must have 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
C3-3 (6)
any other claimant, any 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 of 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 PAYROLL: A certified copy of each payroll
covering payment of wages to all person 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 k ept
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 pertaining to the work governed by the Contract
whether it be administrative or otherwise and as such shall be
empowered, thus delegated and directed, to settle all material,
labor or other expenditures, all claims against the work or any
other matter associated such as maintaining adequate and
appropriate insurance or security coverage for the project.
C3-3 (7)
l ~
r
·-
-
-
Such local authority for 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,
appropriately signed and sealed, as applicable, by the
Contractor's responsible officers with the understanding that
this written assignment of authority to a local representative
shall become part of the project Contract as though bound
directly into the project documents. The intent of these
requirements is that all matters associated with the
Contractor's administration, whether oriented in furthering the
work, or other, are governed directly by local authority. This
same requirement is imposed on insurance and surety coverage .
Should the Contractor's local representative fail to perform to
the satisfaction of the Engineer, the Engineer, at his sole
discretion, may demand that such local representative be
replaced and the Engineer may, at his sole discretion, stop all
work until a new local authority satisfactory to the Engineer is
assigned. No credit of working time will be for periods in
which work stoppages are in effect fort his reason.
C3-3.15 VENUE: Venue of any action herein shall be exclusively
in Tarrant County, Texas.
C3-J (8)
.,
I'
',
SECTION C4-4 SCOPE OF WORK
PART C-GENERAL CONDITIONS
C4-4 SCOPE OF WORK
C4-4.l 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 of
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, then "special
Provisions: covering all such work will be prepared by the Owner
previous to the time of receiving bids or proposal for such work
and furnished to the bidder in the form of Addenda. All such
"Special Provisions" shall be considered to be a part of the
Contract Documents just as though they were originally written
therein.
C 4 -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 if
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 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 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
·~ ' \ "I>:.'"
C4-4 (I)
. ..
. "' .
~'
1.
r
[
[
,--
determined by special agreement or as hereinafter provided for
"Extra Work." No allowance will be made for any changes in
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 or sanitary sewer pipe in each pipe size, but
not to the various depth categories.
C4 - 4 . 4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the
Owner reserves the right to make such changes in the Contract
Documents and in the character or quantities of the work as may
be necessary or desirable to insure completion in the most
satisfactory manner, provided such changes do not materially
alter the original Contract Documents or change the general
nature of the project as a whole. Such changes shall not be
considered as waiving or invalidating any condition or provision
of the Contract Documents.
C4 -4. 5 EXTRA WORK: Additional work made necessary by changes
and alterations of the Contract Documents or of quantities or
for other reasons for which no prices are provided in the
Contract Documents, shall be defined as "Extra Work" and shall
be performed by the Contractor in accordance with these Contract
Documents or approved additions thereto; provided, however, that
before any extra work is begun a "Change Order" shall be
executed or written order issued by the Owner to do the work for
payments or credits as shall be determined by one or more
combination of the following methods:
a. Unit bid price previously approved.
b. An agreed lump sum.
c. The actual reasonable cost of ( 1) labor, ( 2) rental of
equipment used on the extra work for the time so used at
Associated General Contractors of America current equipment
rental rates, (3) materials entering permanently into the
project, and (4) actual cost of insurance, bonds, and
social security as determined by the Owner, plus a fixed
fee to be agreed upon but not to exceed 10% 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 owned by him and used for the extra work. The
C4-4 (2)
d. fee shall be full and complete compensation to cover the
cost of superintendence, overhead, other profit, general
and all other expense not included in (1), (2), (3), and
(4) above. The Contractor shall keep accurate cost records
on the form and in the method suggested by the Owner and
shall give the Owner access to all accounts, bills,
vouchers, and records relating to the Extra Work.
No "Change Order" shall become effective until it has been
approved and signed by each of the Contracting parties.
No claim for Extra Work of any kind will be allowed unless
ordered in writing by the Owner. In case any orders or
instructions, either oral or written, appear to the Contractor
to involve Extra Work for which he should receive compensation,
he shall make written request to the engineer for written orders
authorizing such Extra Work, prior to beginning such work.
Should a difference arise as to what does or does 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 an 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 the 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, unkn6wn, foreseen or unforeseen at that time, including
without limitation, any costs for delay, extended overhead,
ripple or impact cost, or any other effect on C?anged or
unchanged work as a result of the change or extra work.
C4-4 (3)
r
r
,
r
r
,-
r
[
f
C4-4.6 SCHEDULE OF OPERATIONS: Before commencing any work under
this contract, the Contractor shall submit to the Owner and
receive the Owner's approval thereof, a "Schedule of
Operations," showing by a straight line method the date of
commencing and finishing each of the major elements of the
contract, There shall be also shown the estimated monthly cost
of work for which estimates are to be e x pected. There shall be
presented also a composite graph showing the anticipated
progress of construction with the time being plotted
horizontally and the percentage of completion plotted
vertically. The progress charts shall be prepared on 8 ~ " X
11" sheets and at least five black of blue line prints shall be
furnished to the Owner.
C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES:
Within Ten (10) days prior to submission of first monthly
progress payment, the Contractor shall prepare and submit to the
Owner for approval six copies of the schedule in which the
Contractor proposes to carry on the work, the date of which he
will start the several major activities ( including procurement
of materials, plans, and equipment) and the contemplated dates
for completing the same. The schedule shall be in the form of a
time schedule Critical Path Method (CPM) network diagram. As
the work progresses, the Contractor shall enter on the diagram
the actual progress at the end of each partial payment period or
at such intervals as directed by the Engineer. The Contractor
shall also revise the schedule to reflect any adjustments in
contract time approved by the Engineer. Three copies of the
updated schedule shall be delivered at such intervals as
directed by the Owner.
As a minimum, the construction schedule shall incorporate all
work elements and activities indicated in the proposal and in
the technical specifications.
Prior to the final drafting of the detailed construction
schedule, the contractor shall review the draft schedule with
the Engineer to ensure the Contractor's understanding of the
contract requirements.
The following guidelines shall be adhered to in preparing the
construction schedule:
a. Milestone dates and final project completion dates
shall be developed to conform to time constraints,
sequencing requirements and completion time.
C4-4 (4)
b. The construction process shall be divided into
activities with time durations of approximately
fourteen (14) days and construction values not to
exceed $50,000. Fabrication, delivery and submittal
~ activities are exceptions to this guideline.
C. Durations shall be in calendar days
holidays and weather conditions over the
the contract shall be accounted for
duration of each activity.
and normal
duration of
within the
d. One critical path shall be shown on the construction
schedule.
e. Float time is defined as the amount of time between
the earliest start date and the latest start date of a
chain of activities of the CPM construction schedule.
Float time is not for the exclusive use or benefit of
either the Contractor or the Owner.
f. Thirty days shall be used for submittal review unless
otherwise specified.
The construction schedule shall, as a minimum, be divided into general categories as indicated in
the Proposal and Technical Specifications and each general category shall be broken down into
activities in enough detail to achieve activities of approximately fourteen(l4) days' duration.
For each general category, the construction schedule shall
identify all trades or subcontracts whose work is represented by
activities that follow the guidelines of this Section.
For each of the trades or subcontracts, the construction
schedule shall indicate the following procurements, construction
and pre-acceptance activities and events in their logical
sequence for equipment and materials.
1. Preparation and transmittal of submittals.
' .
2. Submittal review periods.
3. Shop fabrication and delivery.
4. Erection or installation.
. '
C4-4 (5)
r
J • ,
,--
,....
,....
,·
r
r
\
5. Transmittal of manufacturer's operation and maintenance
instructions.
6. Installed equipment and materials testing.
7. Owner's operator instruction (if applicable).
8. Final inspection.
9. Operational testing.
10. Final inspection.
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
scheduled progress and to insure completion of the work within
the contract time. If the Owner finds the proposed plan not
acceptable, he may require the Contractor to increase the work
force, the construction plant and equipment, the number of work
shifts or the overtime operations without additional cost to the
Owner.
Failure of the Contractor
shall be considered grounds
the Contractor is failing
diligence as will insure
specified.
to comply with these requirements
for determination by the Owner that
to prosecute the work with such
its completion within the , time
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
t the Contract Documents. He shall decide all questions which
arise as to the quality and acceptability of 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, sequences of 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.
He 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
otherwise described in the Contract Documents. Any deviation
from the approved Contract Documents required by the Engineer
during construction will in all cases be determined by the
Engineer and authorized by the Owner by Change Order.
C5~5 (1)
"'·
r
('
r
·,
r
• r
r
J
C5-5.3 COORDINATION OF CONTRACT DOCUMENTS : The Contract
Documents are made up of several sections, which, taken
together, are intended to describe and provide for a complete
and useful project, and any requirements appearing in one of the
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 specifications, and quantities shown on the plans shall
govern over those shown in the proposal. The Contractor shall
not take advantage of any apparent error or omission in the
Contract Documents, and the Owner shall be permitted to make
such corrections or interpretations as may be deemed necessary
for the 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 the
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 the 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
CS-5 (2)
'<
.... : ~t" ... ?
.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 travelling public or the owners of
property across which the project extends or the safety of
property contiguous to the project routing.
The Contractor
Engineer and
workmanship and
shall provide all facilities to enable
his inspector to examine and inspect
materials entering into the work.
the
the
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 Cont r actor, 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 on a working-day basis.
Should the Contractor fail to respond to a · request from the
Engineer to rectify any discrepancies, omissions, or corrections
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 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
show 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 then deduct an amount equal to
the entire costs for such remedial action, plus 25%, from any
funds due the Contractor on the project.
C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra
compensation, an adequate field office for use of the Engineer,
if specifically called for. The field office shall be not less
than 10 by 14 feet in floor area, substantially constructed,
well heated, air conditioned, lighted, and weather-proof, so
that documents will not be damaged by the elements.
C5-5. 7 CONSTRUCTION STAKES: The City, through
will furnish the Contractor with all lines,
: t.,. .
, > ·~ C5-5 (3) . ., '
• l
its Engineer,
grades, and
I "'
I
r
i ..
...
. -
..
measurements necessary to the proper prosecution and control of
the work contracted for under these Contract Documents, and
lines, grades and measurements will be established by means of
stakes or other customary method of marking a 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 the 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 INSPECTORS: 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
the progress of the work and the manner in which it is being
performed , 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
authority to reject materials or equipment to suspend work until
the question at issue can be referred to, and be 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 to
the requirements of the Contract Documents. He 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
CS-5 (4)
. "
Contractor shall regard and obey the directions and instruction
of the City Inspector or Engineer when the same are consistent
with the obligations of the Contract Documents, provided,
however, should the Contractor object to any orders or
instructions of 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 be work so exposed or examined prove to be unacceptable,
the uncovering or removing and the 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 DEFECTIVE 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 his own expense. Work done beyond the lines and
grades given or as shown on the plans, except as herein
specifically 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 to the Contractor.
Failure to require the removal of any defective or unauthorized
work shall not constitute acceptance of such works .
C5-5 (5)
r . . .
,-
CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the
Specifications, law, ordinance, codes or regulations permit
Contractor to furnish or use a substitute that is equal to any
material or equipment specified, and if contractor wishes to
furnish , or use a proposed substitute, he shall, prior to the
pre-construction conference, make written application to
Engineer for approval of such substitute certifying in writing
that the proposed substitute will perform adequately the
functions called for by the general design, be similar and of
equal substance to that specified and be suited to the same use
and 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 the 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
employed by either of them from and against the claims, damages,
losses and expenses (including attorneys fees) arising out of
the use of substituted materials or equipment.
CS-5. 12 SAMPLES AND TESTS OR 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 otherwise 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 the 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
CS-5 (6)
' . ' .
' '·
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 the new materials.
CS-5 .13 STORAGE OF MATERIALS: All materials which are to be
used in the construction operation shall be stored to insure the
preservation of the quality and fitness of the work. When
directed by the Engineer, they shall be placed on wooden
platforms or other hard, clean durable surfaces and not on the
ground, and shall be placed under cover when directed. Stored
materials shall be placed and located so as to facilitate prompt
inspection.
CS-5 .14 EXISTING STRUCTURES AND UTILITIES: The location and
.. dimensions shown on the Plans relative to existing utilities are
based on the best information available. Omission from or the
inclusion of utility locations on the Plans is not to be
considered as the nonexistence of, or a definite location of,
existing underground utilities. The location of many gas mains,
water mains, conduits, sewer lines and service lines for 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 for which is not made in the Contract
Documents, in which case the provision in these Contract
Documents for Extra Work shall apply .
;
..
<• •
.i • '·
. '
It shall be the Contractor's responsibility to verify locations
of adjacent and/or conflicting utilities sufficiently in advance
of construction .in order that he may negotiate such local
adjustments as necessary in the 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
;
C5~5 (-7)
, . .
' .
' ' '
notification of all utility companies at least forty-eight (48)
hours in advance of construction including exploratory
excavation if necessary. All verification of existing utilities
and their adjustment shall be considered as subsidiary work.
CS-5.15 INTERRUPTION OF SERVICE:
a.
b.
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
Division of location, time, and
service interruption.
Distribution
schedule of
2. Notify each customer personally through
3.
responsible personnel of time and schedule of the
interruption of their service, or
In the event that personal notification of a
customer cannot be made, a prepared tag form
shall be attached to the customer's entrance
doorknob. The tag shall be durable
composition, and in large bold type shall say:
"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
in
Emergency:
interruption
immediate .
In the event that an unforeseen service
occurs, notice shall be as above, but
CS-5 (8)
/
CS-5 .16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts
or neglect on the part of the contractor, any other Contractor
or any sub-contractor shall suffer loss or damage on 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 any 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 .1 7 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. If, within twenty-four (24) hours after written
notice is given to the Contractor that the clean-up on the job
site is proceeding in a manner unsatisfactory to the Engineer,
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 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 be f ore 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 ma.terials 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-5.18 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 the final inspection be made. Such inspection will
be made within 10 days after such notification. After such
C5-5 (9)
• >
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 (10)
PART C-GENERAL CONDITIONS
C6-6 LEGAL RELATIONS AND
PUBLIC RESPONSIBILITY
SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6. 1 LAWS TO BE OBSERVED: The Contractor shall at all times
observe and comply with all Federal and State Laws and City
ordinances and regulations which in any way affect the conduct
of the work or his operations, and shall observe and comply with
all orders, laws, ordinances and regulations which exist or
which may be enacted later by bodies having jurisdiction or
authority for such enactment. No plea of 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 LICENSE.S: 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 prices shall include all royalties or costs 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 patented design,
device, material or process, or any trademark 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 by the design, type of construction or material
C6-6 (1)
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
cleanlipess 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 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 so 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 property contiguous to the 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 of 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. Other
means may include the diversion of driveway traffic, with
specific approval by the Engineer. If diversion of traffic is
approved by the Engineer, the Contractor shall make arrangements
satisfactory to the Engineer for the diversion of traffic and
shall, at his own 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.
C6-6 (2)
' '
The materials excavated and the construction materials, such as
pipe, used in the 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 in
reference to public convenience and safety which may come to its
attention, after twenty-four (24) 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 done or materials furnished by the Owner
or by the City shall be deducted from 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 again 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.
The Contractor shall at all times conduct his operation and the
use of construction machinery so as not to damage or destroy
trees and shrubs 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 ordinanc~s of the City, as shown in
the · Contract Documents, · or as may be specifically authorized in
..
C6-6 (3)
r
• >
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 stacked in such a way that does not interfere
with the use of spaces that may be designated to be left free
and unobstructed, or inconvenience occupants of adjacent
property. If the street is occupied by railway 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
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 railway, the City will secure the necessary
. easement for the work. Where the railway tracks are to be
crossed, the Contractor shall observe all the regulations and
instructions of the railway company regarding the methods of
performing the work and take all precautions for safety of
property and the public. Negotiations with the railway
companies for 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 intention to begin work on that
portion of the project which is related to the railway
properiies. The Contractor will not be given extra or
additional 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, and
shall provide such watchmen, and shall take all such other
precautionary measures for the protection of person~ 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, and vehicles from being driven on or
into, any work under construction or being maintained. The
Contractor shall furnish watchmen and keep them at their
respective assignments in sufficient numbers to protect the work
and prevent accident or damage.
C6-6 (4)
"'
.•
"'',
~·'
All installations and procedures shall be consistent with the
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 11
, codified as Article 6701d, Vernon's Civil
Statutes, pertinent sections 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 870-8075), 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 ·irtstalled correctly or if it
does not meet the required specifications, the permanent sign
shall be left in place until the temporary sign requirements are
met. When construction work is completed to the extent that the
permanent sign can be reinstalled, the Contractor shall again
contact the Signs and Markings Division to reinstall the
permanent sign and shall leave his temporary sign in place until
such reinstallation is completed.
The Contractor will be held responsible for all damage to the
work or the public due to failure of barricade~, 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 ce.ase 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 for
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
C6-6 (5)
during the contract period,
subsidiary to the several
prices are requested in the
as this work is considered to be
items for which unit or lump sum
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 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 (24) hours in advance of the use of
any activity which might damage or endanger property along or
adjacent to the work.
Where the use of explosives is to be permitted on the project as
specified in the Special Contract Documents, o~ the use of
explosives is requested, the Contractor shall submit notice to
the Engineer in writing twenty-four (24) hours prior to
commencing and shall furnish evidence that he has insurance
coverage to protect against any damages and/or i njuries arising
out of such use of explosives.
All claims arising out of the use of explosives shall be
investigated and a written report made by the Contractor's
insurers to the Engineer within ten (10) days after receipt of
written notice of the claim to the Contractor from either the
City or the claimant. The city shall proceed to give notice to
the Contractor of any such claim. The use of explosives may be
suspended by the Engineer if any complaint is received and such
use shall not be resumed until the cause of the complaint has
been addressed.
Whenever explosives are stored or kept, they shall be stored in
a safe and secure manner and all storage places shall be plainly
marked "DANGEROUS EXPLOSIVES" and shall be under the care of a
competent watchman at all times. All vehicles in which
explosives are being transported shall be plainly marked as
mentioned above and shall, insofar as possible, not use heavy
traffic routes.
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 own expense. Such
C6-6 (6)
additional rights-of-way or work area shall be acquired for the
benefit of the City. The City shall be notified in writing of
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 trees, shrubbery, plants,
lawns, fences, culverts, curbing and all other types of
structures or improvements, an,d 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 along adjacent to the work.
The Contractor shall notify the proper representatives of owners
or occupants of public or private lands or 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 damage or injury is done
to public or private property on ac'count of any act, omission,
neglect, or misconduct in the execution of the work, or in
consequence of the non-execution thereof on the part of the
Contractor, he shall restore or have restored at his own 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 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.
C6-6 (7)
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 braced posts on either side of
permanent easement before the fence is cut. Should additional
fence cuts be necessary, the Contractor shall provide cross
braced posts at 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 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, rebuilt 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 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 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 the exclusive right to
control the details of all the work and services performed
hereunder, and all persons performing same, and shall be solely
responsible for the acts and omissions of its officers, agents,
servants, employees, contractors, subcontractors, licensees
invitees. The doctrine of respondent 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 (8)
,., .
'.
... ;,
C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR
' -~·
DAMAGE CLAIMS:
Contractor covenants and agrees to inderrtr?-ify 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 injury, 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 injury 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.
C6-6 .13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor
claim compensation for any alleged damage by reason of the acts
or omissions of the Owner, he shall within three days after the
actual sustaining of such alleged damage, make a written
statement to the Engineer, setting out in detail the nature of
the alleged damage, and on or before the 25th day of the month
succeeding that in which any such damage is claimed to have been
sustained, the Contractor shall file with the . Engineer an
itemized statement of the details and amount of such alleged
) -
< .
C6-6 (9)
r
l
I
t
l_
I_
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 herein
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
their 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 diversions.
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.
C6-6.16 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.
C6-6 (10)
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
hydrants and/or valves is detailed in Section E2-l.2 USE OF FIRE
HYDRANTS AND VALVES in these General Contract Documents.
When meters are used to measure the water, the charges, if any,
for water will be 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 ordinance applies, payment shall be
made on estimates and rates established by the Director of the
Fort Worth Water Department.
C6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in
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 order 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
provision s 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 to deficient
operations on the part of the Contractor, shall be preformed by
the Contractor at his own expense.
C6-6 .18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written
acceptance by the Owner as provided for in these Contract
Documents, the work shall be under the charge and care of the
Contractor, and he shall take every necessary precaution to
prevent injury or damage to the work or any part thereof · by
action of the elements or from any cause whatsoever, whether
arising from the execution of non-execution 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 causes herein.
C6-6 .19 NO WAIVER 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.
C6-6 (11)
' '
r
[
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.
C6-6.20 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 representatives of the Owner,
either personally or otherwise 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, an organization which qualifies for exemption
pursuant to 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 by the
Contractor in lieu of the tax shall be subject to and shall
comply with the provisions of State Comptroller's Ruling . 011,
and any other applicable State Comptroller 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-owned 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 to 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.
Limited Sale, Excise and Use Tax permits and information can be
obtained from:
Comptroller of Public Accounts
Sale Tax Division
Capitol Station
Austin, TX
C6-6 (12)
PART C-GENERAL CONDITIONS
C7-7 PROSECUTION AND PROGRESS
SECTION C7-7 PROSECUTION AND PROGRESS
C7-7.l SUBLETTING: The Contractor shall perform with his own
organization, and with the assistance of workmen under his
immediate superintendence, work of a value of not less than
fifty (50%) percent of the value embraced in 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 to the same requirements regarding 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 representative.
C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign,
transfer, sublet, convey, 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 state, attempt to
dispose of the contract may, a t 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 Ow n er a s l i quidated
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 operation, 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
C7-7 (I)
1
l
brief outlining in detail and step by step the manne r 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 also 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.
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 the 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 LIMITATIONS OF OPERATIONS: The working operations shall
at all times be conducted by the Contractor 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 the 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 OR WORKMEN AND EQUIPMENT: Local labor shall be
used by the Contractor when it is available. The Contractor may
bring in 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 qua l ified to perform the duties or tasks
assigned to them, and the Engineer may demand and secure the
C7-7 (2)
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 be found to be incompetent,
disrespectful, intemperate, dishonest, or otherwise
objectionable or neglectful in the proper performance of his or
their duties, or who neglects or refuses to comply with or carry
out the directions 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 prosecution of
the work in an acceptable manner and at a satisfactory rate of
progress. All equipment, tools, a_nd 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. 6 WORK SCHEDULE: Elapsed working days shall be computed
starting with the first day of work completed as defined in Cl-
1. 23 "WORKING DAY" or the date stipulated in the "WORK ORDER"
for beginning work, whichever comes first.
Documents shall be construed
from wo rking on Saturday, Sunday
that the following requirements
Nothing in these Contract
prohibiting the Contractor
Legal Holidays, providing
as
or
are
met:
a.
b .
A request to work on a specific Saturday, Sunday or
Legal Holiday must be made to the Engineer no later
than the Thursday preceding.
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 sha.11 be final in response
request for approva1 to work on a specific Saturday,
to such a
Sunday or
C7-7 (3)
, .
'-
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 Cl-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 by the Owner.
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 have 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 unforeseeable causes beyond the
control of and without the fault or negligence of the
Contractor, including but limited to acts of the public enemy,
acts of the Owner, fire, flood, tornadoes, epidemics, quarantine
restrictions, strikes, freight embargoes, or delays of sub-
contractors due to such causes.
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 bona fide 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.
C7-7 (4)
1
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 may 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 him found
correct, shall be approved and referred by him to the Council
for final approval or disapproval; and the action thereon by the
Council shall be final and binding. If delay is caused by
specific orders given by the Engineers to stop work, or by the
performance of extra work, or by the failure of the City to
provide material or necessary instructions for carryin~ on the
work, then such delay will entitle the Contractor to an
equivalent extension of time, his application for which shall,
however, be subject to the approval of the City Council; and no
such extension of time shall release the Contractor or the
surety on his performance bond from all his obligations
hereunder which shall remain in full force until the discharge
of the contract.
C7-7 .10 TIME OF COMPLETION: The time of completion is an
essential element of the contract. Each bidder shall indicate
in the appropriate place on the last page of the Proposal the
number of working days or calendar days that he will require to
fully complete this contract or the time of completion will be
specified by the City in the Proposal section of the contract
documents.
The number of days indicated shall be a realistic estimate of
the time required to complete the work covered by the specific
contract being bid upon. The amount of time so stated by the
successful bidder or the City will become the time of completion
specified in the Contract Documents.
For each
after the
increased
increased
contract
calendar day that any work shall
time specified in the Contract
time granted by the Owner, or
by additional work or materials
is signed, the sum per day given
C7-7 (5)
remain uncompleted
Documents, or the
as automatically
ordered after the
in the following
< ,
f
('
f
r
schedule, unless otherwise specified in other parts of t he
Contract Documents, will be deducted from monies due the
Contractor, not as a penalty , but as liquidated damages suffered
by the Owner.
AMOUNT OF CONTRACT LIQUIDATED
DAMAGES
Less than $5,000 $35.00
$5,001 to 15,000 45.00
5,001 to 25,000 63.00
25,001 to 50,000 105.00
50,001 to 100,000 154.00
100,001 to 500,000 210.00
500,001 to 1,000,000 315.00
1,000,001 to 2 ,000,000 420 .00
2,000,001 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 impossible or very difficult to accurately estimate, 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.ll 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 event the work is suspended by a Court Order .
Neither wil l 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 unfavorable 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 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.
c1~1 (6)
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 THE TIME OF COMPLETION, and should it be
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 investigation, the
Owner finds that such ~onditions exist 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, then 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 may request the
C7-7 (7)
I
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 no
anticipated profits on work which has not been performed.
C7-7 .14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF
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
cancelled 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
operations by Contractor is
the work within the specified
progress of
insufficient
time.
the work
to complete
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 to promptly 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.
C7-7 (8)
... ,, • 'I"'
r t,.
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
'It :i al contract.
-;
i.
j .
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.
If the Contractor
fail to carry on
acceptable manner.
shall,
the
for any
working
cause whatsoever,
operation in an
k. If the Contractor commences legal action against the
Owner.
copy of the suspension order or action of the City Council
be served on the Contractor's Sureties. When work is
suspended for any cause or causes, or when the contract is
cancelled, 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 the 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
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.
In case the Sureties do not, within the specified time, exercise
their right and option to assume the contract responsibilities,
or that portion thereof which the Owner has ordered the
' -
' ..
'
•• " .
,, ' ~,
C7-7 (9)
' , '
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 part 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 Contractor, 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 a manner that does not hinder or
interfere with performance of the work by the Owner.
C7-7.15 FULFILLMENT OF CONTRACT: The Contract will be
considered as having been fulfilled, save as provided in any
bond or bonds or by law, when all the work and all sections or
parts of the project covered by the Contract Documents have been
finished and completed, the final inspection made by the
Engineer, and the final acceptance and final payment made by the
Owner.
C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER:
A. NOTICE OF TERMINATION: 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. Any such termination shall be affected by
C7 -7 (10)
" ''
B.
mailing a notice of terminati.on 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 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 claim, demand or suit shall be
required of the Owner regarding such discretionary
action.
CONTRACTOR ACTION: After receipt
termination, and except as otherwise
Engineer, the Contractor shall:
of a notice of
directed by the
L
2.
3.
4.
Stop work under the contract on the date and to
the extent specified in the notice of
termination;
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;
Terminate all orders and subcontracts to the
extent that they relate to the performance of
work terminated by the not5ice of termination;
Transfer title to the Owner and deliver in the
manner, at the times, and to the extent, if any,
directed by the Engineer:
a.
b.
the fabricated or unfabricated parts, work
in process, 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
termination; and
the completed, or partially
drawings, information and
which, if the contract had
would have been required to
the Owner.
completed plans,
other property
been completed,
be furnished to
5. Complete performance of such part of the work as
shall not have been terminated by the notice of
termination; and
C7-7 (11)
..
'.
C.
D.
E.
[
6 . Take such action as may be necessary, or as
Engineer may direct, for the protection
preservation of the property related to
contract which is in the possession of
contractor and in which the Owner has or
acquire the rest.
the
and
its
the
may
TERMINATION CLAIM: Within 60 days after 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.
AMOUNTS: Subject to the provisions of Item C7-7.16
(C), the Contractor and Owner may agree upon the whole
or any part of the amount or amounts to be paid to the
contractor by reason of the total or partial
termination of work pursuant hereto; provided, that
such agreed amount or amounts shall never exceed the
total contract price as reduced by the amount of
payments otherwise made and as further reduced by the
contract price of work not terminated. The contract
shall be amended accordingly, and the Contractor shall
be paid the agreed amount. No amount shall be due for
lost or anticipated profits. Nothing in C7-7 .16 (E)
hereafter, prescribing the amount to be paid to the
Contractor in the event of failure of the
Contractor by re~son 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.
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 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.
C7-7(12)
' ' '
F.
G.
H.
DEDUCTIONS: In arriving at the amount due the
contractor under this section, there shall be deducted
(a) all unliquidated advance or other payments on
account theretofore made to the Contractor, applicable
to the terminated portion of this contract; (b) any
claim which the Owner may have against the Contractor
in connection with this contract; and (c) the agreed
price for, or the proceeds of sale of, any materials,
supplies or other things kept by the Contractor or
sold, pursuant to the provisions of this clause, and
not otherwise recovered by or credited to the Owner.
ADJUSTMENT: If the termination hereunder be partial,
prior to the settlement of the terminated portion of
this contract, the Contractor may file with the
Engineer a request in writing for an equitable
adjustment of the price or prices specified in the
contract relating to the continued portion of the
contract (the portion not terminated by the notice of
termination), such equitable adjustment as may be
agreed upon shall be made in such price or prices;
nothing contained herein, however, shall limit the
right of the Owner and the contractor to agree upon
the amount or amounts to be paid to the Contractor for
the completion of the continued portion of the
contract when said contract does not contain an
established contract price for such continued portion.
NO LIMITATION OF RIGHTS: Nothing 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 Amendment of Contract" or any other right
which Owner may have for default or breach of contract
by Contractor.
C7-7. 1 7 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 to protect person and property from
injury, including death, or damage in connection with the work.
C7-7 (13)
(
l
,,.
•..
PART C-GENERAL CONDITIONS
C8-8 MEASUREMENT AND PAYMENT
SECTION ca-a MEASUREMENT AND PAYMENT
SECTION CB-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 items
installed.
CB-8. 2 UNIT PRICES: When in the Proposal a "Unit P r ice" 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, finished overhead expense, bond, insurance, patent
fees, royalties, risk due to the elements and other causes,
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.
CB -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.
CB-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
C8-8 (I)
' ' .
. •,
,• .
,..
. , , ...
' '
unforeseen defects or obstructions 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 .1 4) for all risks of whatever description
connected with the prosecution of the work, for all expense
incurred by or in consequence of 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 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, imperfection,
or damage shall have been discovered on or before the final
inspection and acceptance of work or during the one year
guaranty period after 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 1st and 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 work performed since the last
partial payment was made exceeds one hundred dollars ($100.00)
in amount, 90% of such estimated sum will be paid to the
Contractor if the total contract amount is less than $400,000,
or 95% of such estimated sum will be paid to the Contractor if
the total contract amount is $400,000 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 estimate may include acceptable nonperishable
materials delivered to the work which are to be incorporated
into the work as a permanent part tqereof, but which at the time
. · .. '{
'( .
C8-8 (2) .~
''
t .
2. -··
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
request to aid him as a guide in
preparation of partial estimates.
such informat i on as he may
the ver i fication or the
It is understood that the partial estimate from month to month
will be approximate only, and all partial monthly estimates and
payment will be . subject to correction in the estimate rendered
following the discove r y 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
quality 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. 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.
CB-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for
by the Contract Documents have been completed and all
requirements of the Contract Documents have been fulfilled on
the part of the Contractor, the Contractor shall notify the
Engineer in writing that the improvements are ready for the
final inspection. The Engineer shall notify the appropriate
officials of the Owner, who 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 therefor as outlined in C8-8 .8 below.
cs-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.
C&-8 (3)
,,
'
.. '
,.~
'\
'"' .. \. ·~
"' '.
~.
' >
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 final acceptance by the Owner on a proper resolution
of the City Council, provided the Contractor has furnished to
the Owner satisfactory evidence of payment as follows: Prior to
submission of the final estimate for payment, the Contractor
shall execute an affidavit, as furnished by the City, certifying
that all persons, firms, associations, corporations, or other
organizations furnishing labor and/or materials have been paid
in full, that the wage scale established by the City Council in
the City of Fort Worth has been paid, and that there are no
claims pending for personal injury and/or property damages.
The acceptance by the Contractor of the 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 Contract Documents or
any act or neglect of said City relating to or connected with
the Contract .
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 thereto
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 said requirements of the Contract Documents,
approved modifications thereof, and all approved additions and
alterations thereto.
C8-8(4)
I
J,
CB-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 work not done in accordance with the
Contract Documents or relieve the Contractor of liability in
respect to any express warranties or responsibility for faulty
materials or workmanship. The Contractor shall remedy any
defects or damages in the work and pay for any damage to other
work 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.
CB-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 i tern . 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.
CB-8 .13 RECORD DOCUMENTS: Contractor shall keep on record a
copy of all specifications, plans, addenda, modifications, shop
drawings and samples at the site, in good order and annotated to
show all changes made during the construction process. These
shall be delivered to Engineer upon completion of the work.
71
...
SECTION Cl:
SUPPLEMENTARY CONDITIONS TO PART C-GENERAL CONDITIONS
A. General
B .
These Supplementary Conditions amend or supplement the General Conditions of the
Contract and other provisions of the Contract Documents as indicated below. Provisions
which are not so amended or supplemented remain in full force and affect.
C8-8.5 PARTIAL ESTIMATES AND RETAINAGE : Page C8-8 (2), should be deleted in
its entirety and replaced with the following:
Partial pay estimates shall be submitted by the Contractor or prepared by the City on the
5th day and 20th day of each month that the work is in progress. The estimate shall be
proceeded by the City on the I 0th 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 of less 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 wiU authorize the City to withhold future
payments from the Contractor until compliance with this paragraph is accomplished.
It is understood that the partial pay estimates will be approximate only, and all partial pay
estimates and payment of same will be subject to correction in the estimate rendered
following the discovery of the mistake in any previous estimate. Partial payment by
Owner for the amount of work done or of its quality or sufficiency or acceptance of the
work done; shall not release the Contractor of any of its responsibilities under the
Contract Documents.
The City reserves the right to withhold the payment of any partial estimate if the
Contractor fails to perform the work in strict accordance with the specifications or other
provisions of this contract.
C. Part C -General Conditions: Paragraph C3-3 .11 of the General Conditions is deleted and
replaced with D-3 of Part D -Special Conditions.
D . C3-3. l l INSURANCE : Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR
INSURANCE AND BONDING"
Revised
10/24/02
Pg. 1
< ••
"·
' ,, .
"'
E.
F.
G:
,,
C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6
(8), is deleted in its entirety and replaced with the following:
Contractor covenants and agrees to indemnify City's engineer and architect, and their
personnel at the project site for Contractor's sole negligence. In addition, Contractor
covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
Owner, its officers, servants and employees, from and against any and all claims or suits
for property loss, property damage, personal injury, including death, arising out of, or
alleged to arise out of, the work and services to be performed hereunder by Contractor, its
officers, agents, employees, subcontractors, licensees or invitees, whether or not any such
in;ury, 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 inbtry or damage is caused in whole or in part
by the 1:egligence 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 sew~r pipes in depth categories shall be interpreted
herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not
to the various depth categories.
C3-3.l l INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL
' -
Revised
10/24/02
, Pg. 2
. ~
t'·· . -· . '
"; '
r
f '
I
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 sp ecified in the bid documents, 1000
Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the
contracted project.
c . Any failure on part of the City to request required insurance documentation shall not
constitute a waiver of the insurance requirements specified herein .
d. Each insurance policy shall be endorsed to provide the City a minimum thirty days
notice of cancellation, non-renewal, and/or material change in policy terms or coverage .
A ten days notice shall be acceptable in the event of non-payment of premium .
e . Insurers must be authorized to do business in the State of Texas and have a current
A.M. Best rating of A: VII or equivalent measure of financial strength and solvency.
£ Deductible limits, or self-funded retention limits, on each policy must not exceed
$10 ,000 .00 per occurrence unless otherwise approved by the City.
g. Other than worker's compensation insurance, in lieu of traditional insurance, City may
consider alternative coverage or risk treatment measures through insurance pools or risk
retention groups. The City must approve in writing any alternative coverage .
h . Workers' compensation insurance policy(s) covering employees employed on the
project shall be endorsed with a waiver of subrogation providing rights of recovery in
favor of the City.
i. City shall not be responsible for the direct payment of insurance premium costs for
contractor's insurance . ·
j . Contractor's insurance policies shall each be endorsed to provide that such insurance is
primary protection and any self-funded or commercial coverage maintained by City shall
not be called upon to contribute to loss recovery.
k. In the course of the project, Contractor shall report, in a timely manner, to City's
officially designated contract administrator any known loss occurrence which could give
rise to a liability claim or lawsuit or which could result in a property loss.
1. Contractor's liability shall not be limited to the specified amounts of insurance
required herein .
Revised
10/24/02
Pg. 3
m . Upon the request of City, Contractor shall provide complete copies of all insurance
polic ies required by these contract documents.
H . C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) 1s
deleted in its entirety and replaced with the following:
The Contractor shall receive and accept the compensation as herein provided, in full
. payment for furnishing all labor, tools, materials , and incidentals for performing all work
contempla ted and embraced under these Contract Documents, for all loss and damage
arising out of the nature of the work or from the action of the elements, for any
unforeseen defects or obstructions which may arise or be encountered during the
prosecution which may arise or be encountered during the prosecution of the work at any
time before its final acceptance by the Owner, (except as provided in paragraph CS-5.14)
for all risks of whatever description connected with the prosecution of the work, for all
expenses incurred by or in consequence of the suspension or discontinuance of such
prosecution of the working operations as herein specified, or any and all infringements of
patents, trademarks, copyrights, or other legal reservations , and for completing the work
in an acceptable manner according to the terms of the Contract Documents.
The payment of any current or partial estimate prior to the final acceptance of the work by
the Owner shall in no way constitute an acknowledgment of the acceptance of the work,
materials, or equipment, nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew, or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the construction of the work under contract
and its appurtenances, or any damage due or attributed to such defects, which defects,
imperfections , or damage shall have been discovered on or before the final inspection and
acceptance of the work or during the two (2) year guaranty period ·after the final
acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage,
and the Contractor shall be liable to the Owner for failure to correct the same as provided
herein.
I. C8-8. l O GENERAL GUARANTY: Delete C8-8 . l 0, General Guaranty at page C8-8( 4) is deleted
in its entirety and replaced with the following :
Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or
entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not
done in accordance with the Contract Documents or relieve the Contractor of liability in respect to
any express warranties or responsibility for faulty materials or workmanship. The Contractor shall
remedy any defects or damages in the work and pay for any damage to other work or property
resulting therefrom which shall appear within a period of two (2) years from the date of final
acceptance of the work unless a longer period is specified and shall furnish a good and sufficient
maintenance bond in the amount of 100 percent of the amount of the contract which shall assure
the performance of the general guaranty as above outlined . The Owner will give notice of observed
defects with reasonable promptness.
Revised
10/24/02
Pg.4
f-
[
!
r
IJ
\
lI1
I •
i
,.'
J.
K.
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.
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
C3-3 .1 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 re insurer that is authorized and admitted as a
reinsurer in the state of Texas and is the holder of a certificate of authority from the
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 d iscretion, will determine the
adequacy of the proof required herein .
2 . Pg. C3-3(5) Paragraph C3-3. l 1 INSURANCE delete subparagraph "a .
COMP EN SA TION INSURANCE".
3 . Pg . C3-3(6), Paragraph C3-3.l l INSURANCE delete subparagraph "g . LOCAL
AGENT FOR INSURANCE AND BONDING".
L. RIGHT TO AUDIT : Part C -General Conditions , Section C8-8
MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following :
C8-8 .14 RIGHT TO AUDIT:
(a) Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this contract, have access to and the right to examine and photocopy any
directly pertinent books, documents, papers and records of the Contractor involving
transactions relating to this contract. Contractor agrees that the City shall have access
during normal working hours to all necessary Contractor facilities and shall be provided
adequate and appropriate work space in order to conduct audits in compliance with the
provisions of this section. The City shall give contractor reasonable advance notice of
intended audits.
(b) Contractor further agrees to include in all its subcontracts hereunder a provision to the
effect that the subcontractor agrees that the City shall, until the expiration of three (3)
years after final payment under the subcontract, have access to and the right to examine
and photocopy any directly pertinent books, documents, papers and records of such
subcontractor, involving transactions to the subcontract , and further, that City shall
have access during normal working hours to all subcontractor facilities, and shall be
provided adequate and appropriate work space, in order to conduct audits in compliance
with the provisions of this article. City shall give subcontractor reasonable advance notice
of intended audits .
(c) Contractor and subcontractor agree to photocopy such documents as may be
requested by the City. The City agrees to reimburse the Contractor for the cost of copies
as follows :
Revised
10/24/02
1. 50 copies and under -10 ce nts per page
1 •••• A. ,, . 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 neg ligent
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 RA TES: 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 prevai~g 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 constmction 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 225 8, 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
GENERAL ..................................................................................................................... 3
COORDINATION MEETING ......................................................................................... 5
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ................ 5
COORDINATION WITH FORT WORTH WATER DEPARTMENT ................................ 7
CROSSING OF EXISTING UTILITIES .......................................................................... 7
EXISTING UTILITIES AND IMPROVEMENTS .............................................................. 8
CONSTRUCTION TRAFFIC OVER PIPELINES ........................................................... 8
TRAFFIC CONTROL .................................................................................................... 9
DETOURS .................................................................................................................. 10
EXAMINATION OF SITE ............................................................................................. 10
ZONING COMPLIANCE .............................................................................................. 10
WATER FOR CONSTRUCTION ................................................................................. 10
WASTE MATERIAL ..................................................................................................... 10
PROJECT CLEANUP AND FINAL ACCEPTANCE ...................................................... 10
CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ................................ 11
SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ........................... 11
BID QUANTITIES ........................................................................................................ 11
CUTTING OF CONCRETE .......................................................................................... 12
PROJECT DESIGNATION SIGN ................................................................................. 12
CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ..................................... 12
MISCELLANEOUS PLACEMENT OF MATERIAL ....................................................... 12
CRUSHED LIMESTONE BACKFILL ............................................................................ 13
2:27 CONCRETE ......................................................................................................... 13
TRENCH EXCAVATION, BACKFILL, AND COMPACTION ......................................... 13
TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ........... 14
SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................ 15
SANITARY SEWER MANHOLES ................................................................................ 16
SANITARY SEWER SERVICES .................................................................................. 19
REMOVAL. SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES ............... 20
DETECTABLE WARNING TAPES .............................................................................. 23
PIPE CLEANING ......................................................................................................... 23
DISPOSAL OF SPOIL/FILL MATERIAL. ...................................................................... 23
MECHANICS AND MATERIALMEN'S LIEN ................................................................ 23
SUBSTITUTIONS ......................................................................................................... 23
PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 24
VACUUM TESTING OF SANITARY SEWER MANHOLES ......................................... 27
BYPASS PUMPING ..................................................................................................... 28
POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .......... 28
SAMPLES AND QUALITY CONTROL TESTING ........................................................ 30
TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE) ............................................................... 31
INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................ 32
PROTECTION OF TREES, PLANTS AND SOIL ......................................................... 32
SITE RESTORATION .................................................................................................. 32
CITY OF FORT WORTH STANDARD PRODUCT LIST .............................................. 33
TOPSOIL. SODDING, SEEDING & HYDROMULCHING ............................................. 33
CONFINED SPACE ENTRY PROGRAM ..................................................................... 38
SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ........................... 39
EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ...................... 39
CONCRETE ENCASEMENT OF SEWER PIPE .......................................................... 40
03/12109 SC-1
D-69
D-70
D-71
D-72
D-73
03/12109
PART D -SPECIAL CONDITIONS
CLAY DAM .................................................................................................................. 40
EXPLORATORY EXCAVATION (D-HOLE) ................................................................. 40
INSTALLATION OF WATER FACILITIES ................................................................... 40
Polyvinyl Chloride (PVC) Water Pipe ........................................................................... 40
Blocking ....................................................................................................................... 41
Type of Cas ing Pipe .................................................................................................... 41
Tie-Ins ......................................................................................................................... 41
Connection of Existing Mains ....................................................................................... 41
Valve Cut-Ins ............................................................................................................... 42
Water Services ............................... ." ............................................................................ 42
2-lnch Temporary Service Line .................................................................................... 44
Purging and Sterilization of Water Lines ........................ : ............................................. 45
Work Near Pressure Plane Boundaries ....................................................................... 45
Water Sample Station .................................................................................................. 46
Ductile Iron and Gray Iron Fittings ............................................................................... 46
SPRINKLING FOR DUST CONTROL ......................................................................... 47
DEWATERING ............................................................................................................ 47
TRENCH EXCAVATION ON DEEP TRENCHES ........................................................ 47
TREE PRUNING .......................................................................................................... 47
TREE REMOVAL ......................................................................................................... 48
TEST HOLES .............................................................................................................. 48
PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND
NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING
CONSTRUCTION ........................................................................................................ 49
TRAFFIC BUTTONS ................................................................................................... 49
SANITARY SEWER SERVICE CLEANOUTS ............................................................. 50
TEMPORARY PAVEMENT REPAIR ........................................................................... 50
CONSTRUCTION STAKES ......................................................................................... 50
EASEMENTS AND PERMITS ..................................................................................... 50
PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................ 51
WAGE RATES ............................................................................................................ 51
REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ..................................... 53
STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE) ........ : .................................................................................................. 53
COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS ................................................................................... 55
ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ............................................ 56
EARLY WARNING SYSTEM FOR CONSTRUCTION ................................................. 56
AIR POLLUTION WATCH DAYS ................................................................................ 57
FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ..................................... 57
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: SANITARY SEWER REHABILITATION CONTRACT 65 -PART 1
FORT WORTH, TEXAS
DOE PROJECT .NO.: 3570; CITY PROJECT NO.: 00730
SEWER PROJECTS NO. P258-541200-602170044383
D-1 GENERAL
The order or precedence in case of conflicts or discrepancies between various parts of the
Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily,
follow the guidelines listed below:
1. Plans
2. Contract Documents
3. SpecialCondWons
The following Special Conditions shall be applicable to this project under the provisions stated
above . The Contractor shall be responsible for defects in this project due to faulty materials and
workmanship, or both, for a period of two (2) years from date of final acceptance of this project by
the City of Fort Worth and will be required to replace at his expense any part or all of this project
which becomes defective due to these causes.
Subject to modifications as herein contained, the Fort Worth Water Department's General
Contract Documents and General Specifications, with latest revisions, are made a part of the
General Contract Documents for this project. The Plans, these Special Contract Documents and
the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers
name, or identification include therein as specifying , referring or implying product control,
performance, quality, or other shall be binding upon the contractor. The specifications and
drawings shall be considered cooperative; therefore, work or material called for by one and not
shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though
required by all.
Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-
qualified with the Water Department to perform such work in accordance with procedures
described in the current Fort Worth Water Department General Specifications, which general
specifications shall govern performance of all such work.
This contract and project, where applicable, may also be governed by the two following published
specifications, except as modified by these Special Provisions:
1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -
CITY OF FORT WORTH
06120/08 SC-3
PART D -SPECIAL CONDITIONS
2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH
CENTRAL TEXAS
Any conflict between these contract documents and the above 2 publications shall be resolved in
favor of these contract documents.
A copy of either of these specifications may be purchased at the office of the Transportation and
Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth,
Texas 76102 . The specifications applicable to each pay item are indicated by the call-out for the
pay item by the designer. If not shown, then applicable published specifications in either of these
documents may be followed at the discretion of the Contractor. General Provisions shall be those
of the Fort Worth document rather than Division 1 of the North Central Texas document.
Bidders shall not separate, detach or remove any portion, segment or sheets from the
contract document at any time. Failure to bid or fully execute contract without retaining
contract documents intact may be grounds for designating bids as "non-responsive" and
rejecting bids or voiding contract as appropriate as determined by the City Engineer.
INTERPRETATION AND PREPARATION OF PROPOSAL:
A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered,
accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the
official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole
responsibility to deliver the proposal at the proper time to the proper place. The mere fact that
a proposal was dispatched will not be considered. The Bidders must have the proposal
actually delivered . Each proposal shall be in a sealed envelope plainly marked with the word
"PROPOSAL", and the name or description of the project as designated in the "Notice to
Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth
Purchasing Division, PO Box 17027, Fort Worth, Texas 76102.
B. WITHDRAWING PROPOSALS : Proposals actually filed with the Purchasing Manager cannot
be withdrawn prior to the time set for opening proposals . A request for non-consideration of a
proposal must be made in writing, addressed to the City Manager, and filed with him prior to
the time set for the opening of proposals . After all proposals not requested for non-
consideration are opened and publicly read aloud, the proposals for which non-consideration
requests have been properly filed may, at the option of the Owner, be returned unopened.
C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by
telegraphic communication at any time prior to the time set for opening proposals, provided
such telegraphic communication is received by the Purchasing Manager prior to the said
proposal opening time, and provided further, that the City Manager is satisfied that a written
and duly authenticated confirmation of such telegraphic communication over the signature of
the bidder was mailed prior to the proposal opening time . If such confirmation is not received
within forty-eight (48) hours after the proposal opening time, no further consideration will be
given to the proposal.
06120/08 SC-4
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: SANITARY SEWER REHABILITATION
CONTRACT .LV (55)-PART 3
SEWER PROJECT NO. P258-708170043188
CITY PROJECT NO. 00431
DOE NO . 5435
D-1 GENERAL
The order or precedence in case of conflicts or discrepancies between various parts of the
Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily,
follow the guidelines listed below:
1. Plans
2. Contract Documents
3. Special Conditions
The following Special Conditions shall be applicable to this project under the provisions stated
above . The Contractor shall be responsible for defects in this project due to faulty materials and
workmanship, or both, for a period of two (2) years from date of final acceptance of this project by
the City of Fort Worth and will be required to replace at his expense any part or all of this project
which becomes defective due to these causes .
Subject to modifications as herein contained, the Fort Worth Water Department's General
Contract Documents and General Specifications, with latest revisions, are made a part of the
General Contract Documents for this project. The Plans, these Special Contract Documents and
the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers
name, or identification include therein as specifying, referring or implying product control,
performance, quality, or other shall be binding upon the contractor . The specifications and
drawings_ shall be considered cooperative; therefore, work or material called for by one and not
shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though
required by all.
Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-
qualified with the Water Department to perform such work in accordance with procedures
described in the current Fort Worth Water Department General Specifications, which general
specifications shall govern performance of all such work.
This contract and project, where applicable, may also be governed by the two following published
specifications, except as modified by these Special Provisions:
1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -
CITY OF FORT WORTH
03112/09 SC-3
PART D -SPECIAL CONDITIONS
2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH
CENTRAL TEXAS
Any conflict between these contract documents and the above 2 publications shall be resolved in
favor of these contract documents.
A copy of either of these specifications may be purchased at the office of the Transportation and
Public Works Director , 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth,
Texas 76102 . The specifications applicable to each pay item are indicated by the call-out for the
pay item by the designer . If not shown, then applicable published specifications in either of these
documents may be followed at the discretion of the Contractor. General Provisions shall be those
of the Fort Worth document rather than Division 1 of the North Central Texas document.
Bidders shall not separate, detach or remove any portion, segment or sheets from the
contract document at any time. Failure to bid or fully execute contract without retaining
contract documents intact may be grounds for designating bids as "non-responsive" and
rejecting bids or voiding contract as appropriate as determined by the City Engineer.
INTERPRETATION AND PREPARATION OF PROPOSAL:
A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered ,
accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the
official location and stated time set forth in-the "Notice to Bidders". It is the Bidder's sole
responsibility to deliver the proposal at the proper time to the proper place. The mere fact that
a· proposal was dispatched will not be considered . The Bidders must have the proposal
actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word
"PROPOSAL", and the name or description of the project as designated in the "Notice to
Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth
Purchasing Division, PO Box 17027, Fort Worth , Texas 76102.
B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot
be withdrawn prior to the time set for opening proposals . A request for non-consideration of a
proposal must be made in writing, addressed to the City Manager, and filed with him prior to
the time set for the opening of proposals . After all proposals not requested for non-
consideration are opened and publicly read aloud, the proposals for which non-consideration
requests have been properly filed may, at the option of the Owner, be returned unopened.
C. TELEGRAPHIC MODIFICATION OF PROPOSALS : Any bidder may modify his proposal by
telegraphic communication at any time prior to the time set for opening proposals, provided
such telegraphic communication is received by the Purchas ing Manager prior to the said
proposal opening time , and provided further, that the City Manager is satisfied that a written
and du ly 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.
03112/09 SC-4
l _
[
l .
l •
[.
l
[
' -
. r ,
-l
L
l
PART D -SPECIAL CONDITIONS
D-2 COORDINATION MEETING
For coordination purposes, weekly meetings at the job site may be required to maintain the project
on the desired schedule . The contractor shall be present at all meetings .
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
A. Definitions :
1. · Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of
authority to self-insure issued by the commission, or a coverage agreement (TWCC-81,
TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance
coverage for the person's or entity's employees providing services on a project, for the
duration of the project.
2 . Duration of the project -includes the time from the beginning of the work on the project
until the contractor's/person's work on the project has been completed and accepted by the
governmental entity.
3. Persons providing services on the project ("subcontractor" in §406 .096)-includes all
persons or entities performing all or part of the services the contractor has undertaken to
perform on the project, regardless of whether that person contracted directly with the
contractor and regardless of whether that person has employees . This includes, without
limitation, independent contractors, subcontractors , leasing companies, motor carriers,
owner operators, employees of any such entity, or employees of any entity which furnishes
persons to provide services on the project. "Services" include, without limitation, providing,
hauling, or delivering equipment or materials, or providing labor, transportation, or other
services related to a project. "Services" does not include activities unrelated to the project,
such as food/beverage vendors, office supply deliveries, and delivery of portable toilets .
B. The Contractor shall provide coverage , based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401.011 (44) or all employees of the Contractor
providing services on the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends during the
duration of the project, the contractor must , prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended .
E. The Contractor shall obtain from each person providing services on a project, and provide the
governmental entity :
1. A certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
03/12109 SC-5
PART D -SPECIAL CONDITIONS
2 . No later than seven days after receipt by the contractor , a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
F. The contractor shall retain all required certificates of coverage for the duration of the project
and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within ten (10) days after the contractor knew or should have known , of any change
that materially affects the provision of coverage of any person providing services on the
project.
H. The contractor shall post on each project site a notice, in the text, form and manner prescribed
by the Texas Worker's Compensation Commission , informing all persons providing services on
the project that they are required to be covered, and stating how a person may verify coverage
and report lack of coverage .
I. The contractor shall contractually require each person with whom it contracts to provide
services on a project, to:
1. Provide coverage, based on proper reporting on classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas .
Labor Code, Section 401.011 (44) for all of its employees providing services on the project,
for the duration of the project;
2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of
coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
3. Provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project ;
4. Obtain from each other person with whom it contracts, and provide to the Contractor:
a.) A certificate of coverage, prior to the other person beginning work on the project; and
b.) A new certificate of coverage showing extension of coverage, prior to the end of the
coverage period, if the coverage period shown on the current certificate of coverage
ends during the duration of the project. ·
5. Retain all required certificates of coverage on file for the duration of the project and for one
year thereafter.
6. Notify the governmental entity in writing by certified mail or personal delivery, within ten
(10) days after the person knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project; and
03/12109 SC-6
r
_,..
PART D -SPECIAL CONDITIONS
7. Contractually require each person w ith whom it contracts, to perform as required by
paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom
they are providing services.
8. By signing this contract or providing or causing to be provided a certificate of coverage, the
contractor is representing to the governmental entity that all employees of the contractor
who will provide services on the project will be covered by worker's compensation coverage
for the duration of the project, that the coverage will be based on proper reporting of
classification codes and payroll amounts , and that all coverage agreements will be filed
with the appropriate insurance carrier or, in the case of a self-insured, with the
commission's Division of Self-Insurance Regulation. Providing false or misleading
information may subject the contractor to administrative, criminal, civil penalties or other
civil actions .
9. The contractor's failure to comply with any of these provisions is a breach of contract by the
contractor which entitles the governmental entity to declare the contract void if the
contractor does not remedy the breach within ten days after receipt of notice of breach
from the governmental entity .
J . The contractor shall post a notice on each project site informing all persons providing services
on the project that they are required to be covered, and stating how a person may verify
current coverage and report failure to · provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other Texas
Worker's Compensation Commission rules. This notice must be printed with a title in at least
30 point bold type and text in at least 19 point normal type, and shall be in both English and
Spanish · and any other language common to the worker population. The text for the notices
shall be the following text, without any additional words or changes :
"REQUIRED WORKER'S COMPENSATION COVERAGE
The law requires that each person working on this site or providing services related to this
construction project must be covered by workers' compensation insurance . This includes
persons providing, hauling, or delivering equipment or materials, or providing labor or
transportation or other service related to the project, regardless of the identity of their employer
or status as an employee."
Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information
on the legal requirement for coverage, to verify whether your employer has provided the
required coverage, or to report an employer's failure to provide coverage".
D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT
During the construction of this project, it will be necessary to deactivate, for a period of time,
existing lines. The Contractor shall be required to coordinate with the Water Department to
determine the best times for deactivating and activating those lines. ·
D-5 CROSSING OF EXISTING UTILITIES
Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or
proposed sewer line crosses over a water line and the clear vertical distance is less t~an 9 feet
barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be
03/12109 SC-7
PART D -SPECIAL CONDITIONS
D-18 CUTTING OF CONCRETE
When existing concrete is cut, such cuts shall be made w ith a concrete saw . All sawing shall be
subsidiary to the unit cost of the respective item .
D-19 PROJECT DESIGNATION SIGN
Project signs are required at all locations. It shall be in accordance with the Standard Detail WTR-
034 . The signs may be mounted on skids or posts. The Engineer shall approve the exact
locations and methods of mounting . In addit ion 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 w~th
reflective paint or coloring on the barricades . Barricade signs shall be in accordance with
Standard Detail WTR-034, 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-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT
At locations in the project where mains are required to be placed under existing sidewalks and/or
driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width,
between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a
sand cushion in accordance with City of Fort Worth Transportation/Public Works Department
Standard Specifications for Construction, Item 504.
At locat ions where mains are required to be placed under existing curb and gutter, such curb and
gutter shall be replaced to match type and geometry of the removed curb and gutter shall be
installed in accordance with City of Fort Worth Public Works Department Standard Specification
for Construction, Item 502.
Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances
required, shall be included in the square yard price of the bid item for concrete sidewalk or
driveway repair .
D-21 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.
03112/09 SC-12
t
·-
f
t
\
C
t-,
PART D -SPECIAL CONDITIONS
D-22 CRUSHED LIMESTONE BACKFILL
Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for
trench backfill on this project. The material shall conform to Public Works Standard Specifications
for Street and Storm Drain Construction Division 2 Item 208 .2 -Materials and Division 2 Item
208 .3 -Materials Sources . Trench backfill and compaction shall meet the requirements of E2-2
Excavation and Backfill , Construction Specifications, General Contract Documents .
Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal
multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of
Backfill Materials, Construction Specifications, and General Contract Documents.
D-23 2:27 CONCRETE
Transportation and Public Works Department typical sections for Pavement and Trench Repair for
Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair . Since this call-out
includes the word "concrete", the consistent interpretation of the Transportat ion and Public Works
Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete .
D-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION
Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within
easements, and within existing or future R.O.W . shall be in accordance with Sections E1-2 Backfill
and E2-2 Excavation and Backfill of the General Contract
Documents and Specifications except as specified herein .
1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the
stated maximum trench widths are exceeded, either through accident or otherwise, and if the
Engineer determines that the design loadings of the pipe will be exceeded , the Contractor will be
required to support the pipe with an improved trench bottom . The expense of such remedial
measures shall be entirely the Contractor's own . All trenching operations shall be confined to the
width of permanent rights-of-way, permanent easements, and any temporary construction
easements. All excavation shall be in strict compliance with the Trench Safety Systems Special
Condition of this document.
2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be
backfilled above the top of the embedment material with Type "C" backfill material. Excavated
material used for Type "C" backfill must be mechanically compacted unless the Contractor can
furnish the Engineer with satisfactory 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, at the direction of the Engineer, Type "B" backfill material shall be used. In general,
all backfill material for trenches in existing paved streets shall be in accordance with Figure A.
Sand material specified in Figure A 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:
03/12109 SC-13
PART D -SPECIAL CONDITIONS
• Less than 10% pass ing the #200 sieve
• P.I. = 10 or less
Additionally , the crushed limestone embedment gradation specified in Section E1-3 Crushed
Limestone for Embedment of the General Contract Documents and Specifications shall be
replaced with the follow ing:
Sieve Size
1"
1/2 "
3/8 "
#4
#8
% Retained
0-10
40-75
55-90
90-100
95-100
All other provisions of this section shall remain the same.
3 . TRENCH COMPACTION : All trench backfill shall be placed in lifts per E2-2.9 Backfill.
Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90%
Standard Proctor Density (A.S .T .M. 0698) by mechanical devices specifically designed for
compaction or a combination of methods subject to approval by the Engineer.
Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95%
Standard Proctor Density by mechanical devices specifically designed for compaction or a
combination of methods subject to approval by the Engineer. Backfill material to be compacted as
described above must be within +-4% of its optimum moisture content.
The City, at its own expense, will perform trench compaction tests per A.S .T .M. standards on all
trench backfill . Any retesting required as a result of failure to compact the backfill material to meet
the standards will be at the expense of the Contractor and will be billed at the commercial rates as
determined by the City . These soil density tests shall be performed at two (2) foot vertical intervals
beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the
completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will
be responsible for providing access and trench safety system to the level of trench backfill to be
tested. No extra compensation will be allowed for exposing the backfill layer to be tested or
providing trench safety system for tests conducted by the City.
4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill , and
labor costs of excavation and backfill will be included in the price bid per linear foot of water and
sewer pipe. Type "B " backfill shall be paid for at a pre-bid unit price of $15.00 per cubic yard.
D-25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS
The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing
pavement repair equal to or superior in composition , thickness, etc., to existing pavement as
' \ ,,
detailed in the Public Works Department typical sections for Pavement and Trench Repair for ~.
Utility Cuts, Figures 2000-1 through 2000-3.
The results of the street cores that were conducted on the project streets , to determ ine HMAC
depths on existing streets, are provided in these specifications and contract documents.
03112109 SC-14
r
, __ ,
\ .. -,
[_
PART D -SPECIAL CONDITIONS
All required paving cuts shall be made with a concrete saw in a true and straight line on both sides
of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be
backfilled and the top nine (9) inches shall be filled with required materials as shown on paving
details, compacted and level with the finished street surface . This finished grade shall be
maintained in a serviceable condition until the paving has been replaced . All residential driveways
shall be accessible at night and over weekends.
It has been determined by the Transportation and Public Works Department that the strip of
existing HMAC pavement between the existing gutter and the edge of the trench pavement repair
will not hold up if such strip of existing pavement is two (2) feet or less in width .
Therefore, at the locatic:ms in the project where the trench wall is three (3) feet or less from the lip
of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter .
The pavement repair shall then be made from a minimum distance of twelve (12) inches outside
the trench wall nearest the center of the street to the gutter line .
The pavement shall be replaced within a maximum of five (5) working days, providing job
placement conditions will permit repaving . If paving conditions are not suitable for repaving, in the
opinion of the Owner, the repaving shall be done at the earliest possible date .
A permit must be obtained from the Construction Services Section by the Contractor in
conformance with Ordinance No . 3449 and/or Ordinance No . 792 to make utility cuts in the street.
The Construction Services section will inspect the paving repair after construction . This permit
requirement may be waived if work is being done under a Performance Bond and inspected by the
Construction Services section.
D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS)
A. GENERAL: This specification covers the trench safety requirements for all trench excavations
exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of
this item govern all trenches for mains, manholes, vaults, service lines, and all other
appurtenances . The design for the trench safety shall be signed and sealed by a Registered
Professional Engineer licensed in Texas. The trench safety plan shall be specific for each
water and/or sanitary sewer line included in the project.
B. STANDARDS : The latest version of the U.S. Department of Labor, Occupational Safety and
Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby
made a part of this specification and shall be the minimum governing requirements for trench
safety.
C. DEFINITIONS:
1. TRENCHES -A trench is referred to as a narrow excavation made below the surface of the
ground in which the depth is greater than the width, where the width measured at the
bottom is not greater than fifteen (15) feet.
2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a
series of horizontal level or steps, usually with vertical or near-vertical surfaces between
levels . ·
03/12/09 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. Shor ing systems are generally comprised of cross-braces, vertical rails, (uprights),
horizontal rails (wales) and/or sheeting .
D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing
ground to the bottom of embedment or bottom of excavation . The quantity of trench safety
systems shall be based on the linear foot amount of trench depth greater than five (5) feet.
E. PAYMENT -Payment shall be full compensation for safety system design , labor, tools ,
materials, equipment and incidentals necessary for the installation and removal of trench
safety systems.
D-27 SANITARY SEWER MANHOLES
A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes wil l
be requ ired 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 Construct ion 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 Deta il 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 ins ide of the manhole with quick setting cement grout.
4. FINAL RIM ELEVATIONS : Manhole rims in parkways, lawns and other improved lands
shall be at an elevation not more than one (1) nor less than one-half (1 /2) inch above the
surrounding ground . Backfill shall provide a uniform slope from the top of manhole casting
for not less than three (3) feet each direction to existing finish grade of the ground. The
grade of all surfaces shall be checked for proper slope and grade by string lining the entire
area regarded near the manhole .
03112109 SC-16
l
l-
r r
l
--
f r
I
r
l
[
l_
l.
t
[_
PART D -SPECIAL CONDITIONS
Manholes in open fields, unimproved land, or drainage courses shall be at an elevation
shown on the drawings or minimum of 6 inches above grade.
5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames
and covers shall be PAMREX, or approved equal, with 30-inch clear opening. Covers shall
set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the
frame and cover. Bearing surfaces shall be machine finished . Locking manhole lids and
frames will be restricted to locations within the 100-year floodplain and areas specifically
designated on the plans.
6. SHALLOW CONE MANHOLES : Shallow manhole construction will be used when manhole
depth is four (4) feet or less . All shallow cone manholes shall be built in accordance with
Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots.
NOTE: MANHOLES PER FIGURE 106 WILL NOT BE .ALLOWED .
7. MANHOLE STEPS : No manhole steps are to be installed on any sanitary sewer manhole .
8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with
two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46-
450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness .
9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole
sections constructed for the City of Fort Worth Water Department, excluding only the joints
using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants
as per Figure M.
This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal,
Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe
form or suitable cross-sectional area or flat-tape and shall be sized as recommended by
the manufacturer and approved by the Engineer . The joint sealer shall be protected by a
suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or
any other chemical action for either its adhesive properties or cohesive strength. The Joint
sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of
the length of time it is exposed to the elements. lhe 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
03/12109 SC-17
PART D -SPECIAL CONDITIONS
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.
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 cond ition of the frame
and grade rings. Any frame or grade ring that is not suitable for use as determined by the
Engineer shall be replaced . Grade rings that are constructed of brick , block materials other
than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be
replaced with a pre-cast flattop section . Pre-cast concrete rings, or a pre-cast concrete
flattop section will be the only adjustments allowed .
In brick or block manholes, replace the upper portion of the manhole to a point 24 inches
below the frame. If the walls or cone section below this level are structurally unsound ,
notify the Engineer prior to replacement of the grade rings and manhole frame . Existing
brickwork , if damaged by the Contractor, shall be replaced at the Contractor's expense.
Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris.
Coat exposed manhole surfaces with an approved bonding agent followed by an
application of quick setting hydraulic cement to provide a smooth working surface.
If the inside diameter of the manhole is too large to safely support new adjustment rings or
frames, a flat top section shall be installed .
Joint surfaces between the frames , adjustment rings , and cone section shall be free of dirt ,
stones , debris and voids to ensure a watertight seal. Place flexible gasket joint material
along the inside and outside edge of each joint , or use trowelable material in lieu of pre-
formed gasket material. Position the butt joint of each length of joint material on opposite
sides of the manhole . No steel shims , wood, stones, or any material not specifically
accepted by the Engineer may be used to obtain final surface elevation of the manhole
frame.
In paved areas or future paved areas, castings shall be installed by using a straight edge
not less than ten (10) feet long so that the top of the casting will conform to the slope and
finish elevation of the paved surface . The top of the casting shall be 1/8 inch below the
finished elevation . Allowances for the compression of the joint material shall be made to
assure a proper final grade elevation .
3. EXPOSED EXTERIOR SURFACES : All exposed exterior surfaces shall be coated with
two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46-
450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness.
4 . The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire
brush and then waterproofed with a 1 /2-inch thick coat of trowelable bitumastic joint sealant
from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped
with 6 mil plastic to protect the sealant from damage during backfilling .
03/12109 SC-18
L
PART D -SPECIAL CONDITIONS
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.
The price bid for reconstruction of existing manholes shall include all labor equipment and
materials necessary for construction of new manhole , including , but not limited to, excavation ,
backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating.
Payment shall not include pavement replacement, which if required, shall be paid separately .
The price bid for adjusting and/or sealing of existing manholes shall include all labor,
equipment and materials necessary for adjusting and/or sealing the manhole , including but not
limited to, joint sealing, lift hole sealing, and exterior surface coating .
Payment for concrete collars will be made per each . Payment for manhole inserts will be
made per each .
0-28 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 sha ll be given when taps will be required . Severed service
connections shall be maintained as specified in section C6-6.15.
D. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the
Contractor shall vertically adjust the existing sewer service line as required for reconnection
and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum
bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid
any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be
replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer
services on sewers being rehabilitated using pipe enlargement methods shall be replaced to
the property or easement line or as directed by the Engineer. Procedures listed below for
Sewer Service Replacement shall be adhered to for the installation of any sewer service line
including the incidental four (4) feet of service line which is included in the price bid for Sanitary
Sewer Taps . Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet
of service line and all other associated appurtenances required shall be included in the price
bid for Sanitary Sewer Taps .
E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during
construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer
as required for the connection of the sewer service line. If the sewer service line is in such
condition or adjustment necessitates the replacement of the sewer service line, all work shall
be performed by a licensed plumber. The Engineer shall determine the length of the
replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as
03112109 SC-19
PART D .-SPECIAL CONDITIONS
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
(shown on the plans) at the building clean-out and compare the data with the elevation at the
proposed connection point on the sewer main, in order to ensure that the two (2) percent
minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also
be verified at all bend locations on the serv ice re-route . All applicable sewer mains , laterals
and affected service lines that are installed without pre-construction de-holing at the affected
residences (to verify design elevations) shall be removed and replaced as necessary at the
Contractor's expense in the event grade conflicts are brought to light after de-holing is
conducted . All elevation information obtained by the Contractor shall be submitted to the
Inspector. The Engineer shall be immediately notified in the event that the two (2) percent
minimum slope is not satisfied. If the Contractor determines that a different alignment for the
re-route is more beneficial than shown on the pla .ns, the Contractor shall obtain and submit all
relevant elevation information for the new alignment to the Inspector and shall be responsible
for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is
satisfied . Prior to backfilling, the Contractor shall double check the grade of the installed
service line and submit signed documentation verifying that the line has been installed as
designed to the Engineer. The Contractor, at its 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.
0-29 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
03/12109 SC-20
I
1·
r
I
I
I
l .
r~
L
I
--l
I
L .•
PART D -SPECIAL CONDITIONS
Section E2-1 .5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract
Documents and Specifications, unless amended or superseded by requirements of this Special
Condition .
A SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and
meter box shall be removed and returned to the Water Department warehouse by the
Contractor in accordance with Section E2-1.5 Salvaging of Materials.
B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID : Existing water
meter and concrete vault lid shall be removed and returned to the Water Department
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 : Ex isting 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
ex isting surround ing 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 compat ible 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
03/12/09 SC-21
PART D -SPECIAL CONDITIONS
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
backfill ing, plugging of pipe(s) and all other appurtenances required, shall be included in the
appropriate bid item -Abandon Existing Sewer Manhole.
H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting
the structure disconnected . The complete manhole, including top or cone section, all full barrel
diameter section , and base sect ion 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.
03112/09 SC-22
I~
r
I_
[_
I
L
I .-,
,,
PART D -SPECIAL CONDITIONS
D-30 DETECTABLE WARNING TAPES
Detectable und~rground utility warn ing 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 protect ive
inert plastic jacket that is impervious to all known alkal is, 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 2Yi 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! Bu ried 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 backfi.11 , bedding , blocking , detectable
tapes , and all other associated appurtenances required shall be included in the unit pr ice bid for
the appropr iate bid item(s).
D-31 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-32 DISPOSAL OF SPOIL/FILL MATERIAL
Prior to the disposing of any spo il/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 unt il the proposed sites
have been determined by the Administrator to meet the requirements of the Flood Plain
Ordinances of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved
by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A
floodplain permit can be issued upon approval of necessary Eng ineering 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-33 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-34 SUBSTITUTIONS
03/12/09 SC-23
PART D -SPECIAL CONDITIONS
The spec ifications for materials set out the minimum standard of quality, which the City believes
necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor
has received written permission of the Engineer to make a substitution for the material , which has
been specified . Where the term "or equal ", or "or approved equal" is used, it is understood that if a
material, product , or piece of equipment bearing the name so used is furnished , it will be
approvable, as the particular trade name was used for the purpose of establishing a standard of
quality acceptable to the City . If a product of any other name is proposed for use, the Engineer's
approval thereof must be obtained before the Contractor procures the proposed substitute. Where
the term "or equal ", or "or approved equal " is not used in the specifications , this does not
necessarily exclude alternative items or material or equipment which may accomplish the intended
purpose . However, the Contractor shall have the full responsibility of proving that the proposed
substitution is, in fact, equal , and the Engineer , as the representative of the City, shall be the sole
judge of the acceptability of substitutions. The provisions of this sub-section as related to
"substitutions " shall be applicable to all sections of these specifications .
D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER
A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be
abandoned, removed (except where being replaced in the same location), or rehab ilitated (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 furnish ing all labor, material , and equipment
necessary for the cleaning and inspection of the sewer lines by means of closed circuit
television . Satisfactory precautions shall be taken to protect the sewer lines from damage that
might be inflicted by the improper use of cleaning equipment.
1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT : The high-velocity sewer line
cleaning equipment shall be constructed for easy and safe operation . The equipment shall
also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of
producing a scouring action from 15 to 45 degrees in all size lines designated to be
cleaned. Equipment shall also include a high-velocity gun for washing and scouring
manhole walls and floor . The gun shall be capable of producing flows from a fine spray to
a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps,
and hydraulically driven hose reel.
Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in
such a way that a portion of the dam may be collapsed at any time during the cleaning
operation to protect against flooding of the sewer. The movable dam sha ll be equal in
diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls
or other equipment, which cannot be collapsed, is used , special precautions to prevent
flooding of the sewers and public or private property shall be taken . The flow of sewage
present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning
devices whenever possible .
2. CLEANING PROCEDURES : The designated sewer manholes shall be cleaned using high -
velocity jet equipment. The equipment shall be capable of removing dirt, grease , rocks,
sand, and other materials and obstructions from the sewer lines and manholes . If cleaning
of an entire section cannot be successfully performed from one manhole , the equipment
shall be set up on the other manhole and cleaning again attempted . If, again, successful
cleaning cannot be performed or equipment fails to traverse the entire manhole section , it
will be assumed that a major blockage exists , and the cleaning effort shall be abandoned .
03/12109 SC-24
[.
r -
~-
L
[ _
-~
I
l!
PART D -SPECIAL CONDITIONS
When additional quantities of water from fire hydrants are necessary to avoid delay in
normal working procedures, the water shall be conserved and not used unnecessarily. No
fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before
using any water from the City Water Distribution System, the Contractor shall apply for and
receive permission from the Water Department. The Contractor shall be responsible for
the water meter and related charges for the setup, including the water usage bill. All
expenses shall be considered incidental to cleaning.
3. DEBRIS REMOVAL AND DISPOSAL : All sludge, dirt, sand, rock, grease, and other solid
or semisolid material resulting from the cleaning operation shall be removed at the
downstream manhole of the section being cleaned . Passing material from manhole section
to manhole section, which could cause line stoppages, accumulations of sand in wet wells,
or damage pumping equipment, shall not be permitted.
4. All solids or semisolid resulting from the cleaning operations shall be removed from the site
and disposed of at a site designated by the Engineer. All materials shall be removed from
the site no less often than at the end of each workday and disposed of at no additional cost
to the City .
5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM
BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS
OR SANITARY SEWER MANHOLES .
6 . TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection
shall be one specifically designed and constructed for such inspection . Lighting for the
camera shall be suitable to allow a clear picture of the entire periphery of the pipe . The
camera shall be operative in 100% humidity conditions . The camera, television monitor,
and other components of the video system shall be capable of producing picture quality to
the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no
payment will be made for an unsatisfactory inspection.
B. EXECUTION :
1. TELEVISION INSPECTION : The camera shall be moved through the line in either
direction at a moderate rate, stopping when necessary to permit proper documentation of
any sewer service taps . In no case will the television camera be pulled at a speed greater
than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds
or other devices that do not obstruct the camera view or interfere with proper
documentation shall be used to move the camera through the sewer line .
03/12109
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
SC-25
PART D -SPECIAL CONDITIONS
of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other .
suitable device , and the accuracy shall be satisfactory to the Engineer.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera. The methods used for securing passage of the camera are to be at
the option of the Contractor . The cost of retrieving the Television camera, under all
circumstances , when it becomes lodged during inspection, shall be incidental to Television
inspection.
2. DOCUMENTATION: Television Inspection Logs : Printed location records shall be kept by
the Contractor and will clearly show the location in relation to an adjacent manhole of each
sewer service taps observed during inspection . In addition, other points of significance
such as locations of unusual conditions, roots, storm sewer connections, broken pipe,
presence of scale and corrosion , and other discernible features will be recorded, and a
copy of such records will be supplied to the City,
3 . PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the
television picture of problems shall be taken by the Contractor upon request of the
Engineer, as long as such photographing does not interfere with the Contractor's
operations.
4. VIDEOTAPE RECORDINGS : The purpose of tape recording shall be to supply a visual
and audio record of problem areas of the lines that may be replayed . Video tape recording
playback shall be at the same speed that it was recorded. The television tapes shall be
furnished to the City for review immediately upon completion of the television inspection
and may be retained a maximum of 30 calendar days.
Equipment shall be provided to the City by the Contractor for review of the tapes. The
Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be
erased without the permission of the Engineer. If the tapes are of such poor quality that the
Engineer is unable to evaluate the condition of the sewer line or to locate service
connections, the Contractor shall be required to re-televise and provide a good tape of the
line at no additional cost to the City . If a good tape cannot be provided of such quality that
can be reviewed by the Engineer, no payment for televising this portion shall be made .
Also, no payment shall be made for portions of lines not televised or portions where
manholes cannot be negotiated with the television camera.
THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION
FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes
by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer
are to be corrected . The Engineer will return tapes to the Contractor upon completion of
review.
All costs associated with this work shall be incidental to unit prices bid for items under
Television Inspection of the Proposal.
C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF
SANITARY SEWERS : The cost for Pre-Construction Cleaning and Television Inspection of
sanitary sewers shall be per linear foot of sewer actually televised . The Contractor shall
provide the Engineer with tapes of a quality that the particular piece of sewer can be readily
03/12109 SC-26
t.
r
[_
L
L
I_
PART D -SPECIAL CONDITIONS
evaluated as to existing sewer conditions and for providing appropriate means for review of the
tapes by the Engineer including collection and removal, transportation and disposal of sand
and debris from the sewers to a legal dump site .
Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to
provide video image required for line analysis ..
The primary purpose of cleaning is for television inspection and rehabilitation; when a portion
of a line is not or cannot be televised or rehabilitated , the cleaning of that portion of line shall
be incidental and no payment shall be made.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera. The methods used for securing passage of the camera are to be at the
option of the Contractor, and the costs 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-36 VACUUM TESTING OF SANITARY SEWER MANHOLES
D. 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.
03/12109
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 :
Table I
MINIMUM TIME REQUIRED FOR VACUUM DROP
OF 1" Hg (1 O"Hg -9"Hg) (SEC)
Depth of MH . 48-lnch Dia. 60-lnch Dia .
(FT .) Manhole Manhole
Oto 16' 40 sec. 52 sec .
18' 45 sec . 59 sec .
20' 50 sec. 65 sec.
SC-27
PART D -SPECIAL CONDITIONS
22' 55 sec. 72 sec.
24' 59 sec . 78 sec.
26' 64 sec. 85 sec.
28' 69 sec. 91 sec.
30' 74 sec. 98 sec.
For Each 5 sec. 6 sec.
Additional 2'
1. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of
vacuum is less than one-inch of mercury (1" Hg) after the required test time . Any manhole,
which fails to pass the initial test, must be repaired by either pressure grouting through the
manhole wall or digging to expose the exterior wall of the manhole in order to locate the
leak and seal it with an epoxy sealant. The manhole shall be retested as described above
until it has successfully passed the test.
Following completion of a successful test, the manhole shall be restored to its normal
condition, all temporary plugs shall be removed , all braces, equipment, and debris shall be
removed and disposed of in a manner satisfactory to the Engineer.
C . PAYMENT : Payment for vacuum testing of sanitary sewer manholes 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 .
0-37 BYPASS PUMPING
The Contractor shall bypass the sewage around the section or sections of sewer to be
rehabilitated and/or replaced . The bypass shall be made by plugging existing upstream manho le
and pumping the sewage into a downstream manhole or adjacent system or other method as may
be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size
to handle the flow without sewage backup occurring to facilities connected to the sewer.
Provisions shall be made at driveways and street crossings to permit safe vehicular travel without
interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to
discharge sewage into the trenches . Payment shall be incidental to rehabilitation or replacement
of the sewer line .
0-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER
A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television
inspection performed by an independent sub-Contractor hired by the prime Contractor . Work
shall consist of furnishing all labor, material, and equipment necessary for inspection of the
sewer lines by means of closed circuit television . Satisfactory precautions shall be taken to
protect the sewer lines from damage that might be inflicted by the improper use of cleaning
equipment.
B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall
be one specifically designed and constructed for such inspection. Lighting for the camera shall
be operative in 100% humidity conditions. The camera, television monitor, and other
components of the video system shall be capable of producing picture quality to the
03/12/09 SC-28
1 -
r
[
f
I
~
PART D -SPECIAL CONDITIONS
satisfact ion of the Engineer; and if unsatisfactory , equ ipment shall be removed and no
payment will be made for an unsatisfactory inspection .
C. EXECUTION:
1. TELEVISION INSPECTION : The camera shall be moved through the line in either
direction at a moderate rate, stopping when necessary to permit proper documentation of
any sewer service taps. In no case will the television camera be pulled at a speed greater
than 30 feet per m inute. 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 w ill be televised at one time for review by t.he Engineer.
When manually operated winches are used to pull the television camera through the line,
telephones or other suitable means of communications shall be set up between the two
manholes of the section being inspected to ensure good communications between
members of the crew .
The importance of accurate distance measurements is emphasized . All television
inspection video tapes shall have a footage counter. Measurement for location of sewer
service taps shall be above ground by means of meter device. Marking on the cable, or the
like, which would require interpolation for depth of manhole, will not be allowed . Accuracy
of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other
suitable device, and the accuracy shall be satisfactory to the Engineer.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera. The methods used for securing passage of the camera are to be at
the option of the Contractor. The cost or retrieving the Television camera, under all
circumstances, when it becomes lodged during inspection, shall be incidental to Television
inspection .
Sanitary sewer mains must be laced with enough water to fill all low pints. The television
inspection must be done immediately following the lacing of the main with no water flow . If
sewer is active, flow must be restricted to provide a clear image of sewer being inspected .
2. DOCUMENTATION : Television Inspection Logs : Pr inted 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 Jogs shall be referenced to
stationing as shown on the plans . A copy of these television logs will be supplied to the
City .
3. PHOTOGRAPHS : Instant developing, 35 mm, or other standard-size photographs of the
televis ion 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 record ing 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
furn ished to the City for review immediately upon completion of the television inspection
03112/09 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 complet ion of rev iew by the Engineer. Tapes shall not be erased without the
perm ission 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 sha ll 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 qual ity
that the particular piece of sewer can be readily evaluated as to sewer conditions and for
providing appropriate means for review of the tapes by the Engineer.
Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to
provide video image required for line analysis. The quantity of TV inspection shall be
measured as the total length of new pipe installed . All costs associated with this wo rk shall be
included in the appropriate bid item -Post-Construction Television Inspection.
The item shall also include all costs of installing and maintaining any bypass pumping required
to provide reliable, regular sewer service to the area residents . All bypass pumping shall be
incidental to the project.
D-39 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
prov ide manufacturer's certifications for all manufactured items to be used in the project and
will bear any expense related thereto .
B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine
days prior to the placing of concrete using the same aggregate, cement, and mortar which are
to be used later in the concrete. The Contractor shall provide a certified copy of the test
results to the City .
C. Quality control testing of in-place material on this project will be performed by the city at its own
expense . Any retesting required as a result of failure of the material to meet project
specifications will be at the expense of the contractor and will be billed at commercial rates as
determined by the City . The failure of the City to make any tests of materials shall in no way
relieve the contractor of its responsibility to furnish materials and equipment conforming to the
requirements of the contract.
D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations
requiring testing . The Contractor shall provide access and trench safety system (if required)
for the site to be tested , and any work effort involved is deemed to be included in the unit price
for the item being tested .
03112/09 SC-30
[
L
L.
[
r
[
r l __
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-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE)
A. DESCRIPTION : This item shall consist of temporary soil erosion sediment and water pollution
control measures deemed necessary by the Engineer for the duration of the contract. These
control measures shall at no time be used as a subst itute for the permanent control measures
unless otherwise directed by the Engineer and they shall not include measures taken by the
CONTRACTOR to control conditions created by his construction operations. The temporary
measures shall include dikes, dams, berms, sediment basins, fiber mats, j ute netting,
temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards,
dikes, slope drains and other devices.
B . CONSTRUCTION REQUIREMENTS : The Eng i neer has the authority to define erod ible 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 a reas of water impoundment. Such work may involve the construction of temporary
berms, dikes , dams, sediment basins, slope drains and use of temporary mulches, mats ,
seeding, or other control devices or methods directed by the Engineer as necessary to control
soil erosion . Temporary pollution-control measures shall be used to prevent or correct erosion
that may develop during construction prior to installation of permanent pollution control
features, but are not associated with permanent control features on the project. The Engineer
will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be
proportional to the CONTRACTOR'S capability and progress in keeping the finish grading,
mulching,. seeding, and other such permanent pollution-control measures current in
accordance with the accepted schedule. Should seasonal conditions make such limitations
unrealistic, temporary soil-erosion-control measures shall be performed as directed by the
Engineer.
2. Waste or disposal areas and construction roads shall be located and constructed in a
manner that will minimize the amount of sediment entering streams .
3 . Frequent fordings of live streams will not be permitted ; therefore, temporary bridges or
other structures shall be used wherever an appreciable number of stream crossings are
necessary. Unless otherwise approved in writing by the Eng ineer, 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 sed iment 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 .
03/12109 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-41 INGRESS AND EGRESSIOBSTRUCTION OF ACCESS TO DRIVES
The Contractor shall provide ingress and egress to the property being crossed by this construction
and adjacent property when construction is not in progress and at night. Drives shall be left
accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities
to minimize obstruction of access to drives and property during the progress of construction.
Notification shall be made to an owner prior to his driveway being removed and/or rebuilt.
D-42 PROTECTION OF TREES, PLANTS AND SOIL
All property along and adjacent to the Contractors' operations including lawns, yards, shrubs,
trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or
better than prior to start of work.
Any trees or other landscape features scarred or damaged by the Contractor's operations shall be
restored or replaced at the Contractor's expense . Trimming or pruning to facilitate the work will be
permitted only by experienced workmen in an approved manner (No trimming or pruning without
the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated
as soon as possible with a tree wound dressing .
By ordinance , the Contractor must obtain a permit from the City Forester before any work
(trimming , removal, or root pruning) can be done on trees or shrubs growing on public property
including street Rights-of-Ways and designated alleys . This permit can be obtained by calling the
Forestry Office at 817 -392-5738 . All tree work shall be in compliance with pruning standards for
Class II Pruning as described by the National Arborist Association. A copy of these standards can
be provided by calling the above number. Any damage to public trees due to negligence by the
Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by
the International Society of Arboriculture. Payment for negligent damage to public trees shall be
made to the City of Fort Worth and may be withheld from funds due the Contractor by the City .
To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be
immediately sealed using a commercial pruning paint.
No separate payment will be made for any of the work involved for this item and all costs incurred
will be considered a subsidiary cost of the project.
D-43 SITE RESTORATION
The contractor shall be responsible for restoring the site to original · grade and condition after
completion of his operations subject to approva l of the Engineer. The basis for approval by the
Engineer will be grade restoration to plus minus one-tenth (0 .1) of a foot.
03/12/09 SC-32
r
r
[
[.
r.
L .
PART D -SPECIAL CONDITIONS
D-44 CITY OF FORT WORTH STANDARD PRODUCT UST
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 respons ive . 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-45 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 topso il 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 Prair ie and 609.
MATERIALS: Sod shall consist of live and growing Bermuda , Buffalo or St. Augustine grass
secured from sources where the soil is fertile . Sod to be placed during the dormant state of
these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a
healthy, virile root system of dense, thickly matted roots throughout a two (2) inch min imum
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 excavat ing, 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
03/12109 SC-33
PART D -SPECIAL CONDITIONS
watered to the extent required prior to excavat ing . Sod material shall be planted within three ~
days after it is excavated.
CONSTRUCTION METHODS: After the designated areas have been completed to the lines,
grades, and cross-sections shown on the Drawings and as provided for in other items of the
contract, sodding of the type specified shall be performed in accordance with the requirements
hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. ~
Augustine grass .
a. Spot Sodding
Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the
dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows,
sod approximately three (3) inches square shall be placed on twelve (12) inch centers at
proper depth so that the top of the sod shall not be more than one-half (1 /2) inch below the
finished grade . Holes of equivalent depth and spacing may be used instead of furrows .
The soil shall be firm around each block and then the entire sodded area shall be carefully
rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per
square inch compression. Hand tamping may be required on terraces .
b. Block Sodding .
At locations on the Drawings or where directed, sod blocks shall be carefully placed on the
prepared areas . The sod shall be so placed that the entire designated area shall be
covered , and any voids left in the block sodding shall be filled with additional sod and
t amped . 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 :
03/12109 SC-34
[_
[
'
l liiiii!
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 time of delivery to the project. Each
variety of seed shall be furnished and delivered in separate bags or containers . A sample
of each variety of seed shall be furnished for analysis and testing when directed by the
Engineer. ·
The specified seed shall equal or exceed the following percentages of Purity and
germination :
Common Name Purity Germination
Common Bermuda Grass 95% 90%
Annual Rye Grass 95% 95%
Tall Fescue 95% 90%
Western Wheatgrass 95% 90%
Buffalo Grass Varieties
Top Gun 95% 90%
Cody 95% 90%
Table 120.2.(2)a.
URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS)
Dates
Feb 1
to
May 1
Mixture for Clay or Tight Soils
(Eastern Sections)
Bermudagrass 40
Buffalograss 60
(Western Sections)
Buffalograss 80
Bermudagrass 20
Total : 100 Total: 100
Table, 120.2.(2)b
Mixture for
Sandy Soils
(All Sections)
Bermudagrass 60
Buffalograss 40
Total : 100
TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS)
Dates (All Sections)
Aug 15 Tall Fescue 50
to Western Wheatgrass 50
May 1 Annual Rye 50
Total : 100
CONSTRUCTION METHODS : After the designated areas have been completed to the lines,
grades, and cross-sections shown on the Drawings and as provided for in other items of this
Contract, seeding of the type specified shall be performed in accordance with the requirements
hereinafter described .
a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent
washing of the slopes or dislodgment of the seed.
03/12109 SC-35
PART D -SPECIAL CONDITIONS
b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after
seed bed preparat ion 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 Draw ings and where directed. If the sowing of se.ed is
by hand, rather than by mechanical methods, the seed shall be sown in two directions at right
angles to each other . Seed and fert ilizer 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 : So il over the area shown on the Drawings as directed to be seeded shall
be loosened to a minimum depth of three (3) lnches and all particles in the seed bed shall be
reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be
finished to line and grade as specified under "Finishing" in Section D-45, Construction
Methods .
The seed, or seed mixture, specified shall then be planted at the rate required and the
application shall be made uniformly . If the sowing of seed is by hand rather than by
mechanical methods , seed shall be raked or harrowed into the soil to a depth of approximately
one-eight (1/8) inch . The planted area shall be rolled with a corrugated roller of the
"Cultipacker" type. All rolling of the slope areas shall be on t he contour.
ASPHALT MULCH SEEDING : The soil over the area shown on the Drawings, or as directed to
be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the
seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed . The
area shall then be finished to line and grade as specified under "Finishing" in Section D-45,
Construction Methods .
Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six
(6) inches is thoroughly moistened .
After the watering , when the ground has become sufficiently dry to be loose and pliable, the
seed, or seed mixture specified, shall then be planted at the rate required and the application
shall be made uniformly . If the sowing of seed is by hand, rather than mechanical methods,
the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may
be distributed at the same time, provided the specified uniform rate of application for both is
obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of
approximately one-quarter (1/4) inch . The planted surface area and giving a smooth surface
without ruts or tracks . In between the time compacting is completed and the asphalt is applied,
the planted area shall be watered sufficiently to assure uniform moisture from the surface to a
minimum of six (6) inches in depth.
The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be
of the type and grade as shown on the Drawings and shall conform to the requirements of the
item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the
Drawings , or if Drawings are not included, then MS-2 shall be used. Applications of the
asphalt shall be at a rate of three-tenths (0.3) gallons per square yard . It shall be applied to
the area in such a manner so that a complete film is obtained and the finished surface shall be
comparatively smooth .
03/12109 SC-36
[
r.
[_
[
[~
l-
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.
MA TE RIALS : 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 applied uniformly over the area specified to
be fertil ized and in the manner directed for the part icular 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 ind icated on the Drawings, fertilizer shall be applied uniformly at the average
rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400)
pounds per acre for all types of "Seeding".
MEASUREMENT : Topsoil secured from borrow sources will be measured by the square yard
in place on the project site . Measurement will be made only on topsoils secured from borrow
sources .
Acceptable material for "Seeding" w ill be measured by the linear foot, complete in place .
03/12109 SC-37
PART D -SPECIAL CONDITIONS
Acceptable material for "Sodding" will be measured by the linear foot, complete in place .
Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding.
PAYMENT : All work performed as ordered and measured shall be subsidiary to the contract
unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid
for each item of work . Its price shall be full compensation for excavating (except as noted
below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and
incidentals necessary to complete work.
All labor , equipment, tools and incidentals necessary to supply, transport, stockpile and place
topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and
will not be paid for directly.
"Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price
per square yard, complete in place, as provided in the proposal and contract. The contract unit
price shall be the total compensation for furnish ing and placing all sod; for all rolling and
tamping; for all watering; for disposal of all surplus materials; and for all materials, labor,
equipment, tools and incidentals necessary to complete the work, all in accordance with the
Drawings and these Specifications.
The work performed and materials furnished and measured as provided under "Measurement"
shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case
may be, which price shall each be full compensation for furnishing all materials and for
performing all operations necessary to complete the work accepted as follows:
Fertilizer material and application will not be measured or paid for directly, but is considered
subsidiary to Sodding and Seeding .
0-46 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 .
03/12109 SC-38
I
l~
r
l
L_
[_
[
I
l -
I~
L
f_
L
I
~
PART D -SPECIAL CONDITIONS
D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION
7. Prior to the final inspection being conducted for the project, the contractor shall contact the
city inspecto r in writing when the entire project or a designated portion of the project is
substantially complete.
8. The inspector along with appropriate City staff and the City 's consultant shall make an
inspection of the substantially completed work and prepare and submit to the contractor a
list of items needing to be completed or corrected .
9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the
owner in writing when all the items have been completed or corrected .
10 . Payment for substantial completion inspection as well as final inspection shall be
subsidiary to the project pr ice . 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-48 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 operating area at each work site shall, at the
direction of the Engineer, be protected by erecting a "snow fence" along the drip line or
edge of-the tree root system between tree and the construction area .
3. Contractor shall inspect each work site in advance and arrange to have any tree limbs
pruned that might be damaged by equipment operations . The Engineer shall be notified at
least 24 hours prior to any tree trimming work . No trimming work will be permitted within
private property without written permission of the Owner . ·
4 . Nothing shall be stored over the tree root system within the drip line area of any tree .
5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be
sawcut for a minimum depth of 2 feet.
6. At designated locations shown on the drawings, the "short tunnel" method using Class 51
0.1. pipe shall be utilized.
7 . Except in areas where clearing is allowed , all trees up to 8" in diameter damaged during
construction shall be removed and replaced with the same type and diameter tree at the
contractor's expense . ·
8. Contractor sha ll employ a qualified landscaper for all the work required for tree care to
ensure utilization of the best agricultural practices and procedures .
03/12109 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.
D-49 CONCRETE ENCASEMENT OF SEWER PIPE
Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of
concrete encasement as measured in place along the centerline of the pipe for each pipe diameter
indicated . The Contract Unit Price shall include all costs associated with installation and
reinforcement of the concrete encasement.
D-50 CLAY DAM
Clay dam construction shall be performed in accordance with the Wastewater Clay Dam
Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings
or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious
barrier to reduce groundwater percolation through the pipeline trench . Construction material shall
consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming , placing
and finishing shall be subsidiary to the price bid for pipe installation .
D-51 EXPLORATORY EXCAVATION (D-HOLE)
The Contractor shall be responsible for verifying the locations of §11 existing utilities prior to
construction, in accordance with item 0-6. At locations identified on the drawings, contractor shall
conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the
existing underground utility where it may be in potential conflict with a proposed facility alignment.
The exploratory excavation shall be conducted prior to construction of the entire project only at
locations denoted on the plans or as directed by the engineer . Contractor shall submit a report of
findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of
construction of the entire project. If the contractor determines an existing utility is in conflict with
the proposed facility, the contractor shall contact the engineer immediately for appropriate design
modifications.
~-
The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a ,....
safe and proper driving surface to ensure the safety of the general public and to meet the approval
of the City inspector. The contractor shall be liable for any and all damages incurred due to the
exploratory excavation (D-Hole).
Payment shall not be made for verification of existing utilities per item 0-6 . Payment for
exploratory excavation (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 .
D-52 INSTALLATION OF WATER FACILITIES
03/12109
52.1 Polyvinyl Chloride (PVC) Water Pipe
POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance
with the material standard contained in the General Contract Documents. Payment for work
such as backfill , bedding , blocking, detectable tapes and all other associated appurtenant
required , shall be included in the linear foot price bid of the appropriate BID ITEM(S).
SC-40
r
~ ,_
f'
'
03/12/09
PART D -SPECIAL CONDITIONS
52.2 Blocking
Concrete blocking on this Project will necessar il y be required as shown on the Plaris and
shall be installed in accordance with the General Contract Documents . All valves shall have
concrete blocking provided for supporting. No separate payment will be made for any of the
work involved for the item and all costs incurred will be considered to be included in the linear
foot bid price of the pipe or the bid price of the valve.
52.3 Type of Casing Pipe
1. WATER :
The casing pipe for open cut and bored or tunneled section shall .be AWWA C-200
Fabricated Electrically Welded Steel Water Pipe , and shall conform to the prov isions
of E 1-15, E 1-5 and E 1-9 in Material Specifications of General Contract Documents
and Specifications for Water Department Projects . The steel casing pipe shall be
supplied as follows :
For the inside and outside of casing pipe , coal-tar protective coating in accordance
with the requirements of Sec . 2.2 and related sections in AWWA C-203 . Touch-up
after field welds shall provide coating equal to those specified above. C. Minimum
thickness for casing pipe used shall be 0.375 inch .
Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade
Waterworks Manufacturing Company or an approved equal shall be used on all non-
concrete pipes when installed in casing. Installation shall be as recommended by the
Manufacturer.
2. SEWER :
Boring used on this project shall be in accordance with the material standard 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.
52.4 Tie-Ins
The Contractor shall be responsible for making tie-ins to the existing water mains . It shall
be the responsibility of the Contractor to verify the exact location and elevation of the
existing line tie-ins . And any differences in locations and elevation of existing line tie-ins
between the contract draw ings and what may be encountered in the field shall be
considered as incidental to construction . The cost of making tie-ins to existing water or
sanitary sewer mains shall be included in the linear foot bid price of the pipe.
52 .5 Connection of Existing Mains
The Contractor shall determine the exact location , elevation, configuration and angulation
of existing water or san itary sewer lines prior to manufacturing of the connecting piece .
Any differences in locations, elevation, configurat ion, and or angulation of exist ing lines
between the contract drawings and what may be encountered in the said work shall be
considered as incidental to construction . Where it is requ ired to shut down existing mains
in order to make proposed connections , such down time shall be coordinated with the
SC-41
03/12109
PART D -SPECIAL CONDITIONS
Eng ineer , 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 not ify 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 wr iting
as to the location , time, and schedule of the service interruption .
The cost of removing any exist ing 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 .
52.6 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 putt ing consumers out of service for that per iod 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
w ithout 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 .
52. 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
& E1 -18) contained in the General Contract Documents.
All water services to be replaced shall be installed at a minimum depth of 36 inches below
final grade .
All existing 3/4-inch water service lines which are to be replaced shall be replaced w ith 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 spec ified in Section CS-5.15 INTERRUPTION OF SERVICE .
SC-42
[
r
r
[
r
f
r
l
[
l ..
l
[ .
\_
PART D -SPECIAL CONDITIONS
All water service meters shall be removed, tagged , and collected by the contractor for
pickup by the Water Department for reconditioning or replacement. After installation of the
water service in the proposed location and receipt of a meter from the project inspector the
contractor shall install the meter. The meter box shall be reset as necessary to be flush
with existing ground or as otherwise directed by the Engineer. All such work on the
outlet side of the service meter shall be performed by a licensed plumber.
1. WATER SERVICE REPLACEMENTS : Water service replacement or relocation is required
when the existing service is lead or is too shallow to avoid breakage during street
reconstruction . The contractor shall replace the existing service line with Type K copper
from the ma in to the meter, curb stop with lock wings , and corporation stop.
Payment for all work and materials such as backfill , fittings, type K copper tubing, curb stop
with lock wings, service line adjustment, and any relocation of up to 12-inches from center
line existing meter location to center line proposed meter location shall be included in the
Linear Foot price bid for Copper Service Line from Main to five (5) feet beh ind Meter. Any
vert ical adjustment of customer service line w ithin the 5 foot area shall be subsidiary to the
service installation.
Payment for all work and materials such as tap saddle (if required), corporation stops, and
fittings shall be included in the price bid for Service Taps to Main .
1. WATER SERVICE RECONNECTION : Water service reconnection is required when the
existing service is copper and at adequate depth to avoid breakage during street
reconstruction . The contractor shall adjust the existing water service line as required for
reconnection and furnish a new tap with corporation stop . The contractor will be paid for
one (1) Service Tap to Main for each service reconnected plus for any copper service line
used in excess of five (5) feet from Main to five (5) feet behind the Meter .
2. WATER SERVICE METER AND METER BOX RELOCATIONS : When the replacement
arid 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 serv ice 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 .
03/12109
When relocation of service meter and meter box is required, payment for all work and
materials such as backfill, fittings , five (5) feet of type K copper service and all materials ,
labor, and equipment used by and for the licensed plumber shall be included in the price
bid for the service meter relocation. All other costs will be included in other appropriate bid
item(s).
This item will also be . used to pay for all service meter and meter box relocations as
required by the Engineer when the service line is not being replaced . Adjustment of only
the meter box and customer service line within 5 feet .distance behind the meter will not
justify separate payment at any time. Locations with multiple service branches will be paid
for as one service meter and meter box relocation.
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 E1-18A-Reinforced Plastic Water Meter Boxes.
Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb
stop with lock wings shall be included in the Linear Foot price bid for Service Line from
Main to Meter five (5) feet behind the meter.
Payment for all work and materials such as tap saddle, corporation stops, and fittings shall
be included in the price bid for Service Taps to Mains .
Payment for all work and materials such as furnishing and setting new meter box shall be
included in the price bid for furnish and set meter box .
1. MULTIPLE SERVICE BRANCHES : When multiple service branches are required the
contractor shall furnish approved factory manufactured branches.
Payment for multiple service branches will include furnishing and installing the multiple
service branch only and all other cost will be included in other appropriate bid item(s).
2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple
service lines with taps servicing a single service . meter encountered during construction
shall be replaced with one service line that is applicable for the size of the existing service
meter and approved by the Engineer.
Payment shall be made at the unit bid price in the appropriate bid item(s).
52.8 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
03/12/09
service .
A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an
appropriate fire hydrant adapter fitting shall be required at the temporary service point of
connection to the City water supply. The 2-inch temporary service main and 3/4-inch
service lines shall be installed in accordance to the attached figures 1, 2 and 3 . 2"
temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated
lime (HTH) prior to installation .
The out-of-service meters shall be removed, tagged and collected by the· Contractor for
delivery to the Water Department Meter Shop for reconditioning or replacement. Upon
restoring permanent service, the Contractor shall re-install the meters at the correct
location . The meter box shall be reset as necessary to be flush with the existing ground or
as otherwise directed by the Engineer.
SC-44
r
!.
r
r
PART D -SPECIAL CONDITIONS
The temporary service layout shall have a minimum available flow rate of 5 GPM at a
dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to
determine the length of temporary service allowed, number of service taps and number of
feed points.
When the temporary service is required for more than one location the 2-inch temporary
service pipes , 3/4-inch service lines and the 2-inch meter shall be moved to the next
successive project location.
Payment for work such as fittings , 3/4-inch service lines, asphalt, barricades, all service
connections, removal of temporary services and all other associated appurtenants
required, shall be included in the appropriate bid item.
B. In order to accurately measure the amount of water used during construction, the
Contractor will install a fire hydrant meter for all temporary service lines . Water used
during construction for flushing new mains that cannot be metered from a hydrant will be
estimated as accurately as possible . At the pre-construction conference the contractor will
advise the inspector of the number of meters that will be needed along with the locations
where they will be used. The inspector will deliver the hydrant meters to the locations.
After installation , the contractor will take full responsibility for the meters until such time as
the contractor .returns those meters to the inspector . Any damage to the meters will be the
sole responsibility of the contractor . The Water Department Meter Shop will evaluate the
condition of the meters upon return and if repairs are needed the contractor will receive an
invoice for those repairs. The issued meter is for this specific project and location only.
Any water that the contractor may need for personal use will require a separate hydrant
meter obtained by the Contractor, at its cost, from the Water Department.
03/12109
52.9 Purging and Sterilization of Water Lines
Before being placed into service all newly constructed water lines shall be purged and
sterilized in accordance with E2-24 of the General Contract Documents and Specifications
except as modified herein . The City will provide all water for INITIAL cleaning and
sterilization of water lines. All materials for construction of the project, including
appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be
furnished by the Contractor . Chlorinated lime (HTH) shall be used in sufficient quantities to
provide a chlorine residual of fifty (50) PPM . The residual of free chlorine shall be
measured after 24 hours and shall not be less than 1 O parts per million of free chlorine .
Chlorinated water shall be disposed of in the sanitary sewer system . Should a sanitary
sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The
line may not be placed in service until two successive sets of samples, taken 24 hours
apart , have met the established standards of purity .
Purging and sterilization of the water lines shall be considered as incidental to the project
and all costs incurred will be considered to be included in the linear foot bid price of the
pipe .
52.10 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
SC-45
03/12109
PART D -SPECIAL CONDITIONS
52.11 Water Sample Station
GENERAL :
All water sampling station installations will be per attached Figure 34 or as required in large
water meter vaults as per Figure 33 unless otherwise directed by the Eng ineer.
The appropriate water sampling stat ion will be furn ished 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 serv ice 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 .
52.12 Ductile Iron and Gray Iron Fittings
Reference Part E2 Construction Specifications , Section E2-7 Installing Cast Iron Pipe ,
fittings, and Specials , Sub section E2-7 .11 Cast Iron Fittings :
E2-7 .11 DUCTILE-IRON AND GRAY-IRON FITTINGS : All ductile-iron and gray-iron
fittings shall be furnished with cement mortar lining as stated in Section E1-7 . The price
bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene
wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete
cradle necessary for construction as designed .
All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with
polyethylene wrapping conforming to Material Specification E1-13 and Construction
Specification E2-13 . Wrapping shall precede horizontal concrete blocking, vert ical tie-down
concrete block ing , and concrete cradle . Payment for the polyethylene wrapping, horizontal
concrete blocking , vertical tie-down concrete blocking, and concrete cradle shall be
included in bid items for vales and fittings and no other payments will be allowed.
SC-46
I
l --
PART D -SPECIAL CONDITIONS
D-53 SPRINKLING FOR DUST CONTROL
All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall
apply. However, no direct payment will be made for this item and it shall be considered to this
contract.
D-54 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.
0-55 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.
0-56 TREE PRUNING
A.
B.
REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees".
ROOT PRUNING EQUIPMENT
1. Vibratory Knife
2. Vermeer V-1550RC Root Pruner
C. NATURAL RESOURCES PROTECTION FENCE
3. Steel "T" = Bar stakes, 6 feet long .
4. Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge).
5. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red
color.
6 . Combination Fence : Commercially manufactured combination soil separator fabric on
wire mesh backing as shown on the Drawings.
D. ROOT PRUNING
03/12109
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 .
SC-47
PART D -SPECIAL CONDITIONS
9. Backfill and compact the trench immediately after trenching.
10 . Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the
Engineer .
11. Within 24 hours, prune flush with ground and backfill any exposed roots due to
construction activity . Cover with wood chips of mulch in order to equalize soil
temperature and minimize water loss due to evaporation .
12 . Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no
roots over 1-inch diameter being cut unless cut by hand or cut by specified methods,
equipment and protection.
E. MULCHING : Apply 2-inches to 4-inches of wood chips from tr imming or clearing operation
on areas designated by the Engineer.
F. Tree Pruning shall be considered subsidiary to the project contract price .
0-57 TREE REMOVAL
Trees to be removed shall be removed using applicable methods , includ ing stump and root ball
removal, loading , hauling and dumping . Extra caution shall be taken to not disrupt existing utilities
both overhead and bur ied . 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 .
0-58 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 prov ided 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 respons ibility 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 .
03/12109 SC-48
l _
r
r
r
[
r
[_
,---
1 l_
l.
[ -
l
l _
b
PART D -SPECIAL CONDITIONS
D-59 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 , prepa re and deliver a notice or flyer of the pending construction to the front door of each
res idence 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 beg inning 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 w ithin the block,
the name of the contractor's foreman and his phone number, the name of the City's inspector and
his phone number and the City's after-hours phone number. A sample of the 'pre-construction
notification ' flyer is attached .
The contractor shall submit a schedule showing the construction start and finish time for each
block of the project to the inspector. In addition , a copy of the flyer shall be delivered to the City
Inspector for his review prior to being distributed. The contractor will not be allowed to begin
construction on any block until the flyer is delivered to all residents of the block.
In the event it becomes necessary . to temporarily shut down water service to residents or
businesses during construction , the contractor shall prepare and deliver a notice or flyer of the
pending interruption to the front door of each affected resident. The notice shall be prepared as
follows:
The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption . The
flyer shall be prepared on the contractor's letterhead and shall include the following information :
Name of the project, City Project Number, the date of the interruption of service, the period the
interruption will take place , the name of the contractor's foreman and his phone number and the
name of the City 's inspector and his phone number. A sample of the temporary water service
interruption notification is attached .
A copy of the temporary interruption notification shall be delivered to the inspector for his review
prior to being distributed . The contractor shall not be permitted to proceed with interruption of
water service until the flyer has been delivered to all affected residents and bus inesses .
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-60 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 Signa ls, 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.
03/12109 SC-49
PART D -SPECIAL CONDITIONS
D-61 SANITARY SEWER SERVICE CLEANOUTS
Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two-
way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high
traffic areas such as driveways, streets, sidewalks, etc. whenever possible . When it is not
possible, the cleanout stack and cap shall be cast iron .
Payment for all work and materials necessary for the installation of the two-way service cleanout
which are required to provide a complete and functional sanitary sewer cleanout shall be included
in the price bid for Sanitary Sewer Service Cleanouts.
D-62 TEMPORARY PAVEMENT REPAIR
The Contractor shall provide a temporary pavement repair immediately after trench backfill and
compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of
compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the
entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide
smooth rideability on the street as well as provide a smooth transition between the existing
pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary
pavement repair pay item .
The contractor shall be responsible for maintaining the temporary pavement until the paving
contractor has mobilized. The paving contractor shall assume maintenance responsibility upon
\.....
such mobilization. No additional compensation shall be made for maintaining the temporary E'
pavement.
D-63 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-64 EASEMENTS AND PERMITS
The performance of this contract requires certain temporary construction, right-of-entry
agreements, and/or permits to perform work on private property.
The City has attempted to obtain the temporary construction and/or right-of-entry agreements for
properties where construction activity is necessary on City owned facilities, such as sewer lines or
03/12109 SC-50
L.
r
_.
-
PART D -SPECIAL CONDITIONS
manholes. For locations where the City was unable to obtain the easement or right-of-entry, it
shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject
property . This shall be subsidiary to the contract. The agreements, which the City has obtained,
are available to the Contractor for review by contacting the consultant who distributes the plans for
the project. Also, it shall be the responsibility of the Contractor to obtain written permission from
property owners to perform such work as cleanout repair and sewer service replacement on
private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 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 review ing,
understanding and complying with all provisions of such permits, including obtain ing the requis ite
insurance, and shall pay any and all costs associated with or required by the permit(s). It is the
Contractor's responsibility to provide the required flagmen and/or provide payment to the
appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For
railroad permits , any and all railroad insurance costs and any other incidental costs necessary to
meet the conditions associated with permit(s) compliance , including payment for flagmen , shall be
included in the lump sum pay bid item for "Associated Costs for Construction within Railroad /
Agency Right-of-way". No additional compensation shall be allowed on this pay item .
D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING
After the pre-construction conference has been held but before construction is allowed to begin on
this project a public meeting will be held at a location to be determined by the Engineer . The
contractor, inspector, and project manager shall meet with all affected residents and present the
projected schedule , including construction start date, and answer any construction related
questions. Every effort will be made to schedule the neighborhood meeting within the two weeks
following the pre-construction conference but in no case will construction be allowed to begin
until this meeting is held.
D-66 WAGE RATES
Compliance with and Enforcement of Prevailing Wage Laws
Duty to pay Prevailing Wage Rates.
The contractor shall comply with all requirements of Chapter 2258, Texas Government Code
(Chapter 2258), including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such
prevailing wage rates are included in these contract documents.
Penalty for Violation .
A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made
by the City, pay to the City $60 for each worker employed for each calendar day or part of the day
that the worker is paid less than the prevailing wage rates stipulated in these contract documents.
03112/09 · 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 init ial
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
d ifference 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
v iolation .
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 arbitrat ion 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 requ ire all of its
subcontractors to comply with paragraphs (a) through (g) above.
(Wage rates are attached at the end of this section.)
(Attached)
03/12109 SC-52
, __
0-67
A.
B.
C.
D .
E.
F.
PART D .. SPECIAL CONDITIONS
REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE
It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos
National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR
Part 61, Subpart M. This specification will establish procedures to be used by all
Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with
NESHAP. Nothing in this specification shall be construed to void any provision of a contract
or other law, ordinance, regulation or policy whose requirements are more stringent.
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 not ification 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
di~posed 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.
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.
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.
Compliance with all aspects of worker safety and health regulations including but not
limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of
Fort Worth assumes no responsibility for compliance programs, which are the responsibility
of the Excavator. (Copy of forms attached)
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.
0-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE)
PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas
Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all
construction activities that result in the disturbance of one to five acres (Small Construction
Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined
as an "operator" by state regulations and is required to obtain a permit. Information concerning the
03/12109 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
perm it.
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 .
03/12109 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 including
payment of the TCEQ requ ired 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 preparat ion 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 Terminat ion
(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 Env ironmental Management at the
address listed above. A SWPPP, prepared as described above, shall be implemented at least 48
hours before the commencement of construction activities. The SWPPP must include descriptions
of control measures necessary to prevent and control soil erosion, sedimentation and water
pollution and will be included in the contract documents . The control measures shall be installed
and maintained throughout the construction to assure effective and continuous water pollution
control. The controls may include , but not be limited to, silt fences , straw bale d ikes , rock berms,
diversion dikes, interceptor swales, sediment traps and basins , pipe slope drain , in let protection ,
stabilized construction entrances , seeding, sodding , mulching, soil retention blankets , or other
structural or non-structural storm water pollution controls . The me t hod 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 .
0-69 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 Contract or in violation of Texas Penal
Code Title 7, Chapter 28 .03 (Criminal Mischief) and the Contractor will be prosecuted to the full
extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a
result of these actions.
03/12109 SC-55
PART D -SPECIAL CONDITIONS
0-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD
The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s)
for a project to submit such additional information as the City, in sole discretion may require,
including but not limited to manpower and equipment records, information about key personnel to
be assigned to the project, and construction schedule, to assist the City in evaluating and
assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully
complete projects for the amount bid within the stipulated time frame. Based upon the City 's
assessment of the submitted information, a recommendation regarding the award of a contract will
be made to the City 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.
0-71 EARLY WARNING SYSTEM FOR CONSTRUCTION
Time is of the essence in the completion of this contract. In order to insure that the contractor is
responsive when notified of unsatisfactory performance and/or of failure to maintain the contract
schedule, the following process shall be applicable :
The work progress on all construction projects will be closely monitored . On a bi-monthly basis the
percentage of work completed will be compared to the percentage of time charged to the contract.
If the amount of work performed by the contractor is less than the percentage of time allowed by
20% or more (example: 10% of the work completed in 30% of the stated contract time as may be
amended by change order), the following proactive measures will be taken:
1. A letter will be mailed to the contractor by certified mail, return receipt requested
demanding that, within 1 O days from the date that the letter is received, it provide
sufficient equipment, materials and labor to ensure completion of the work within the
contract time . In the event the contractor receives such a letter, the contractor shall
provide to the City an updated schedule showing how the project will be completed
within the contract time.
2. The Project Manager and the Directors of Water Department, and Department of
Transportation and Public Works will be made aware of the situation. If necessary, the
City Manager's Office and the appropriate city council members may also be informed .
3. Any notice that may, in the City's sole discretion , be required to be provided to
interested individuals will distributed by the Water Department's Public Information
Officer.
4. Upon receipt of the contractor's response, the appropriate City departments and
directors will be notified . The Water Department's Public Information Officer will, if
necessary, then forward updated notices to the interested individuals.
5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily
a second time prior to the completion of the contract, the bonding company will be
notified appropriately.
03112109 SC-56
L
'
PART D -SPECIAL CONDITIONS
D-72 AIR POLLUTION WATCH DAYS
The Contractor shall be required to observe the following guidelines relating to working on City
construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the
OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER ·31, with 6:00
a.m . -10:00 a.m . being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE
ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON
OZONE FORMATION ..
The Texas Commission on Environmental Quality (TCEQ), in coordination with the National
Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the
WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility
of being aware that such days have been designated Air Pollution Watch Days and as such shall
not begin work until 10:00 a.m . whenever construction phasing requires the use of motorized
equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00
a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA
as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or
alternative fuels such as CNG .
If the Contractor is unable to perform continuous work for a period of at least seven hours between
the hours of 7 :00 a.m. - 6:00 p.m., on a designated Air Pollution Watch Day, that day will be
considered as a weather day and added onto the allowable weather days of a given month .
D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS
A fee for street use permits is in effect. In addition , a separate fee for re-inspections for parkway
construction, such as driveways , sidewalks , etc ., will be required. The fees are as follows :
1. The street permit fee is $50.00 per permit with payment due at the time of permit
application .
2. A re-inspection fee of $25 .00 will be assessed when work for which an inspection
called for is incomplete. Payment is due prior to the City performing re-inspection.
Payment by the contractor for all street use permits and re-inspections shall be considered
subsidiary to the contract cost and no additional compensation shall be made .
END OF PART D -SPECIAL CONDITIONS
03/12109 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
03112/09 SC-58
r
03/12109
PART D -SPECIAL CONDITIONS
Date: ____ _
DOE HO. XXXX
Project Name:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD , YOUR
WATER SERVICE WILL BE INTERRUPTED ON---------
BETWEEN THE HOURS OF _______ AND _____ _
IF YOU HA VE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL:
MR. AT __________ _
(CONTRACTORS S_UPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. ____________ AT ____________ _
(CITY INSPECTOR) (TELEPHONE NUMBER) .
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
__________ _, CONTRACTOR
----------------------··· ---· ... -·· --·-· -.. -·-···-----
SC-59
F
0
r
0
ff
i
C:
e
u
s
e
Q
n
I
y
u
T
A
H
p
A
0
N
E
s
H
A
p
0
T
D
H
0
L
\I
I
0
I
a
ti
0
n
?
PART D -SPECIAL CONDITIONS
~ DEMOLITION I RENOVATION
~ NOTIFICATION FORM
T n H NOTIFlCATION# ________ _
TEXAS DEPARTMENT OF HEALTH
NOTE: CIRCLE ITEMS THAT ARE AMENDED
! ) Aba ,emem Contra ctor : ___________________ TDH Licen se Number: _____ _
Adares5 : Citi1 : Sta1e : Zip: ___ _
Office Phone Number: -~---------Job Site Phone Nu.mbc:: _____________ _
Site Svp,erv,sor : TOH License Number:---------------
Site Sup-0rotiSor: TOH License Nvmber. ______________ _
Trained On-Site NESHAP lndividual : _______________ Cerlification Dali!: _______ _
Demolition Contractor: ______________ Ottice Pho-ne Number,__'------------
A.dcres..s : _______________ __:Cil:,o: __________ Ste1e : Zip; ____ ,
2) Project Consul1an1 or Ope,ra1or: _________ ~ _______ TOH License Number: _____ _
Mai ling Address; ___________________________________ _
City: State: ____ Zip: ____ Office Phone Number:.__-~------
3) facili1y Owner: ___________________________________ _
Atlonlior i:-:-:--------------------------------------
Ma iling Addcess : _______ --=------=--------,,,-----=-,----,---,----,-~--------
City: State: Zip : Owner Phone Nurnbcr.__.'-------
··Noto: Tho lnvoir;o for tho notification foo wlll be ~nt to tho owner of the building Md 1hc billing od'dress for tho Invoice will be
obtained trom the lnrormotion th.it ls prnvldcd In this soctlon.
4) Description Of Facmty Name=·--------------~-----------------
Physical Address: _ __, ___________ Counly: Cit~·: _______ Zip: ___ _
FacJlj1y Phc41e Number Faci!ity Cont,;3ct Person: ______________ _
Descrip:ion of Area/Room Number=·-----------------------------
Prior Use::----,--------------Futurn Use: __________________ _
Age oi 8uildin9/Faclli1;1: Size: Number of Floors: _____ Sc.'1001 (K -12): C YES -o NO
5) Type or Work.: n Demolition :J Renovation {Abntomcnt) __j Annual Consolidated
Work will be during: 1..i Day D E•lening D Nigl1l :: Phased Project
Description of work schtXlula:. ______________________________ _
6} Is th is a Public Building? :-: YES
NESHAP-Only Faciilty? rJ YES
lJ NO Federal Facility? G YES : NO Industrial Site? 0 YES ri NO
D NO Is Building.'Facilily Occupied? ~I YES i I NO
7) No1ification Type CHECK ONLY ONE
J Original (10 Working Days} -Cancellation i:: Amendment o Emergency/Ordered
rr 1his is ar1 amendment, which arnendmen1 nu mber is tl1ls? _ (Enclose copy of orlglnnl and/or l.l.st amendment)
If an emergency, who oid you talk witn al TDH? Emergency#: ______ _
Date Md HOU( o( Emer~ancy (HH,'MMlDDIYY}: _______ _
Description of Iha sudden, unexpected event ano explanatiOn of 110w the event caused unsafe conditions or Would ca use
equ ipment damage (computers. mach.inery. etc. ________________________ _
O 8) Descrip1ion of procedures to he followed In the event that unc.xpccted asbestos is found or previously non-friable
Y as~estos ms1erial becomes crumblo<l, pul •,•e-rized, or reduced lo powder:-----------------
E
s
9) Was en Asbesios survey performed? J YES C NO Dale: l TOH Inspector License No: _____ _
G Analytical Melhod; O PLM O TEM D Assumod TOH Labora!or1 License No: ------
N (F'or TAHPA (public building) projecls: an assumption mus1 be made by a TDH Lic~nscd ln.spcclor)
10) Description of planned ctemoliliOn or rancvation work, ti,pe of m.,terial, eno method{s) to be used,_: -------
11) Description of work prac~ices and engineering controls to be used to prevent emissions of asbes1os at the
demolition,'renove1ion: __ _... ____________________________ _
03/12109 SC-60
-03/12109
PART D -SPECIAL CONDITIONS
12} ALL appli~bl o it ems ·in th o foll cwing table must be completed: IF NO ASBESTOS PRESENT CHECK HERE:
Approximate amount or Check un it of m casurcmcn!
Asbestos-Containi ng Bui lding Material 1----~As;;;;.;;,b~es_t_o-'·s----1--.,-..--r---.---,---,.------l
Type
Pip.es Surface Are a
RACM to be remo ved I
RACM NOT remo \•ed
Interior Cateoor, I non -rri a bt a remov e d
Ext!!'1ior Cate orv I non-friable remov e d
Cateco I non-fria ble NOT removtYJ
Interior Cat Or" l l non-friable remo\•e<l
Exterior Cateoorv JI non-fri2bl;;: remo•Jed
Catec:-0 II non-friable NOT removed
RACM Otf-Facilily Compcnen:
13) 'Waste Transporter Name : _________________ TDH Ucense Number.------
Addtcss : ____________ Cit}•: __________ Staie: _ Zip: ___ _
Ccntaci Person : Phone Number: ...__._ ________ _
14) Waste Disposal Site Name=----------,--------=---------=-----Addce ss:. _______________ City : __________ Sta1e : ___ Zip: ___ _
Te:eptlone : TNRCC Permi t Number.--------
15) For structurally unso und facilities, attach a copy of demolitkm order and idemiiy Governmental Official !)eJo w:
Name : Registration No:--------------
Ti tle :--,---.,----,------,-------
Da.1e of order (MM1DD1Yt'} I Dale order to begin {MM/DD/YY) -~-~-
16) Scheduled Dates of Asbestos Abatemen, (MM/DD/YY} Start:---"----'--Cc-mp le1e: --'·'---' --'-
17) Scheduled Datas Demolition.'Renovetll.)n (MM/OD/YY) Slart: / Complete:_~/-~----
•• Note: If lhe start date on Ulls no1iticalion c an ngt 1w mol, tho TOH Regional or L.ocat Program offico Must be contacted by
phone prior. to the start date. Fa.ilt.1re to do so ts 3 violation In accortfanco to TAHPA. Section 295.61.
I hereby cer1i.fy the! ell ir.forme t,on I h:811e pro'>'ldcd Is correct. complete, and true 1o the best of my knowledge. I acknCYJ>'ledge
that I am respons i ble· for all aspects of the notifica1ion form, incllJdl ng, but no t limiting . co:1tent and subm ission dates. n,o
maximum pena1lY is $10,000 per dsy per vmlation .
(Signe1ure o ( Building Owner/ Operator
or Delegated Consullanl/Contracior}
MAIL TO :
'F,1xos aro riot .it'::cepted'
(Printed N.ime) (Date}
ASBESTOS NOTIFICATION SECTION
TOXIC SUBSTANCES CONTROL DIVISION
TEXJ\S DEPARTMENT OF t-lEAL Tli
PO BOX 11.3 53 8
AUSTIN, TX 78714-3536
PM: 512-83'1-6600, 1-800-572-55~8
(Telephone)
{Fax Num be r) .
•raxcs arc not accepted•
Form APB#5, datecf07l 29/02. Ri::'plsces TOH (orm datod 07/13/01 . For assistan ce in completing iorm. call 1-800-572 -5548
SC-61
PART D -SPECIAL CONDITIONS
03/12109 SC-62
[
[
C
PART D -SPECIAL CONDITIONS
CI ass ific ;itions
Air T col Op;;ratcr
Asphal: Rake-r
Asphah Distrib,1:or Ocer:.stcr
Asphalt Pa·.in,;i Machine O oerator
Sak:.hing Plart '//eigher
Srncm er Swe;mer Ope-rator
Sulldczer Ope,ator
Caroe-nto:r (Ro-Joh )
C-oncrete i=i'l i sher-?a•t'ir.g
Concrete F1nis.ner -StnJctures
Cor,cret e ?avin,J C,.irbina M.a ,:h. Ope-r .
Concrete ?avmq Finishir.o Mach Ooe-r.
Concrete ?a·v1ng Jomt Sealer O~r.
Concrete Pavina Saw Oper.
Concrete Pavi ng Spreader Oper.
Crane. Clamshell, Backtioe; De rrick,
Oragl ine, Shovel
=tectri-c,an
Form Builder-S1J1,,Jctures
Form Setter-Pa·,i rig & Cc1rbs
Foundation Drill Op,;rat c r , Crawler ~,lounl:ed
Foundat>cr, Drm Ooerat or. Truck Mo,1,,ted
=·co-it End Loade-r
Laborer ... Corn nlon
Laborer-'JUi,:;
Mill ,ng M«ctime Cperj,tcr, =·ne Grade
Mixer Coeratc r
\lo:or Grad;;r Opera:or (Fine Grade}
Mo:or Grad;;r Opera:c,r. Rcuoh Oi !er
Painter. Stn .. -r-tures
?a,;ement Markinc Ma-cnine-Ooe-r
?ipe ; aver
Roher, Ste-el 'Nheel P ,am-Mix Pavemen:s
Roller, Ste-el Wheel Othe• Flatwt>eel er
Tamoinc
Roller, ?r.eumatic . S;;,lf-Prcpe11e-d Scraper
Reinic•cin;:i Steel Set:er (?avir.,:i:,
Rei'licrcir,a Steel .Se-t:er (Structure)
Source is AG:'.: oi'Te~as
(r!wy. l+,y. Utilities Industrial B•arich1
w·,,w.access.g oogo•:.'d,w1 soa oc ril
03/12109
Hourlv Rates
$10 .C'3
$ I 3 .9'~
SB .80
$13.Q-;)
$12.79
$14.15
$9 .88
$13.22
$1280
$12 .85
$13.27
$12 .C,J
s13 .e3
$12.&J
$13.58
$14 .eO
s10 .e1
$14 .12
$1S .12
$8.43
$11.e3
$11.B3
$t3e7
$16 .20
s 12 .e-2
S9 18
s10 es
$11 .83
s 11.e.s
$15 .20
$14 .e-J
S13.17
$10 .C-4
$11 C4
$11 .29
$11.07
$14.65
$15 .29
SC-63
C la.ssificatio n s
:2,oraper O~r a1or
Service-r
Slip Form Machine Or>erator
Spreader Sex O;:,erator
Tractor coe-rator. Crawler T'l1;.e
Tractcr cpe.rator, Pneuma.t ic
Tra•:elin;:i Mb:H Operator
Truck Dri\·er-.Single AxlE (L,ght)
Truck Orive-r-S in-ale /..:de fHeavv)
Tn.ick Dri'.'E!-T.;r.dem Axle Semi-Tr3iler
Truck Dri':er-L cwbo•1 1Floai
Tnick Driver-1 ransi1 Mix
'/,fagcn Drill , B,:ir1ng Mach,in;;,. Post Hole
Driller
'.1',iork Zone 6a:ric3de Se-r·.•icer
Hrlv Rts
S1 1.42
Si2.32
S i 2.33
S 10.92
S i 2 .6C
S12 .91
S 10 .91
S i 1.47
S 11.7E
.3 12.oe.
S 14.00
PART DA -ADDITIONAL SPECfAL CONDIT!ONS
.-
DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS .......... (OMITTED)
DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE ............................... (OMITTED)
DA-3 PIPE ENLARGEMENT SYSTEM ................................................................................... 4
DA-4 FOLD AND FORM PIPE ................................................................................ (OMITTED)
DA-5 SLIPLINING ................................................................................................... (OMITTED)
DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT ...................................................... 12
DA-7 TYPE OF CASING PIPE ............................................................................................. 15
DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR ............................................. 16
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION .................. 19
DA-10 IVIANHOLE REHABILITATION ...................................................................... (OMITIED)
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION ................. (OMITIED)
DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM .. (OMITIED)
DA-13 INTERIOR MANHOLE COATING-QUADEX SYSTEM ................................ (OMITTED)
DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM ..................................... 21
DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM .................................... 24
DA-16 . INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER ....... .
. ..................................................................................................................... (OMITIED)
DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ....................... (OMITIED)
DA-18 RIGID FIBERGLASS MANHOLE LINERS .................................................... (OMITIED)
DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION ................................. (OMITIED)
DA-20 PRESSURE GROUTING ............................................................................................. 27
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES ............................................ 31
DA-22 FIBERGLASS MANHOLES .......................................................................... (OMITIED)
DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .................... 34
DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER. ........................................... 34
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS .................................................... 35
DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ............................................ 35
DA-27 GRADED CRUSHED STONES ................................................................................... 36
DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE ............................................. (OMITrED)
DA-29 BUTT JOINTS -MILLED .............................................................................. (OMITIED)
DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ...................................... (OMITIED)
OA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER .............................. (OMITIED)
DA-32 NEW 7" CONCRETE VALLEY GUTTER ...................................................... (OMITIED)
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP ................................................ (OMITIED)
DA-34 8" PAVEMENT PULVERIZATION ................................................................. (OMITIED)
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ............ (OMITIED)
DA-36 RAISED PAVEMENT MARKERS .................................................................. (OMITIED)
DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING .. (OMITIED)
DA-38 LOADING, TRANSPORTATION, AND PISPOSAL OF CONTAMINATED SOIL. .......... .
................................................................. : ..................................................... (OMITTED)
DA-39 ROCK RIP RAP -GROUT -FILTER FABRIC ................................................ (OMITTED)
DA-40 CONCRETE RIPRAP .................................................................................... (OMITIED)
DA-41 CONCRETE CYLINDER PIPE AND FITTINGS ............................................. (OMITIED)
DA-42 CONCRETE PIPE FITTINGS AND SPECIALS ............................................. (OMITTED)
DA-43 UNCLASSIFIED STREET EXCAVATION ..................................................... (OMITIED)
DA-44 6" PERFORATED PIPE SUBDRAIN ............................................................. (OMITIED)
DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS .................................................... 37
DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION .................................. (OMITTED)
DA-47 PAVEMENT REPAIR IN PARKING AREA .................................................... (OMITTED)
DA-48 EASEMENTS AND PERMITS ..................................................................................... 37
10/23108 ASC-1
PART DA -ADDITiONAL SPECIAL CONDiTiONS
DA-49 HIGHWAY REQUIREMENTS ............ .'.: ..... : ................................................... (OMITIED)
DA-50 CONCRETE ENCASEMENT ......................................................................... (OMITIED)
DA-51 CONNECTION TO EXISTING STRUCTURES ............................................................ 38
DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION ................... (OMITIED)
DA-53 OPEN FIRE LINE INSTALLATIONS ............................................................. (OMITIED)
DA-54 WATER SAMPLE STATION ......................................................................... (OMITIED)
DA-55 CURB ON CONCRETE PAVEMENT. ............................................................ (OMITIED)
DA-56 SHOP DRAWINGS ...................................................................................................... 38
DA-57 COST BREAKDOWN ...................................................................................... : ........... 39
DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY .................................. 39
DA-59 H .. M.A.C. MORE THAN 9 INCHES DEEP .................................................................... 39
DA-60 ASPHALT DRIVEWAY REPAIR ................................................................... (OMITIED)
DA-61 TOP SOIL .................................................................................................................... 39
DA-62 · WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ... (OMITIED)
DA-63 BID QUANTITIES ........................................................................................................ 40
DA-64 WORK IN HIGHWAY RIGHT OF WAY .......................................................... (OMITIED)
DA-65 CRUSHED LIMESTONE (FLEX-BASE) ...................................................................... 40
DA-66 OPTION TO RENEW ..................................................................................... (OMITIED)
DA-67 NON-EXCLUSIVE CONTRACT ..................................................................... (OMITIED)
DA-68 CONCRETE VALLEY GUTTER .................................................................... (OMITIED)
DA-69 TRAFFIC BUTTONS ..................................................................................... (OMITIED)
DA-70 PAVEMENT STRIPING ..... , ................. :: ..... .' .................................................. (OMITIED)
DA-71 H.M.A.C. TESTING PROCEDURES ............................................................................ 40
DA-72 SPECIFICATION REFERENCES ................................................................................ 41
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
VALVE AND BOX ......................................................................................................... (OMITIED)
DA-74 RESILIENT-SEATED GATE VALVES ......................................................................... 41
DA-75 EMERGENCY SITUATION, JOB MOVE-IN .................................................. (OMITIED)
DA-76 1 %" & 2" COPPER SERVICES .................................................................... (OMITIED)
DA-77 SCOPE OF WORK (UTIL. CUT) .................................................................... (OMITIED)
DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) ........................................ (OMITIED)
DA-79 CONTRACT TIME (UTIL. CUT) ..................................................................... (OMITIED)
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) ................... (OMITIED)
DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) ..................................... (OMITIED)
DA-82 LIQUIDATED DAMAGES (UTIL. CUT) ......................................................... (OMITIED)
DA-83 PAVING REPAIR EDGES (UTIL. CUT) ............. : ........................................... (OMITIED)
DA-84 TRENCH BACKFILL (UTIL. CUT) ................................................................. (OMITIED)
DA-85 CLEAN-UP (UTIL. CUT) ................................................................................ (OMITTED)
DA-86 PROPERTY ACCESS (UTIL. CUT) ............................................................... (OMITIED)
DA-87 SUBMISSION OF BIDS (UTIL. CUT) ............................................................ (OMITTED)
DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) ................................. (OMITTED)
DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT Ill (UTIL. CUT) ................ (OMITIED)
DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) ................................................ (OMITIED)
DA-91 ADJUST WATER VALVE BOXES; ·MANHOLES, AND VAULTS (UTIL. CUT) .............. .
DA-92
DA-93
DA-94
DA-95
DA-96
10/23/08
...................................................................................................................... (OMITIED)
MAINTENANCE BOND (UTIL. CUT) ............................................................. (OMITIED)
BRICK PAVEMENT (UTIL. CUT) .................................................................. (OMITIED)
LIME STABILIZED SUBGRADE (UTIL. CUT) ............................................... (OMITTED)
CEMENT STABILIZED SU BG RADE (UTIL. CUT) ........................................ (OMITIED)
REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) ........................... (OMITTED)
ASC-2
,-
r
[
-
l_
l
~
[_ f
r
L...::
[ __
l~
DA-97
DA-98
DA-99
DA-100
DA-1Q1
DA-102
DA-103
DA-104
DA-105
DA-106
DA-107
DA-108
DA-109
DA-110
DA-111
DA-112
DA-113
DA-114
DA-115
DA-116
DA-117
DA-118
DA-119
10123/08
PART DA -ADDITIONAL SPECIAL CONDITiONS
"QUICK-SET" CONCRETE (UTIL. CUT) ...................................................... (OMITIED)
UTILITY ADJUSTMENT (UTIL. CUT) ............................................................ (OMITIED)
STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) ....... .
•••.•••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••.• 1 ••••• , •••••••••••••••••••••••••••••••••••••••••••• (OMITIED)
LIMITS OF CONCRETE PAVEMENT R·EPAIR (UTIL. CUT) ......................... (OMITIED)
CONCRETE CURB AND GUTTER (UTIL. CUT) ......................... : ..... , ........... (OMITIED)
PAYMENT (UTIL. CUT) ................................................................................. (OMITIED)
DEHOLES (MISC. EXT.) ............................................................................... (OMITIED)
CONSTRUCTION LIMITATIONS (MISC. EXT.) ............................................ (OMITTED)
PRESSURE CLEANING AND TESTING (MISC. EXT.) ................................. (OMITTED)
BID QUANTITIES (MISC. EXT.) .................................................................... (OMITTED)
LIFE OF CONTRACT (IVIISC. EXT.) .............................................................. (OMITTED)
FLOWABLE FILL (MISC. EXT.) .................................................................................. 42
BRICK PAVEMENT REPAIR (MISC. REPL.) ................................................ (OMITIED)
DETERMINATION AND INITIATION OF WORK (MISC. REPL.) .................. (OMITIED)
WORK ORDER COMPLETION TIME (MISC. REPL.) ................................... (OMITTED)
MOVE IN CHARGES (MISC. REPL.) ............................................................ (OMITTED)
PROJECT SIGNS (MISC. REPL.) ................................................................. (OMITTED)
LIQUIDATED DAMAGES (MISC. REPL.) ..................................................... (OMITIED)
TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) .................................. (OMITIED)
FIELD OFFICE .............................................................................................. (OMITIED)
TRAFFIC CONTROL PLAN ........................................................................................ 44
COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS ... (OMITIED)
CATHODIC PROTECTION SYSTEM ............................................................ (OMITTED)
ASC-3
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ............ (OMITTED)
DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE ............................... (OMITTED)
DA-3 PIPE ENLARGEMENT SYSTEM
A. GENERAL:
10/23108
1. Description: This specification includes requirements to rehabilitate existing .
sanitary sewers by the pipe enlargement system, herein called Pipe Bursting or
Pipe Crushing (Pipe Bursting/Crushing). This system includes splitting or bursting
the existing pipe to install a new polyethylene pipe and reconnect existing sewer
service connections . ·
2. Methods: This section specifies the approved system method or process to
include all labor, materials, tools, equipment and incidentals necessary to provide
for the complete rehabilitation of deteriorated gravity sewer lines by the Pipe
Bursting/Crushing systems. Approved methods include : the PIM Corporation (PIM
System), Piscata Way, New Jersey; McLat Construction (McConnell System for
Pipe Crushing), Houston, Texas; and Trenchless Replacement Systems, (TRS
System), Calgary, Canada. Refer to Part D -SPECIAL CONDITIONS 0-34
SIBSTITUTIONS for information regarding pre-approval procedures for alternative
processes .
3. Definition : The Pipe Bursting/Crushing system is defined as the reconstruction of
gravity sewer pipe by installing an approved pipe material, by means of one of the
pre-approved methods set forth in Section A.2 of this specification . The process
involves the use of a static, hydraulic or pneumatic hammer "moling" device,
suitably sized to break out the old pipe or using modified boring "knife" with a
flared plug that implodes and crushes the existing sewer pipe . Forward progress
of the "mole" or the "knife" may be aided by the use of hydraulic equipment or
other apparatus, as specified in the approved methods. The replacement pipe is
either pulled or pushed into the b9re. Th .e method allows for replacement of pipe
sizes from 8" through 21" and/or upsizing in varying increments up to 21 ". This
specification is based on the precedent that the Pipe Bursting/Crushing system
used has been pre-approved by the City of Fort Worth Department of Engineering,
and Fort Worth Water Department.
4. Quality Assurance :
The Contractor shall be certified by the particular Pipe Bursting/Crushing system
manufacturer that such firm is a licensed installer of their system . No other Pipe
Bursting/Crushing system other than those listed in Section A.2. of these
specifications is acceptable.
a . Personnel directly involved with installing the new pipe shall receive training
in the proper methods for joint fusing, handling, and installing the
polyethylene pipe. Training shall be performed by a qualified
representative as determined by the pipe manufacturer.
ASC-4
'.:
r
C
10123/08
PART DA -ADDITIONAL SPECIAL CONDiTiONS
b. Personnel directly involved with installing the new pipe shall receive training
in tl1e proper methods for joint fusing, handling , and installing the
polyethylene pipe . Training shall be performed by a qualified
representative as determined by the pipe manufacturer.
5. Submittals: Submit for review and acceptance, the following Contractor's Work
Plan and Drawings to the Department of Engineering (DOE):
6 .
a. Shop drawings, catalog data, and manufacturer's technical data showing
complete information on material composition, physical properties, and
dimensions of new pipe and fittings . Include manufacturer's
recommendation for handling, storage, and repair of pipe and fittings if
damaged .
b. Location and number of insertion or access pits shall be planned by
Contractor and submitted in writing prior to excavation for approval by
DOE.
C. Method of construction and restoration of existing sewer service
connections. This shall include:
1) Detai l drawings and written description of the entire construction
procedure to install pipe, bypass sewage flow and reconnection of
sewer service connections .
2) Working drawings for information only showing sewage flow bypass,
and maintenance of traffic. Contractor shall provide for continuous
sewerage flow. Dewatering shall be the Contractor's responsibility .
3) Certification of workmen training for installing pipe.
4) Television inspection reports and video tapes made after new pipe
installation.
Delivery, Storage, and Handling:
a. Transport, handle , and store pipe and fittings as recommended by
manufacturer.
b.
C.
If new pipe and fittings . become damaged before or during installation, it
shall be repaired as recommended by the manufacturer or replaced as
required by the Project Manager at the Contractor's expense, before
proceeding further.
Deliver, store and handle other materials as required to prevent damage.
ASC-5
PART DA -ADDITIONAL SPECIAL CONDITIONS
B. MATERIALS :
1. Polyethylene Piping Material: The pipe and fitting material shall be high density,
extra molecular weight (EHMW) polyethylene pipe material conforming to ASTM
01248 , Type Ill , Class C, Category 5 , Grade P34, and have a PPI (Plastic Pipe
Institute) recommended designation of PE3408 and cell classification 345434C per
ASTM D3350 . The molecular weight category shall be extra high (250,000 to
1,500,000) as per the Gel Permeation Chromatography determination procedure
with a typical value of 330 ,000 .
2 .
a. The interior of the pipe shall be a light reflective color to facilitate closed
circuit television inspection .
b. The pipe material shall be listed by the Plastic Pipe Institute (PPI) in PPI
TR-4. The pipe material shall have as hydrostatic design basis of 1600 psi
at 73 F and 800 psi at 140 F.
c. The manufacturer's certification shall state that the pipe was manufactured ·
from one specific resin and shall state the resin used and its source . All
pipe shall be made of virgin material. No rework , except that obtained from
the manufacturer's own production of the same formulation, shall be used.
d. Pipe supplied under this specification shall have a nominal Ductile Iron Pipe
Size inside diameter. The ,.St~mdard Dimension Ratio (SOR) and minimum
pressure rating . of.:the .1 pipe ~h~Jl :be SOR 17 -100 psi. Pipe with a lower
SOR rat io and higher pressure ·rating may be used in lieu of the minimum
specified .
Tests : The Contractor shall be required to send submittals to the City of Fort
Worth on the production material.
a . The pipe manufacturer shall provide certification that samples of the
production product meets these specifications . The certification will state
that production product has been tested in accordance with ASTM D2837,
and validated in accordance with the latest revision of PPI TR-3.
b. The pipe manufacturer shall provide certification that stress regression
testing has been performed on the specific product. Certification shall
include a stress life curve per ASTM D2837 and testing shall have been
performed in accordance with ASTM D2837.
c. Rejection: Polyethylene plastic pipe and fittings may be rejected for failure
to meet any of the requirements of this specification .
C . SEWER SERVICE CONNECTIONS :
1.
10/23108
Sewer Service Connections : Sewer ~ervice connections shall be connected to the
new pipe by mechanical or fusion methods. Once the saddle is secured, a hole
shall be drilled in the pipe the full inside diameter of saddle outlet.
ASC-6
r -
PART DA -ADDITIONAL SPECIAL CONDiTiONS
2. Pipe Saddles: Mechanical saddles shall be made of polyethylene pipe compound
that meets the requirements of ASTM D1248, Class C, have stainless steel straps
and fasteners, neoprene gasket and backup plate . Mechanical saddles shall be
Strap-on-Saddle Type as manufactured by Driscopipe or Tapping Saddle
manufactured by DuPont, or approved equal. Fusion saddles shall be
electrofusion branch saddles as manufactured by Central Plastics Company, or
approved equal.
3. Connection to Existing Service: Connections to the existing sewer service
connections pipe shall be made using flexible couplings. All flexible couplings shall
conform to ASTM C425 and shall be as manufactured by Fernco Joint Sealer Co .,
DFW Plastics, Inc . or approved equal. Backfill at service connections shall be
cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the
service lateral to trench intersection and shall be in accordance with these
specifications.
The Contractor shall, upon request , permit the Engineer to take elevations on both
the existing and new portions of the service connection pole to determine final
grade and invert elevations. Elevat ion changes greater than 0.10 feet from ·the
house lateral pip ing and shall be reconnected as directed by the Engineer.
4. Service Interruptions: Service interruptions to homes shall not exceed 18 hours.
D. PREPARATION :
10/23/08
1. Bypassing Sewage:
2.
a. The Contractor shall bypass the sewage around the section or sections of
sewer to be rehabilitated . The bypass shall be made by plugging existing
upstream manhole and pumping the sewage into a downstream manhole or
adjacent system . or other rn~tho_c;i; .as may be approved by the Engineer.
The pump and bypass .lines shall be of adequate capacity and s ize to
handle the flow without sewage backup occurring to facilities connected to
the sewer.
b . The Contractor shall be responsible for continuity of sanitary sewer service
to each facility connected to the section of sewer during the execution of
the work .
If sewage backup occurs and enters buildings, the Contractor shall be
responsible for clean-up, repair, property damage costs and claims .
Line Obstructions : If pre-installation (TV) inspection reveals an obstruction in the
existing sewer (heavy solids , dropped joints, protruding service taps or collapsed
pipe) which will prevent completion of the pipe bursting/crushing process, and
cannot be removed by conventional sewer cleaning equipment, then an obstruction
removal shall be made by the Contractor, with the approval of the Engineer.
ASC-7
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
3. Sags in Sewer Line : ALL SAGS AND GRADE PROBLEMS IN EXISTING SEWER
LINES SHALL BE CORRECTED AS PART OF THIS CONTRACT. If the pie-
construction television inspection reveals a sag in the sewer line, the Contractor
shall be responsible for bringing the proposed sewer pipe to an acceptable grade
without a sag . A sag is defined as any sewer line segment more than 3 feet in
length which ponds water in the absence of sewage flow. The contractor shall take
the necessary measures to eli minate the sag by the method of: pipe replacement,
digging a sag elimination pit and bringing the bottom of the pipe trench to a uniform
grade in line with the existing pipe invert or by other measures that shall be
acceptable to the Engineer and the City.
4.
a. Identification of Sags: Sags shall be identified by television inspection in
the absence of sewage flow. If available, the Contractor shall be furnished
television tapes from the City identifying the sag location . Flow shall be
blocked at an upstream manhole and diverted to another sewer line or
downstream manhole below the segment of pipe to be inspected . TV
inspection shall be performed in accordance with television inspection of
sanitary sewer lines . Video tapes shall be submitted to the Department of
Engineering for review .
b. Correction of Sags: Sags shall be corrected by open cut and by adding
additional bedding material to bring the sag back to grade where access is
available. For pipe enlargement methods , all sags identified on the pre-
construction video tapes shall be corrected prior to commencing with pipe
enlargement.
In instances where sags are located under existing structures , the existing
sewer line may be relocated using open cut or boring methods. The
Department of Engineering shall specifically review potential relocation's
and evaluate the constructability, economics and engineering feasibility
prior to construction work.
c. Measurement and Payment: Measurement and payment to correct sags
shall be per linear foot of pipe construction to correct the sag . For pipe
bursting methods, open-cut or bore construction , the applicable bid prices
in the proposal section shall !3pply .
Television Inspection : Inspection of the pipelines shall be performed by
experienced personnel trained in locating breaks , obstacles and service
connections by closed circuit color television . Television inspection shall be in
accordance with the specifications contained herewith for "Pre-and Post-
Construction Television Inspection of Sanitary Sewer Lines", Part D -Special
Conditions D-35 and D-38, respectively .
ASC-8
l
f
!
r:
[
I.
l
E.
10/23108
PART DA -ADDITIONAL SPECIAL CONDITIONS
PIPE ENLARGEMENT SYSTEM AND PIPE INSTALLATION:
1.
2.
Site Organization:
a . Insertion or access pits shall be located such that their total number shall
be minimized and the length of replacement pipe installed in a single pull
shall be maximized.
b. Existing manholes shall be utilized wherever practical. Manhole inverts and
bottoms may be removed to permit access for installation equipment.
c. Equipment used to perform the work shall be located away from buildings
so as not to create a noise impact. Provide silencers or other devises to
reduce machine noise as needed to meet requirements.
d. The actual pipe enlargement procedure shall commence prior to 11 :00 AM
in order to afford the contractor ample time to complete all related work
within the allotted workday, which is defined as the hours between 7:00 AM
and 6 :00 PM, so as not to impose on the peace and comfort of persons in
the immediate vicinity. No actual pipebursting work shall be started after
11 :00 AM; all actual pipebursting activity shall cease at 6:00 PM. Other
activities other than the actual' pipebursting may continue after 6:00 PM.
Finished Pipe: The installed replacement pipe shall be continuous over the entire
length of each pipe segment from manhole to manhole and shall be free from
visual defects such as foreign inclusions, concentrated ridges, discoloration,
pitting, vary ing wall thickness, pipe separation, other deformities . Replacement
pipe with gashes, nicks, abrasions, or any such physical damage which may have
occurred during storage and/or handling, which are larger/deeper than 10% of the
wall thickness shall not be used and shall be removed from the construction site.
The replacement pipe passing through or terminating in a manhole shall be
carefully cut out in a shape and manner approved by the Engineer. The invert and
benches shall be streamlined and improved for smooth flow. The installed pjpe
shall meet the leakage requirements of the pressure test specified later.
3 . Pipe Jointing :
a . Sections of polyethylene replacement pipe shall be assembled and joined
on the job s ite above the ground. Jointing shall be accomplished by the
heating and butt-fusion system in strict conformance with the
manufacturer's printed instructions .
ASC-9
10/23108
PART DA -ADDITIONAL SPECIAL CONDITIONS
b. The butt-fusion system for pipe jointing shall be carried out in the field by
operators with prior experience in fusing polyethylene pipe with similar
equipment using proper jigs and tools per standard procedures outlined by
the pipe manufacturer. These joints shall have a smooth, uniform, double
rolled back bead made while applying the proper melt, pressure, and
alignment. It shall be the sole responsibility of the Contractor to provide an
acceptable butt-fusion joint. All joints shall be made available for inspection
by the Engineer before insertion. The replacement pipe shall be joined on
the site in appropriate working lengths near the insertion pit. The maximum
length of continuous replacement pipe which shall be assembled above
ground and pulled on the job site at any one time shall be 600 linear feet.
c. For situations where the replacement pipe is not pulled all the way to the
manhole or if it is imposs ible to pull the missle all the way through, the
following shall apply : At the direction of the Engineer, a 12"-18" full circle
steel clamp shall be utilized to connect segments of the HDPE pipe.
4. New Pipe Installation :
a. Thread winch cable or chain and associated lines through sewer section to
be rehabilitated. Keep lines away from pedestrian and vehicular traffic .
b. Existing manholes may be used for launch and receiving access. Remove
manhole invert and bottom as required. Pull winch chain through sewer
section and attach to cutter and machine head . Lower into launching
manhole, apply winch tension P.ulling the cutter and head into the sewer
until the rear of the machipe :is , fl1,1sh with the manhole wall. Attach steel
starter pipe and atjvanc~; .assemli)ly. until the rear of the steel starter pipe is
flush with the manhole wall. Lower hydraulic jack into the manhole and
align . Insert new pipe by simultaneous operation of the jack and winching
the cutter and head forward.
5. Anchoring New Pipe and Sealing Manholes:
a.
b.
C.
After the new pipe has been installed in the entire length of the sewer
section, anchor the pipe at manholes. The new pipe shall protrude in the
manholes for enough distance to allow sealing and trimming.
Sealing the new pipe at manholes shall not begin for a minimum of ten (10)
hours after installation . Provide a flexible gasket connector in the manhole
wall at the end of the new pipe, centered in the existing manhole wall.
Grout flexible connector in the manhole, filling all voids the full thickness of
the manhole wall.
Restore manhole bottom and invert.
ASC-10
F
r
l
r
6 .
PART DA -ADDITIONAL SPECIAL CONDITIONS
Field Testing:
a. Low Pressure Air Test of Replacement Pipe: After a manhole-to-manhole
section of sanitary sewer main has been pipe burst/crushed and prior to
any service lines being connected to the replacement pipe, the pipe shall
be plugged at each manhole with pneumatic plugs . The design of the plugs
shall be such that they will hold against the test pressure without r~quiring
external blocking or bracing. One of the plugs shall have three air hose
connections; one for the inflation of the plug, one for reading the air
pressure in the sealed line, and one for introducing air into the sealed line.
Low pressure air shall then be introduced into the sealed line until the
internal air pressure reaches 4 .0 psig greater than the average back
pressure resulting from any ground water that may be over the pipe . At
least two minutes shall elapse to allow the pressure to stabilize . The time
required for the internal pressure to decrease from 3.5 to 2.5 psig greater
than the average back pressure resulting from any ground water that may
be over the pipe, shall not be less than the time shown for a given pipe
diameter in the following table :
Carrier Pipe Minimum Elapsed
Diameter (inches) Time (minutes)
8 4
10 5
12 6
15 7
b. Post-Construction Television Inspection of New Pipe: Refer to Special
Condition for Post-Construction Television Inspection of Sanitary Sewer.
F. MEASUREMENT AND PAYMENT:
1.
2 .
3.
10/23108
Pipe Installation: Pipe installation will be measured for payment by the linear foot
of pipe actually installed in the various diameters of sewers measured along the
centerline of the sewer from centerline to centerline of manholes. Payment will be
made for the quantities measured at the unit price per linear foot for the various
sewer diameters listed.
Service Reconnections: Installation of sewer service connections will be measured
for payment by each actually reconnected to the installed pipe. Payment will be
made for the quantities measured at the unit price per each listed. Payment shall
include required excavation and backfill, saddles, flexible connections, and all
other incidentals necessary to successfully reconnect sewer service lines to the
rehabilitated sewer. Payment shall not include pavement replacement, which if
required, shall be paid separately.
Sewer Cleaning by Bucket Machine : Heavy cleaning requiring more than hydraulic
jet cleaning shall be performed by bucket machines. The payment for such
cleaning shall be included in the bid item for Pre:..construction Television
Inspection of Sanitary Sewer Lines .
ASC-11
PART DA -ADDITIONAL SPECIAL CONDITIONS
4. By-pass Pumping : The Contractor sha ll prov ide diversion for the flow of sewage
around the section or sections of pipe designated for rehabilitation . The pumps
and by-pass lines shall be of adequate capacity and size to handle all flows . All
costs for by-pass pumping required during installation of the pipe shall be
subsidiary to pipe enlargement.
5. Subsidiary Work: Any damage to utilities and property, resulting repairs,
temporary seNice costs , etc. shall be borne by Contractor. Repair and/or
replacement of fences, sprinkler system piping and other such restoration work
resulting from Contractor activities shall be considered subsidiary to the cost of the
project and no additional payment will be allowed .
6 . Testing: All cost for testing the replacement pipe by a pressure method will be
incidental to pipe installation.
DA-4 FOLD AND FORM PIPE ........................................................................ (OMITTED)
DA-5 SLIPLINING ........................................................................................ (OMITTED)
DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT
A. GENERAL:
1. Furnish materials and necessary accessories , with strengths, thickness, coatings,
and fittings indicated, specified and/or necessary to complete the work .
2. All excavation shall provide 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 to 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:
10123108
1. Casing Pipe : Casing pipe shall be steel conforming to ANSI 836.1 O and the
following:
2 .
a. Field Strength: 35,000 psi minimum.
b. Wall thickness : 0.375 in . minimum (0.5 for railroad crossings).
c. Diameter: As shown on the drawings (minimum size requirements).
d. Joints : Continuous circumferential weld in accordance with AWS 01 .1 .
Carrier Pipe in Casing : Carrier pipe shall be as shown on drawings and as
specified in the General Contract Documents .
ASC-12
r
(
I
l
[
f~
C
C
! I
4 .
PART DA -ADDITIONAL SPECIAL CONDi'fiONS
Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile lrnn pipe, or
as designated on the plans .
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
10/23/08
1.
2 .
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.
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 . The boring shall proceed from a pit provided for the boring equ ipment 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 w ill be permitted only to
the extent required to lubricate cuttings. Jetting or sluicing will not be
permitted.
ASC-13
10123/08
PART DA -ADDITIONAL SPECIAL CONDITiONS
b. In unconsolidated soil formations , 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.
c. Allowable ·variation 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 "skids" 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 preservative. 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 provided .
d. At all bored, jacked, or tunneled installations, the annular 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 required by the
Engineer.
5. Boring and Jacking Ductile Iron Pipe without Casing Pipe :
a.
b .
C.
d.
As indicated on drawings and as required and directed by the Eng ineer
sewer shall be constructed of bore and jacked ductile iron pipe .
When a casing 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.
Bore and jack in accordance with paragraph C.3 . above.
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 .
ASC-14
-
[
D.
6.
PART DA -ADDITIONAL SPECIAL CONDITIONS
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.
a .
b.
When tunneling is permitted, the lining of the tunnel shall be of sufficient
strength of support the overburden . The Contractor shall submit the
proposed liner method to the Engineer 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 Contractor of the
responsibility for the adequacy of the liner method.
The space between the tunnel liner and the limits of excavation shall be
pressure grouted or mud-jacked.
c. Access holes for placing concrete shall be space at maximum intervals of
10 feet.
MEASUREMENT AND PAYMENT: Installation 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 ax is 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 preparation, 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 the 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:
10123/08
The casing pipe for open cut and bored or tunneled section shall be AWWA C-200
Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of
E 1-15, E 1-5 and E 1-9 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 outside of casing pipe, coal-tar protective coating in accordance
with 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. Minimum thickness for casing pipe used shall be 0 .375 inch.
ASC-15
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 :
Boring used on this project shall be in accordance with the material standard E 1-15 and
Construction standard E2-15 as per Fig. 11 O of the General Contract Documents .
A For the inside and outside of casing pipe, coal-tar protective coating in accordance
with the requirements of Sec. 2.2 and related sections in AWWA C-203 .
B. Touch-up after field welds shall provide coating equal to those specified above .
C. Minimum thickness for casing pipe used shall be 0.375 inch .
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.
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.
DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR
A GENERAL: The work covered by this item consists of furnishing all labor, material,
equipment, supervision, etc. necessary to construct a point repair on the portion of a
service line located within a utility easement, street right-of-way or on private property.
Point repairs on private property shall only be addressed after the Contractor has received
written permission from the property owner to do the work. A blank Right-of-Entry
Agreement form to be completed by the Contractor and the individual property owners is
included at the end of this section . The Contractor shall keep a record copy of all Right-
of-Entry forms obtained and have it on hand at all times during construction.
The street addresses and approximate location of service line repairs are shown in
Table_ and the Field Survey Forms in Attachment _. It shall be the Contractors
· responsibility to accurately field locate the exact point of repair.
B. MATERIALS:
10/23/08
The pipe replacement material shall be gasketed joint, gravity PVC sewer pipe (ASTM 0-
3034, SDR 26) and have a minimum cell classification of 12454 A or B as defined in
ASTM D-1784. Installation shall be in strict compliance with the manufacturer,
recommendations and the Uni-Bell Plastic Pipe Association. The method of jointing the
ends of the replaced pipe with the exist ing pipe shall be water tight. ·
ASC-16
r I _
,-.
C.
10123/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
EXECUTION:
1. After the location of the point repair is determined, the Contractor shall excavate
and remove the damaged pipe and replace with new pipe . The minimum length of
pipe replaced shall be three (3) feet. All work shall be performed by a licensed
plumber. Determine whether additional lengths of line beyond "minimum length"
criteria need replacement. Report need for additional replacement to City and
obtain approval before proceeding.
2.
3 .
The Contractor shall excavate, shape the bottom of the trench and place the
required pipe · bedding so that the grade of the replaced pipe matches the existing
service line grade.
Numerous service line po i nt repairs along with lateral line point repairs and
obstruction removals are located in areas which in many instances will require the
removal of existing landscaping, structures, sidewalks, driveways , etc. Items
removed or disturbed shall replaced or restored to original conditions or better.
4 . Removal of Debris: Excess excavated material and debris are to be removed from
the work site daily. Cost of hauling excess excavation and debris is to be included
in the price bid for "Service Line Point Repair".
5 .
6.
7.
Roof and Yard Drains: At the locations indicated in Table of the Attachments .
The Contractor shall disconnect roof and yard drains from the sanitary sewer
service line . For yard drains, the Contractor shall excavate and remove the drain
from the yard and plug the line at the property line. For roof drains, the Contractor
shall remove the downspout from the drain line and plug the line to prevent inflow.
In addition, the Contractor shall install an elbow fitting at the bottom of the
downspout to direct runoff, away from the building, and a concrete splash pad to
prevent erosion .
. ;,
Disconnected Service Lines : At the locations indicated in Table of
Attachments __ to the Special Contract Documents, the Contractor shall remove
the service line no longer in use by excavating at the property line and plugging the
service line.
Abandonment of Point Repair: If a pipe is exposed and found in good condition,
not requiring a point repair, not ify City Engineer who will record abandonment of
po int repair.
Backfill the excavation, replace pavement or sidewalk and repair and seed or sod
unpaved areas.
8. Cleanout Repair: The Contractor shall make appropr iate repairs to cleanouts as
indicated in Table and as shown on the PLANS. All cleanout repair wo rk shall
be performed by a licensed plumber.
a . General
ASC-17
PART DA -ADDITIONAL SPECIAL CONDITIONS
A. GENERAL
1. Scope
This section governs all work, materials and testing required for the application of
interior manhole coat ing. Manholes designated for interior coating are listed on the
Manhole Rehabilitation Schedule . Interior manhole coating shall meet the
requirements of th is Section or of Section DA -12 , DA-13, DA-15, DA-16 or DA-17 .
2. Description
The Contractor shall be responsible for the furnishing of all labor, superv1s1on,
materials , equipment, and testing required for the completion of interior coating of
manholes in accordance with the Contract Documents.
3. Manufacturer's Recommendations
Materials, mixture ratios, and procedures utilized for the coating process shall be in
accordance with manufacturer's recommendations.
4 . Manholes
Manholes to be coated are of brick, block, or concrete construction. All manholes
shall have a minimum of one-half (1/2) inch specialty cement-based coating
material (Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the
original interior surface .
8 . MATERIALS
10/23108
1. Scope
This section governs the materials required for completion of interior coating of
manholes .
2. Interior Coating
The interior coating shall be a proprietary two component, 100 percent solids , rigid
polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc.
3. Specialty Cement
The specialty cement-based coating material shall be either Quadex QM-1s as
manufactured by Quadex, Inc . or Reliner MSP as manufactured by Standard
Cement Materials .
ASC-22
r-
C.
,_
10/23/08
4 .
5 .
PART DA -ADDITIONAL SPECIAL COND1Ti0NS
Material Identification
The interior manhole coating material sprayed onto the surface of the manhole
shall be a urethane resin system formulated for the application to a sanitary sewer
environment. The spray system shall exhibit the physical properties as follows:
Property
Tensile Strength
Flexural Stress
Flexural Modulus
Mixing and Handling
Standard
ASTM 0-638
ASTM D-790
ASTM D-790
Long Term Value
5,000 psi
10,000 psi
550,000 psi
Mixing and handling of specialty cement material and interior coating material,
which may be toxic under certain conditions shall be in accordance with the
recommendations of the manufacturer and in such a manner as to minimize
hazard to personnel. It is the responsibility of the Contractor to provide appropriate
protective measures to ensure that materials are under control at all times and are
not available to unauthorized personnel or animals. All equipment shall be subject
to the approval of the Engineer. Only personnel thoroughly familiar with the
handling of the coating material shall perform the spray coating operations and
coating installations.
EXECUTION
1.
2.
General
Manhole coating shall not be installed until sealing of manhole frame and grade
adjustments, or partial manhole replacement when required for the manhole per
the Manhole Rehabilitation Schedule, is complete .
Temperature
Normal interior coating operation shall be performed at temperatures of 40oF or
greater. No application shall .be made when freezing is expected within 24 hours .
3 . Interior Manhole Coating
a. The interior coating shall be applied to the manhole from the bottom of the
frame to the bench, down to the top of the trough.
b. The interior coating shall be installed in accordance with the manufacturer's
recommendations and the following procedure.
1) The surface shall be thoroughly cleaned of all foreign materials and
matter. Cleaning shall be accomplished by using high pressure
water spray (minimum 3500 psi at spray tip), cleaning with muriatic
acid, degreaser, or other solvents as needed in order to remove any
film or residue on the surface.
ASC-23
PART DA -ADDITIONAL SPECIAL CONDITIONS
2) Place covers over the invert to prevent extraneous material from
entering the sewers.
3) Apply a minimum of one-half (1/2) inch specialty cement product
(Quadex QM-1 s or Reliner MSP) smooth surface for the urethane
coating material.
4) Spray the urethane onto the manhole wall and bench/trough with a
minimum thickness of 125 mils (0.125 inches). Thickness to be
verifiable through the use of methods acceptable to the Engineer.
5) Coat trough area with specialty cement product (Quadex QM-1 s or
Reliner MSP) .. · 1. •
1. Testing of Rehabilitated Manholes
a. Testing of rehabilitated manholes for watertightness shall be performed by
the Contractor after operations are complete in accordance with
Section DA-21.
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot, measured from the
bottom of the frame to the top of the bench . The Contract Unit Price shall be payment in
full for performing the work and for furnishing all labor, supervision, materials, equipment
and material testing required to complete the work. Grouting, if necessary, shall be
included in the above unit price. Grouting of the pipe seals, bench and trough, and lower
portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or
required to be done by the Engineer, shall be paid for separately at the Contract Unit
Price .
DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM
A. GENERAL
10/23/08
1. Scope
This section governs all work, materials and testing required for the application of
interior manhole coating . Manholes designated for interior coating are listed of the
Manhole Rehabilitation Schedule, listed in Section I. Interior manhole coating shall
meet the requirements of this Section, or of Section DA-12, DA-13, DA-14, DA-16
or DA-17.
2. Description
The Contractor shall be responsible for the furnishing of all labor, supervision,
materials, equipment, and testing required for the completion of interior coating of
manholes in accordance with the Contract Documents.
ASC-24
,:
,--
r
'
'
-
[ .
r
l.
,-
r
3.
4 .
PART DA -ADDITIONAL SPECIAL CONDITIONS
Manufacturer's Recommendations
Materials, mixture ratios, and procedures utilized for the coating process shall be in
accordance with manufacturer's recommendations .
Manholes
Manholes to be coated are of brick, block, or concrete construction . All manholes
shall have a minimum of one-half (1/2) specialty cement-based coating material
(Quadex QM-1 s or Reliner MSP) sprayed or trowel led on coating over the orig inal
interior surface .
B. MA TE RIALS
10/23108
1. Scope
This section governs the materials required for completion of interior coating of manholes.
2.
3 .
4 .
5 .
Interior Coating
Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100%
solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven
Lining systems and designated as Raven 405.
Specialty Cement
The specialty cement-based coating material shall be either Quadex QM-1s as
manufactured by Quadex , Inc . or Reliner MSP as manufactured by Standard
Cement Materials.
Material Identification
Contractors will completely identify the types of grout, mortar, sealant, and/or root
control chemicals proposed and provide case histories of successful use or defend
the choice of grouting materials based on chemical and physical properties, ease
of application , and expected performance. These grouting materials shall be
compatible with Raven 405 interior coating . The contractor shall be responsible for
getting approval from Raven Lining systems and/or the grout manufacturers for the
use of these grouting materials .
Mixing and Handling
Mixing and handling of interior coating, which may be toxic under certain conditions
shall be in accordance with the recommendations of the manufacturer and in such
a manner as to minimize hazard to personnel. It is the responsibility of the
Contractor to provide appropriate protective measures to ensure that materials are
under control at all times and are not available to unauthorized personnel or
animals. All equ i pment shall be subject to the approval of the Engineer . Coating
shall be performed only by certified applicators approved by the manufacturers .
ASC-25
PART DA -ADDITIONAL SPECIAL CONDITiONS
C. EXECUTION
10123108
1. General
Manhole coating shall not be performed until sealing of manhole from frame and
grade adjustments, partial manhole replacement, manhole grouting or sewer
replacement/repairs are complete .
2. Temperatures
Normal interior coating operation shall be performed at temperatures of 40oF or
greater. No application shall be made when freezing is expected within 24 hours.
3. Interior Manhole Coating
a. Manholes scheduled for interior coating are shown on the Manhole
Rehabilitation Schedule. The interior coating shall be applied to the
manhole from the bottom of the manhole frame to the bench/trough,
including the bench/trough .
b . The interior coating shall be installed in accordance with the manufacturer's
recommendations and the following procedure.
1) The surface preparation shall comply with the requirements of
Section DA-11, SURFACE PREPARATION FOR MANHOLE
RESTORATION.
2) Apply a minimum of one-half (1/2) inch specialty cement-based
product (Quadex QM-1 s or Reliner MSP) smooth surface for the
urethane coating material.
3)
4)
5)
6)
The surface prior to application may be damp but shall not have
noticeable free water droplets seeping or running water. Material
shall be spray applied per manufacturer's recommendations with a
minimum thickness of 125 mils (0 .125 inch).
After the walls are coated, the wooden bench covers shall be
removed and the bench sprayed to the same average and minimum
thickness as required for the walls.
The final application shall have a minimum of three (3) hours cure
time or be set hard to the touch, before being subjected to active
flow.
No applications shall be made to frozen surfaces or if freezing is
expected to occur .inside the manhole within 24 hours after . .
application.
ASC-26
r·
j
,-
[
[
[
[
r~
!
[
[
[
[
l
l
r. -
I
\-
D.
4.
PART DA -ADDITIONAL SPECIAL CONDITIONS
Testing of Rehabilitated Manholes
a. After the epoxy liner has set (hard to touch), all visible pinholes shall be
repaired . Repairs shall be made by lightly abrading the surface and
brushing the lining material over the area . All blisters and evidence of
u·neven cover shall be repaired according to the manufacturer's
recommendations. Spot check of coating thickness may be made by
Owner's Representative, and the contractor shall repair these areas as
required, at no additional cost to the Owner.
b. Testing of rehabilitated manholes for watertightness shall be performed by
the Contractor after operations are complete in accordance with
Section DA-21 -VACUUM TESTING OF REHABILITATED MANHOLES .
MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot, measured from the
bottom of the frame to the top of the bench . The Contract Unit Price shall be payment in
full for performing the work and for furnishing all labor, supervision, materials, equipment
all testing necessary to complete the work . Payment for grouting of pipe seals, bench and
trough and manhole walls shall be based on the Contract Unit Price for each manhole
actually grouted.
DA -16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY
LINER ................................................................................................ (OMITIED)
DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ........................ (OMITIED)
DA-18 RIGID FIBERGLASS MANHOLE LINER~ ................................................. (OMITIED)
DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION ................................. (OMITIED)
DA-20 PRESSURE GROUTING
A.
10123/08
GENERAL
1. Scope. This Section governs all work, materials and testing required for the
pressure grouting of manhole defects. Manholes or sections of manholes with
active leaks shall be repaired as indicated in the Manhole Rehabilitation Schedule.
2. Description. The Contractor shall be responsible for the furnishing of all labor,
supervision, materials, equipment, and testing required for the completion of
pressure grouting of manhole defects in accordance with the Contract Documents .
3. Manufacturer's Recommendations . Materials, additives, mixture ratios, and
procedures utilized for the grouting process shall be in accordance with
manufacturer's recommendations.
4. Manholes . Manholes to be grouted are of brick, concrete, or fiberglass
construction .
ASC-27 '
PART DA -ADDITIONAL SPECIAL CONDITIONS
A. MATERIALS
10/23108
1. Grouting Materials:
a. Urethane Gel Grout: Urethane gel grout, such as Scotch-Seal 5610 gel or
equal shall be a hydrophilic polymer. The chemical shall be mixed within
the range of from 8 to 10 parts of water and shall contain a reinforcing
agent supplied by the same manufacturer. The material shall gel and cure
to a tough flexible elastomeric condition . When wet, the gel shall exhibit
strength properties of at least 25 psi tensile at 150 percent elongation. The
material shall not change in linear dimension more than eight percent when
subjected to wet and dry cycles.
b.
a.
The . chemical grout shall be applied so as to have the grout material flow
freely into the defects. To avoid any wastage of the material flowing
through the defects, a gel control agent may be added . The following
properties shall be exhibited by the grout:
1) Documented service of satisfactory performance in similar usage .
2) Controllable reaction times and shrinkage through the use of
chemicals supplied by the same manufacturer. The minimum gel
set time shall be established so that adequate grout travel is
achieved.
3) Resistance to chemicals; resistant to most organic solvents, mild
acids and alkali.
4) Compressive recovery return to original shape after repeated
deformation.
5) The chemical shall be essentially non-toxic in a cured form.
6) Sealing material shall not be rigid or brittle when subjected to dry
atmosphere. The material shall be able to withstand freeze/thaw
and moving load condit ions ..
' 7) Sealing material shall be noncorrosive.
A reinforcing agent such as Scotch-Seal Brand 5612 reinforcing agent or
equivalent shall be utilized in accordance with manufacturer's
recommendations. Any 5612 reinforcing agent which contains lumps must
be discarded. Care must be taken to be sure that the pH of the water in the
tank is from 5 to 9. As a precaution against the possibility of the pH being
outside this range, take a small amount of water from the tank to which Gel
Reinforcing Agent 5612 is to be added . Add a few drops of 5612 to this
test sample. Scotch-Seal Brand Gel Reinforcing Agent 5612 should ·
disperse readily . If precipitation occurs, drain the tank and retest. Repeat
as necessary until dispersion occurs . If dispersion does not occur, do not
use the water source.
ASC-28
r
[
l
r
[
[_
,--
1
I
r
L
r
[_
--
1.
2.
3 .
4 .
PART DA -ADDITIONAL SPECIAL CONDITIONS
b . A fii ler material such as .Ceiite 292 (diatomaceous earth) from Johns
Mansville or equivalent shall be utilized. The addition of the filler material
shall not exceed the quantity specified by the manufacturer, and continuous
agitation of the water side of the mixture is required . The filler material may
also b~ utilized as a reinforcing agent in accordance with the urethane gel
grout manufacturer's recommendations .
Additives: Grout additions may be utilized for catalyzing the gel reaction , inhibiting
the gel reaction, buffering the solution, lowering the freezing temperature of the
solution, acting as a filler, providing strength or for inhibition of root growth .
Root Control : A root inhibiting chemical such as dichlobenil shall be added to the
chemical grout mixture at a safe level of concentration and shall have the ability to
remain active within the grout for a minimum of 12 months.
Material Identification: Contractor shall completely identify the types of grout,
mortar, sealant, and/or root control chemicals used and provide case histories of
successful use or defend the choice of grouting materials based on chemical and
physical properties , ease of application , and expected performance , to the
satisfaction of the Engineer.
Mixing and Handling: Mixing ,. a,:id·, handling of chemical grout and forming
constituents, which may be toxic under certain conditions shall be in accordance
with the recommend _ations of the manufacturer and in such a manner as to
minimize hazard to personnel. It is the responsibility of the Contractor to provide
appropriate protective measures to ensure that chemicals or gels produced by the
chemicals are · under control at all times and are not available to unauthorized
personnel or animals. All equipment shall be subject to the approval of the
Engineer. Only personnel thoroughly familiar with the handling of the grout
material and additives shall perform the grouting operations.
C. EXECUTION
10/23/08
1. General. Manhole grouting shall not be performed until sealing of manhole frame
and grade adjustments, part ial manhole replacement, or manhole repairs are
complete .
2 . Preliminary Repairs :
a.
b.
Seal all unsealed lifting holes, unsealed step holes, voids larger than
approximately one-half (1/2) inch in thickness . All cracked or deteriorated
material shall be rernoved:.from t.he area to be patched and replaced with
Octocrete , as mar,iufactured by IPS Systems, Inc. or equal, in accordance
with manufacturer's specifications.
Cut and trim all roots within the manhole .
ASC-29
PART DA -ADDITIONAL SPECIAL CONDITIONS
3. Temperature . Normal grouting operations including application of interior coating
shall be performed in accordance with manufacturer's recommendations.
4 . Grouting Material Usage. Grouting of the manhole may include corbel, wall , pipe
seals , manhole joints, wall to flattop joint, and/or bench/trough. Areas of the
manhole designated to be grouted will be directed by the Engineer. If entire
manhole is scheduled for grouting, grouting shall include the entire manhole
including corbel, wall, pipe seals and bench/trough. Pipe seal grouting shall
include all pipe seals in the · specified manhole and grouting of the specified
manhole including the bench/trough to the maximum height of 18 inches from the
crown.
5. Drilling and Injection:
a. Injection holes shall be drilled through the manhole wall at locations
indicated in the appropriate detai l(s).
b. Grout shall be injected through the holes under pressure with a suitable
probe . Injection pressure shall not cause damage to the manhole structure
or surrounding surface features. Grout shall be injected through the lowest
holes first. The procedure shall be repeated until the manhole is externally
sealed with grout.
c. Grouting from the ground surface shall not be allowed.
d. Grout travel shall be ver ified by observation of grout to defects or adjacent
injection holes. Provide additional injection holes , if necessary, to ensure
grout travel.
e. Injection holes shall be deane:c:f ·with a drill and patched with a waterproof
quick setting mortar for brick and concrete manholes.
6. Testing of Rehabilitated Manholes. Testing of rehabilitated manholes for water
tightness shall be performed by the Contractor in the presence of the Engineer in
accordance with the requirement of Section DA-21, VACUUM TESTING OF
REHABILITATED MANHOLES of these specifications .
D. MEASUREMENT AND PAYMENT
10123/08
If the entire manhole is grouted, the ·Contract Unit Price shall be per vertical foot grouted
as indicated on the Manhole Rehabilitat ion Schedule included in these specifications or dS
required by the Engineer.
Payment for grouting pipe seals, bench and trough, and 18 inches above crown of pipe,
and grouting flattop to wall joint, shall be based on the Contract Unit Price per each
manhole rehabilitated as indicated on the Manhole Rehabilitation Schedule. The Contract
Unit Price shall be payment in full for performing the work and for furnishing all labor,
supervision, materials, equipment , preliminary repairs and testing necessary to complete
the work including grouting with urethane grout.
ASC -30
r
[
r
[
[
[
[
[
L
[
,.
r
I -
--
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES
A. GENERAL
B.
C .
10123/08
Scope . Th is section describes manhole testing to effectively confirm the watertight
integrity of existing manholes following structural ,infiltration and inflow related repairs and
that the · appearance of the work is acceptable .
Description :
Infiltration may be observed in manhole defects at manhole walls , pipe seals or
bench/trough areas . Infiltration related repairs are intended to eliminate leakage of
groundwater into manholes .
Inflow may be observed in manhole defects at manhole frames , covers, frame seals ,
grade adjustments, grade adjustment seals , corbels, or walls. Inflow related repairs are
intended to eliminate sources of surface water entry that become active during rainfall
events.
Structural repairs may be required when making 1/1 related manhole repairs. Structural
repairs may include defects in any manhole components but not displaying 1/1.
Testing, Observatio.ns and Guarantee Periods:
The testing required shall be performed by the Contractor at locations designated by the
Engineer and documented to the satisfaction of the Engineer.
Any new or rehabilitated manholes that are observed to be leaking by the Engineer during
periods of high groundwater or during inflow conditions shall be subject to additional
repairs . The Contractor shall be responsible for all additional repairs required on these
unsatisfactory manholes during the guarantee period .
All manhole rehabilitation work shall be warranted to be free of defects and of good
workmansh ip for a minimum of three (3) years from the date of final acceptance of the
project. Any manhole repairs completed by the Contractor which fail during the warranty
period shall be repaired to the satisfactio11 of the City at no additional cost to the City.
MATERIALS -Not specified.
EXECUTION
Infiltration Testing:
All interior coated manholes and all partial replacement manholes shall be observed
(tested) by the Contractor in the presence of the Engineer for sources of infiltration.
Observations w ill be made during high groundwater conditions , wherever possible.
ASC-31
10/23108
PART DA -ADDITIONAL SPECIAL CONDITIONS
Manholes shall be tested after installation with all connections (existing and/or proposed)
in place. Drop-connections and gas sealing connections shall be installed prior to test ing .
The lines entering the manhole shall be temporarily plugged with the plugs braced to
prevent them from being drawn into the manhole. The plugs shall be installed in the lines
beyond drop-connections, gas sealing connections, etc. The test head shall be placed
inside the frame at the top of the manhole (so that the manhole frame seal is tested) and
inflated in accordance with the manufacturer's recommendations. A vacuum of 10 inches
of mercury shall be drawn, and the vacuum pump will be turned off. With the valve closed,
the level of vacuum shall be read after the required test time. If the drop in the level is less
than 1-inch of mercury (final vacuum greater than 9-inches of mercury), the manhole will
have passed the vacuum test. After a successful test, the temporary plugs will be
removed. The required test time is determined from Table I.
Table I
MINIMUM TIME REQUIRED FOR A VACUUM DROP
OF 1" Hg (1 O"Hg -9"Hg) (SEC)
DEPTH OF M.H. 48-lnch Dia. 60-lnch Dia . 72-lnch Dia.
(FT.} Manhole Manhole Manhole
8 20 sec. 26 sec. 33 sec.
10 25 sec. 33 sec. 41 sec.
12 30 sec. 39 sec. 49 sec.
14 35 sec. 45 sec. 57 sec.
16 40 sec. 52 sec. 67 sec.
18 45 sec. 59 sec. 73 sec.
** T=5 sec. T=6.5 sec. T=8 sec.
**For all Manholes over 18 feet in depth, add "T" seconds as shown for each respective
diameter for each two feet of additional depth of manhole to the time shown for that 18
foot depth. [Example: A 30 (thirty) foot deep, 48 (forty-eight) inch Manhole Total Test Time
would be 75 .0 seconds. 45 .0+6(5.0)=75.0 seconds] (Values listed above are extrapolated
from ASTM C924-85).
Manhole vacuum levels observed to drop greater than 1-inch of mercury (Final vacuum
less than 9-inches of mercury) will have failed the test and will require additional
rehabilitation. The Contractor shall make the necessary repairs to the already completed
rehabilitation work at no additional compensation. If the failure of the vacuum test is
determined to be due to preexisting conditions not on the manhole rehabilitation schedule
for that manhole, this additional work may be authorized by the Owner's Representative.
After completion of the additional rehabilitation the manhole shall then be re-tested as
described above until a successful test is made. Only one payment for manhole vacuum
testing will be made on each manhole.
Vacuum testing is required on all manholes having interior rehabilitation.
ASC-32
-
r ·
,-
r-
r
[
[
r-
1
---
-
---
PART DA -ADDITIONAL SPECIAL CONDITIONS
Inflow Testing:
All partially rehabilitated manholes shall be dyed water tested unless the manhole has
successfully passed the vacuum test. Manholes shall be dyed water tested in the
presence of the Engineer. The dye test shall consist of apply ing a concentrated dye
solution around the manhole frame . Dyed water shall be app li ed for at least ten minutes.
Manholes observed to be actively leaking greater than one drip per five seconds will have
failed the test and will not be acceptable. Manholes failing the test will require additional
rehabilitation by the Contractor at no additional compensation. ·
Other Testing:
One (1) rehabilitated manhole will be randomly selected for further testing. A laboratory
selected by the City will take core samples of wall sections of manholes with wall coatings.
Testing of the core samples will be done to evaluate material thickness, compressive
strength, flexural strength and slant shear bond strength. The following are the minimum
required strengths for cementitious and non-cementitious wall coatings:
Compressive Strength. Compressive strength shall conform to ASTM C 495 and C 109
and shall meet or exceed a minimum 28-day break of 4,000 psi.
Flexural Strength . Flexural strength shall conform to ASTM C 348 and shall meet or
exceed a minimum 28-day break of 1,200 psi.
Slant Shear Bond Strength. Slant shear bond strength shall conform to ASTM 882
modified and shall meet or exceed a minimum 28-day break of 2,400 psi.
If the manhole tested fails to pass any of these requirements, another manhole shall be
selected and tested. If the second manhole fails, the City may, at its option, stop work
until the Contractor can provide assurance that testing requirements can be met.
Guarantee :
Contractor shall warrant that the workmanship and materials a re free from defects and
that the manholes are sealed from inflow and infiltration for a period of three (3) years from
the date of final acceptance of the project.
D. MEASUREMENT AND PAYMENT
10/23108
Payment for manhole vacuum testing shall be made at the Contract Unit Price bid for each
Manhole Vacuum Test actually performed and passed and the appearance of the
completed manhole is visually acceptable . Payment shall be full compensation for all
labor and materials necessary to complete each test. No payment will be made for
additional vacuum tests or any dyed water testing.
Payment for manhole core testing, including all labor and mate rials necessary to complete
each test, shall be made at the Contract Unit Price bid for each Manhole Core Test
actually performed and passed .
ASC-33
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-22 FIBERGLASS MANHOLES .................................................................... (OMITTED)
DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES
The contractor shall be responsible for locating and marking all previously exposed manholes and
water valves in each street of this contract before the resurfacing process commences for a
particular street.
The contractor shall attempt to include the Construction Engineer (if he is available) in the
observation and marking activity. In any event a street shall be completely marked a minimum of
two (2) working days before resurfacing beg ins on any street. Marking the curbs with paint is a
recommended procedure.
It shall be the contractors responsibility to notify the utility companies that he has commenced
work on the project. As the resurfacing is completed (within same day) the contractor shall locate
the covered manholes and valves and expose them for later adjustment. Upon completion of a
street the contractor shall notify the utilities of this completion and indicate the start of the next
one in order for the utilities to adjust facilities accordingly. The following are utility contacts:
Company Telephone Number
Fort Worth Water Department817-871-8296
Fort Worth TPW 817-392-8100
Charter Communications 888-438-2427
MCI 800-624-9675
AT&T 817-338-6202
Texas One Call 800-344-8377
Atmos Energy 800-817-8090
Verizon 800-483-1000
Oncer Electric Delivery 888-215-6688
Of course, under the terms of this contract, the contractor shall complete adjustment of the storm
drain and Water Department facilities, one traffic·· lane af a time within five (5) working days after
completing the laying of proposed H.M.A.C. overlay adjacent to said facilities.
Any deviation from the above procedure and allotted working days may result in the shut down of
the resurfacing operation by the Construction Engineer.
The contractor shall be responsible for all materials, equipment and labor to perform a most
accurate job and all costs to the contractor shall be figured subsidiary to this contract.
DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER
These provisions require the contractor to remove all failed existing curb and gutter, as
designated by the Construction Engineer, and replace with standard concrete curb and gutter,
laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No.
104 "Removing Old Concrete ", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2
through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the
Standard Spec ifications . Contractor shall saw cut the curb and gutter and pavement prior to
removal. Included , and figured subsidiary to this unit price, will be the required sawcut excavation,
10123/08 ASC-34
r
,-
r
r
I
I .. _
r
r
I ~-
--
PART DA -ADDITIONAL SPECIAL CONDITIONS
as per specification Item No . 106 "Unclassified Street Excavation ", into the street to aid in the
construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day
haul-off of the removed material to a su itable dump site . The street void shall be filled with
H.M .A.C. "Type D" mix as per specification No. 300 "Asphalts, Oils and Emulsions ", Item No. 304
"Prime Coat" and Item No . 312 "Hot Mix Asphaltic Concrete " and compacted to standard City
densities and top soil as per specification item No . 116 "Top Soil ", if needed , shall be added and
leveled to grade behind the curb. Ex isting improvements within the parkway such as water
meters, sprinkler system, etc . damaged during construction shall be replaced with same or better
at no cost to the City. ·
Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of
demolition to date of completion . If the contractor fails to comp lete the work within fourteen (14)
calendar days, a $100 dollar liquidated damage will be assessed per block per day .
The unit price bid per linear foot shall be full compensation for all materials , labor, equipment and
incidentals necessary to complete the work .
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS
This item shall include the removal and replacement of existing concrete driveways, due to
deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate
ponding water with same day haul-off of the removed material to a suitable dump site . For
specifications governing this item see Item No . 104 "Removing Old Concrete", Item No. 504"
Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No.
S-S5 of the Standard Spec ifications .
· The unit price bid per square yard shall be. full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the work.
DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE
The contractor shall remove all existing deformed H.M.A.C . pavement and/or bad base material
that shows surface deterioration and/or complete failure. The Engineer will identify these areas
upon which time the contractor will begin work. The failed area shall be saw cut, or other similar
means, out of the existing pavement in square or rectangular fash ion . The side faces shall be cut
vertically and all failed and loose material excavated . As a part of the excavation process, all
unsatisfactory base material shall be removed, if required, to a depth sufficient 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
remaining 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 removal as outlined above, the contractor shall place the
permanent pavement patch, with "Type D" surface mix . This item will always be used even if no
base improvements are requ ired. The proposed H.M.A.C. repair shall match the existing
pavement section or the depth of the failed material, whichever is greater. However, the patch
thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness
will not exceed 6". Before the patch layers are applied, any loose material, mud and/or water shall
be removed . A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the
surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift.
10/23/08 ASC-35
PART DA -ADDiTiONAL SPECiAL CONDiTiONS
Compactions of the mix shall be to standard densities of the City of Fort Worth, made in
preparation to accept the recycl ing 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-2'7 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" TOO" DEPTH 5.0' WIDE ........................................... (OMITTED)
DA-29 BUTT JOINTS -MILLED ........................................................................ (OMITTED)
DA-30 2" H.M.A.C. SURFACE COURSE (TYPE. "D" MIX) ..................................... (OMITTED)
DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ............................. (OMITTED)
DA-32 NEW 7" CONCRETE VALLEY GUTTER .................................................. (OMITTED)
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP ............................................. (OMITTED)
DA-34 8" PAVEMEN PULVERIZATION ............................................................. (OMITTED)
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ............. (OMITTED)
DA-36 RAISED PAVEMENT MARKERS ............................................................ (OMITTED)
DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL
HANDLING ......................................................................................... (OMITTED)
DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED
SOIL .................................................................................................. (OMITTED)
DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC ............................................. (OMITTED)
DA-40 CONCRETE RIPRAP ............................................................................ (OMITTED)
DA-41 CONCRETE CYLINDER PIPE AND FITTINGS .......................................... (OMITTED)
DA-42 CONCRETE PIPE FITTINGS AND SPECIALS .................... , ..................... (OMITTED)
10/23108 ASC-36
·-
!
I -
r
r
r
l
[
[
[
[
[
r
t.
[
r
PART DA -ADDITIONAL SPECIAL CONDITIONS
_DA-43 UNCLASSIFIED STREET EXCAVATION ................................................. (OMITTED)
DA-44 6" PERFORATED PIPE SUBDRAIN ....................................................... (OMITTED)
DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS
This item shall include the removal and replacement of existing concrete sidewalk due to failure or
in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with
same day haul-off of the removed material to a suitable dumpsite . For specifications governing
this item see Hem No. 104 "Removing Old Concrete", and Item No . 504 "Concrete Sidewalk and
Driveways ".
The unit price bid per square yard shall be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the removal and replacement work.
DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION ................................. (OMITTED)
DA-47 PAVEMENT REPAIR IN PARKING AREA
The unit price bid under appropriate BID ITEM(S) of the Proposal shall cover all cost for providing
pavement repair equal to or superior in composition, th ickness , etc., to existing pavement. All
required paving cuts shall be made with a concrete saw in a true and straight line on both sides of
the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be
backfilled in accordance with Detail WTR-029 and pavement replacement in accordance with
specification DA-97 "Quick-Set" Concrete .
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 easem~nts and/or perm its 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 .................................................................. (OMITTED)
DA-50 CONCRETE ENCASEMENT ................................................................... (OMITTED)
10123/08 ASC-37'
PART DA -ADDITIONAL SPECIAL CONDiTiONS
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 Sect ion 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 ..................... (OMITIED)
DA-53 OPEN FIRE LINE INSTALLATIONS ......................................................... (OMITIED)
DA-54 WATER SAMPLE STATION ................. ; ................................................. (OMITIED)
DA-55 CURB ON CONCRETE PAVEMENT ........................................................ (OMITIED)
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 ap.proved submittals shall be retained by the Contractor until
completion of the project and presented to the City in bound form.
10/23108 ASC-38
-
-
-
-
-
r
r
[
r
PART DA -ADDITIONAL SPECIAL CONDITIONS
2. Shop drawings shall be submitted for the following items prior to installation :
List the required submittals h~re
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:
Robert Sauceda
City of Fort Worth
1000 Throckmorton
Fort Worth, TX 76102
DA-57 COST BREAKDOWN
In order to establish · a basis upon which partial payments to the Contractor may be authorized,
immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown
of his contract price arranged and itemized to meet the approval of the Engineer.
DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY
All work involving paving and/or drainage shall conform to the two following published
specifications, except as modified herein:
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY
OF FORT WORTH
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL
TEXAS
DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP
When H.M .A.C . greater than 9 inches in depth is encountered, it shall be replaced with a
combination of H.M.A.C. and 2:27 concrete base, as determined by the Engineer, to achieve the
required thickness of pavement.
DA-60 ASPHALT DRIVEWAY REPAIR .............................................................. (OMITTED)
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 .................................................................................... (OMITTED)
10123/08 ASC-39
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-63 BID QUANTITIES
Bid quantities of the various items in the proposal are for comparison only and may not reflect the
actual quantities. There is no limit to which a bid item can be increased or decreased.
Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured
quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim
will be considered for lost or anticipated profits based upon differences in estimated quantities
versus actual quantities.
In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I
be used on an "emergency" basis only .
Total quantities given in the bid proposal may not reflect actual quantities ; however, they are
given for the purpose of bidding and awarding the contract. A contract in the amount of $200 ,000
(see Options to Renew) shall be awarded with final payment based on actual measured quantities
and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between
the estimated quantities shown and actual quantities performed.
It is understood and agreed that the scope of work contemplated in this contract is that which is
designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all
change orders.
DA-64 WORK IN HIGHWAY RIGHT OF WAY ...................................................... (OMITTED)
DA-65 CRUSHED LIMESTONE (FLEX-BASE)
Crushed limestone required for use as a flexible base material shall conform to Specification Item
No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort
Worth Transportation and Public Works Department.
DA-66 OPTION TO RENEW ............................................................................. (OMITTED)
DA-67 NON-EXCLUSIVE CONTRACT ............................................................... (OMITTED)
DA-68 CONCRETE VALLEY GUTTER .................................................................... (OMITTED)
DA-69 TRAFFIC BUTTONS ............................................................................. (OMITTED)
DA-70 PAVEMENT STRIPING ................................................................................. (OMITTED)
DA-71 H.M.A.C. TESTING PROCEDURES
The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be
used for each project. This should be submitted at the Pre-Construction Conference. This
design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal
(Proctor) will be calculated, if one has not been previously calculated, for the use during density
testing. For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type uon
10123108 ASC-40
[_
[
[
[
l -
[
l -
["
l-.
['
L .
PART DA -ADDITIONAL SPECIAL COND1Ti0NS
Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor
is approved for placement of the asphalt. The contractor shall contact the City LaboratoiY,
through the inspector, at least 24 hours in advance of the asphalt placement to schedule a
technician to assist in the monitoring of the number of passes by a roller to establish a rolling
pattern that will provide the required densities. The required Density for Type "B'' and for Type
"D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be
used for all asphalt testing .
After a rolling pattern is established, densities should be taken at locations not more than 300 feet
apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B"
must be done before Type "D" asphalt is applied.
Cores to determine thickness of Type "B " asphalt must be taken before Type "D" asphalt is
applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to
determine the applied thickness .
DA-72 SPECIFICATION REFERENCES
When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other
specification, it shall be understood that the latest revision of such specification, prior to the date
of these general specifications or revisions thereof, shall apply.
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
VALVE AND BOX ................................................................................. (OMITTED)
DA-74 RESILIENT-SEATED GATE VALVES ..................................................... (OMITIED)
DA-75 EMERGENCY SITUATION, JOB MOVE-IN ................................................ (OMITTED)
DA-76 1 1/z" & 2" COPPER SERVICES ................................................................... (OMITTED)
DA-77 SCOPE OF WORK (UTIL. CUT)· ............................................................. (OMITTED)
DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) ...... : ............................... (OMITTED)
., .
DA-79 CONTRACT TIME (UTIL. CUT) .............................................................. (OMITTED)
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) .................... (OMITTED)
DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) .................................... (OMITTED)
DA-82 LIQUIDATED DAMAGES (UTIL. CUT) .................................................... (OMITTED)
DA-83 PAVING REPAIR EDGES (UTIL. CUT) .................................................... (OMITTED)
DA-84 TRENCH BACKFILL (UTIL. CUT) .......................................................... (OMITTED)
DA-85 CLEAN-UP (UTIL. CUT) ........................................................................ (OMITTED)
DA-86 PROPERTY ACCESS (UT!L. CUT) ......................................................... (OMITIED)
10123/08 ASC-41
PART DA -ADDITIONAL SPECIAL CONDITiONS
DA-87 SUBMISSION OF BIDS (UTIL. CUT) ....................................................... (OMITTED)
DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) ................................ (OMITTED)
DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT 111 (UTIL. CUT) ................. (OMITTED)
DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) ................. ; .......................... (OMITTED)
DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (OMITrED)
DA-92 MAINTENANCE BOND {UTIL. CUT) ....................................................... (OMITTED)
DA-93 BRICK PAVEMENT (UTIL. CUT) ............................................................ (OMITTED)
DA-94 LIME STABILIZED. SUBGRADE (UTIL. CUT) ........................................... (OMITTED)
DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) ...................................... (OMITTED)
DA-96 REPAIR OF STORM DRAIN\ STRUCTURES ·(UTIL. CUT) ........................... (OMITTED)
DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) .................................................. (OMITTED)
DA-98 UTILITY ADJUSTMENT (UTIL. CUT) ....................................................... (OMITTED)
DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT)
......................................................................................................... (OMITTED)
DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) ....................... (OMITTED)
DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) ...................................... (OMITTED)
DA-102 PAYMENT (UTIL. CUT) ....................................................................... (OMITTED)
DA-103 DEHOLES (MISC. EXT.) ...................................................................... (OMITTED)
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) ....................................... (OMITTED)
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) .............................. (OMITTED)
DA-106 BID QUANTITIES (MISC. EXT.) ........ ;,:.,.; .. _ ... !; ••.•••••••••••.•.••••.••••••.....••••• (OMITTED)
DA-107 LIFE OF CONTRACT (MISC. EXT.) .................. ; ................................... (OMITTED)
DA-108 FLOWABLE FILL (MISC. EXT.)
1. Description:
The flowable fill material shall be delivered to the site, free flowing and self-leveling and shall have
a consistency enabling it to fill all voids without tamping, vibrating or compacting.
10/23108 ASC-42
,.
r
r
r ·
r
[
[
r
l
PART DA -ADDITIONAL SPECIAL CONDi T iONS
The flowable fill material shall have an in place density of not iess than 95 and not more than 115
lbs./cu . ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and
not more than 85 PSI allowing the material to be removed with hand tools such as picks and
shovels . The height of free fall of the flowable fill ~hall not exceed four (4) feet.
2. Material Specifications :
Flowable fill shall consist of:
a . An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as
necessary).
b. Aggregates meeting ASTM C-33
c . Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm
Drain Construction Item 406
d. Flyash, Class C or F, meeting ASTM C-618
e . Admixtures
1. Mineral admixtures will be pozzolanic
2 . Chemical admixtures shall be in liquid or powder form used in standard ready-mix
concrete products unless specifical ly 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 conform ing 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.) ......................................... (OMITTED)
DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) ................ (OMITTED)
DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) ............................... (OMITTED)
DA-112 MOVE IN CHARGES (MISC. REPL.) .................................................... (OMITTED)
DA -113 PROJECT SIGNS (MISC. REPL.) ........................................................ (OMITTED)
DA-114 LIQUIDATED DAMAGES (MISC. REPL.) .............................................. (OMITTED)
DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) ........................... (OMITTED)
DA-116 FIELD OFFICE ......................... ; ......................................................... (OMITTED)
DA-117 TRAFFIC CONTROL PLAN
10123/08 ASC-43
PART DA -ADDITIONAL SPECIAL CONDiTiONS
Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of
the Contractor providing the traffic control plan. A traffic control plan has been prepared and is
included in the project plans. All other requirements of D-8 shall apply.
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS ... (OMITTED)
DA-119 CATHODIC PROTECTION SYSTEM ..................................... , ............... (OMITTED)
10/23108 ASC-44
r
,-
,-
r
[
SECTION E SPECIFICATIONS
J A NUARY 1, 1978
All materials , construction methods and procedures used in this project shall conform to
Sections El, E2 , and E2A of the Fort Worth Water Department General Contract Documents and
General Specifications, together with any additional material specification(s), construction(s) or
later revision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort
Worth Water Department General Contract Documents and General Specifications are hereby made
a part of this contract document by reference for all purposes , the same as if copies verbatim
herein, and such Sections are filed and kept in the office of the City Secretary of the City of
Fort Worth as an official record of the City of Fort Worth.
INDEX
El MATERIAL SPECIFICATIONS
E2 CONSTRUCTION SPECIFICATIONS
E2A GENERAL DESIGN DETAILS
Revisions as of Apri I 20, 1981, follow:
El-2.4 Backfill : (Correct minimum compaction requirement to 95% Procter density and correct P.I.
values as follows:)
c. Additional backfill requirements when approved for use in streets :
1. Type B Backfill
(c) Maximum plastic index (PI) shall be 8
2 . Type C Backfi II
(a) Material meeting requirements and having a PI of 8 or less shall be
considered as suitable for compaction by wetting
(b) Material, meeting requirement and having a PI of 9 or more
shall be considered for use only with mechanical compaction
E2-2.11 Trench Backfill : (Correct minimum compaction requirement wherever it appears. in this
section to 95 % Procter density e xcept for pa ragraph a.I. where the "95% modified Procter
density " shall remain unchanged).
Classifications Classifications Hrly Rts
Air Tool Operator Scraper Operator $11 .42
Aspha lt Raker Servicer $12 .32
Aspha lt Shoveler $8 .80 Slip Form Machine Operator $12 .33
Asphalt Distributor Operator $13 .99 Spreader Box Operator $10.92
Asphalt Paving Machine Operator $12 .78 Tractor operator , Crawler Type $12 .60
Batching Plant Weigher $14 .15 Tractor operator, Pneumatic $12 .91
Broom or Sweeper Operator $9 .88 Traveling Mixer Operator $12.03
Bulldozer operator $13 .22 Truck Driver-Single Axle (Light) $10 .91
Carpenter (Rough) $12 .80 Truck Driver-Single Axle (Heavy) $11.47
Concrete Finisher-Paving $12 .85 Truck Driver-Tandem Axle Semi-Trailer $11 .75
Concrete Finisher -Structures $13 .27 Truck Driver-Lowboy/Float $14 .93
Concrete Paving Curbing Mach. Oper. $12 .00 Truck Driver-Transit Mix $12 .08
Concrete Paving Finishing Mach . Oper. $13 .63 Wagon Drill, Boring Machine, Post Hole Driller $14.00
Concrete Paving Joint Sealer Oper. $12 .50 Welder $13 .57
Concrete Paving Saw Oper. $13 .56 Work Zone Barricade Servicer $10 .09
Concrete Paving Spreader Oper. $14.50
Concrete Rubber $10.61
Crane, Clamshell, Backhoe , Derrick, Dragline , Shovel $14 .12
Electrician $18.12
Flagger $8.43
Form Builder-Structures $11.63
Form Setter-Paving & Curbs $11 .83
Foundation Drill Operator, Crawler Mounted $13.67
Foundation Drill Operator, Truck Mounted $16 .30
Front End Loader $12 .62
Laborer-Common $9 .18
Laborer-Utility $10.65
Mechanic $16 .97
Milling Machine Operator, Fine Grade $11 .83
Mixer Operator $11.58
Motor Grader Operator (Fine Grade) $15 .20
Motor Grader Operator, Rough Oiler $14 .50
Painter, Structures $13 .17
Pavement Marking Machine Oper. $10 .04
Pipe Layer $11.04
Roller, Steel Wheel Plant-Mix Pavements $11 .28
Roller, Steel Wheel Other Flatwheel or Tamping $10 .92
Roller , Pneumatic, Se lf-Propel led Scraper $11 .07
l _ Reinforcing Steel Setter (Paving) $14 .86
Reinforcing Steel Setter (Structure) $16 .29
Compliance with and Enforcement of Prevailing Wage Laws
(a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all
requirements of Chapter 2258, Texas Government Code (Chapter 2258),
including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter
2258 . Such prevailing wage rates are included in these contract documents.
(b) Penalty for Violation. A contractor or any subcontractor who does not pay the
prevailing wage shall, upon demand made by the City, pay to the City $60 for
each worker employed for each calendar day or part of the day that the worker is
paid less than the prevailing wage rates stipulated in these contract documents.
This penalty shall be retained by the City to offset its administrative costs,
pursuant to Texas Government Code 2258.023.
(c) Complaints of Violations and City Determination of Good Cause. On receipt of
information, including a complaint by a worker, concerning an alleged violation
of 2258.023, Texas Government Code, by a contractor or subcontractor, the City
shall make an initial determination, before the 31st day after the date the City
receives the information, as to whether good cause exists to believe that the
violation occurred. The City shall notify in writing the contractor or
subcontractor and any affected worker of its initial determination. Upon the
City's determination that there is good cause to believe the contractor or
subcontractor has violated Chapter 2258, the City shall retain the full amounts
claimed by the claimant or claimants as the difference between wages paid and
wages due under the prevailing wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the violation.
(d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged
violation of Section 225 8.023, Texas Government Code, including a penalty owed
to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised
Statutes) if the contractor or subcontractor and any affected worker do not resolve
the issue by agreement before the 15th day after the date the City makes its initial
determination pursuant to paragraph (c) above. If the persons required to arbitrate
under this section do not agree on an arbitrator before the 11th day after the date
that arbitration is required, a district court shall appoint an arbitrator on the
petition of any of the persons. The City is not a party in the arbitration. The
decision and award of the arbitrator is final and binding on all parties and may be
enforced in any court of competent jurisdiction.
(e) Records to be Maintained. The contractor and each subcontractor shall, for a
period of three (3) years following the date of acceptance of the work, maintain
records that show (i) the name and occupation of each worker employed by the
contractor in the construction of the work provided for in this contract; and (ii) the
actual per diem wages paid to each worker. The records shall be open at all
reasonable hours for inspection by the City. The provisions of the Audit section
of these contract documents shall pertain to this inspection.
(f) Pay Estimates. With each partial payment ~stimate or payroll period, whichever
is less, the contractor shall submit an affidavit stating that the contractor has
complied with the requirements of Chapter 2258, Texas Government Code.
(g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a
conspicuous place at the site of the project at all times.
(h) Subcontractor Compliance. The contractor shall include in its subcontracts
and/or shall otherwise require all of its subcontractors to comply with paragraphs
(a) through (g) above.
EXPERIENCE RECORD
L. t f . t . f h 1s o. pro1ec s your orgarnza 10n f II I t d as success u 1y comp e e
Amount Of Contract Type of Date Name and Address of
Award Work Accepted Owner
List of projects your organization is now engaged in completing :
Amount Of Contract Type of Anticipated Name and Address of
Award Work Date of Owner
Completion
List Surety Bonds in force on above incomplete work:
Date of Contract Type of Work Amount of Name and Address of
Award Bond Bond Surety
EQUIPMENT SCHEDULE
List of Equipment owned by Bidder that is in serviceable condition
and available for use:
Portions of work Bidder proposes to sublet in case of Award of
Contracts including amount and type:
'
r
MANHOLE FRAME, COVER,
GRADE RINGS AND CONCRETE
COLLAR PER SAN-009 WITH
"SEWER" CAST IN LID.
: ........ 0 .
I~
t') ~
2 COATS OF
Bl TU MASTIC
COATING
JOINTS RECOATED
AFTER SECTIONS
PUT TOGETHER
APPLY INTERIOR
CORRO ION
PROTE TION AS
REQUIR D.
ASTM C-76, CLASS Ill
RCP PRECAST MANHOLE
SECTIONS OR EQUAL.
(REF. E2-14)
REFER TO
SAN-009
.. • .. ::• .. · .. :·· :}:
.. •J>. ;•
TRENCH WIDTH
CONC. CRADLE
TO EXTEND TO
PIPE BELL
0-RING GASKETS
@ JOINTS (TYP .)
*
* VARIES WITH
PIPE DIA.
l SECTION A-A + :~.;:.:: r
A A
: z co-::::E
USE 4000 PSI CONCRETE t
E1-14 MATERIAL
E2-14 CONSTRUCTION
CD 4' DIA . FOR SEWER PIPE
UP TO 21" DIA.
5' DIA . FOR SEWER PIPE
24" TO 36" DIA.
CITY OF FORT WORTH, TEXAS
STANDARD 4' DIAMETER MANHOLE
SECTION 8-8
DATE : FEB. 2009
SAN-003
r
r
[
I
r USE SDR-26 PIPE
TO FIRST JOINT
BEHIND LIMIT OF
EXCAVATION
CONCRETE
COLLAR
El-14 MATERIAL
E2-14 CONSTRUCTION
APPLY INTERIOR
CORROS ION
PROTECTION AS
REQUIRED .
MANHOLE FRAME, COVER,
GRADE RINGS AND CONCRETE
COLLAR PER SAN-009 WITH
"SEWER" CAST IN LID .
/
1-3"
INSTALL NUTS AWAY
FROM M.H. WALL ON
M.J . FITTING
COR-TEN BOLTS
4'-0" G)
IF REQUIRED, PROVIDE
STUB EXTENSION AT END
OF P.E . IN M.H . WALL
SLOPE l" /1' TYP .
,._--APPLY 2 COATS
OF BITUMASTIC
COATING
CONCRETE · -SEE
STANDARD 4' DIA .
M.H. DETAIL
SAN-003
. .>.,1-----~--VERTICAL TO
~ PO INT OF PIPE
GROUTED INVERT USE 4000 PSI
CONCRETE
CITY OF FORT WORTH, TEXAS
STANDARD 4' DIAMETER
DROP ACCESS MANHOLE
G) 4 ' DIA . FOR SEWER PIPE
UP TO 21" DIA .
5' DIA. FOR . SEWER PIPE
24" TO 36" DIA.
DATE : FEB . 2009
SAN-005
l
NOTES: A. STANDARD PIPE FITTINGS SHALL BE USED TO FORM INVERTS OF JUNCTION MANHOLES WHEN
POSSIBLE, WITH INSTALLATION AS FOLLOWS :
1. PIPE FITTING.
2. POUR MANHOLE FLOOR TO SPRING LINE OF FITTING.
3 . BREAK OUT TOP OF FITTING TO SPRING LINE.
4. POUR REMAINDER OF MANHOLE INVERT TO PROVIDE VERTICAL INVERT WALL
UP TO 3/4 POINT OF THE LARGER PIPE INVOLVED, AS DETAILED.
5. STEEL TROWEL FINISH INVERT OF MANHOLE .
B. WHEN SPECIAL SITUATIONS PROHIBIT USE OF STANDARD PIPE FITTINGS AS ABOVE OUTLINED, THE
INVERT SHALL BE FORMED OF CONCRETE AND STEEL TROWEL FINISHED TO PROVIDE SIMILAR
FUNCTIONAL CHARACTERISTICS TO THOSE AFFORDED BY THE ABOVE INSTALLATION . INVERTS THUS
FORMED SHALL BE CONSTRUCTED TO THE ENGINEER'S SATISFACTION ..
CONCRETE SLAB
E1-14 MATERIAL
E2-14 CONSTRUCTION
.,--
........... --
PLAN VIEW
SECTION A-A
j
CD WHEN PIPE SIZES DIFFER,
MATCH THE PIPE CROWNS.
CITY OF FORT WORTH, TEXAS
JUNCTION MANHOLE BOTTOM
DATE : FEB . 2009
SAN-006
w
Cl:'.
0 Cl:'. ro w
w 1-
..J w ro :::;
<( ~ ~a
<( >
VARIABLE DIAMETER BORE TO BE LARGE ENOUGH
TO PERMIT DES IGN TYPE PIPE TO BE PULLED OR
JAC KED THROUGH.
111~111~1 11~111~111 ~111~111 ~
1
111
111
111
111
111
111
111
11 1
111
111
111
111
111
11 1
111
111
111
11 1
111
11
TYPICAL BORED SECTION
w
Cl:'.
0 Cl:'. ro w
w 1-
..J w ro :::;
<( ~
~a
<( >
NOTE:
w a. a: [5
w 1-
..J w ro :::;
<( <( ~o
<(
>
LONGITUDINAL VIEW
PRESSURE GROUT AS NEEDED
I I lffi~ffi 1
I ITT~ffi~ffi~ffi~ITT~~~
TYPICAL BORE WITH PIPE INSTALLED
LONGITUDINAL VIEW
TYPICAL END VIEW
PRESSURE GROU T AROUND CASING
AND CARRIER PIPE . GROUT SHALL
BE PROPORTIONED AS 1 CU . FT.
OF CEMENT , 3.5 CU . FT . OF CLEAN
FINE SAND WITH SUFFICIENT WATER
ADDED TO PROVIDE A FREE
FLOWING THICK SLURRY.
SEWER LINES SHALL BE SECURED
BY CASING SPACERS AS
MANUFACTURED BY CASCADE
WATERWORKS MANUFACTURING CO.,
ADVANCE PRODUCTS & SYSTEMS,
OR APPROVED EQUAL.
1. COMPRESSION TYPE JOINTS TO BE USED IF POSSIBLE .
2. IF COMPRESSION TYPE JOINT IS NOT AVAILABLE, M.J. TYPE SHALL
BE USED AND JOINTS BOLTED BEFORE PULLING PIPE INTO PLACE .
El-15 MATERIAL
E2-15 CONSTRUCTION
CITY OF FORT WORTH, TEXAS
BORED CROSSING DETAIL
DATE : FEB . 2009
SAN-008
r
l.
r
[
r
f
f.
COLLAR CONFIGURATION
FOR PAVED AREA ... . .L .. COLLAR CONFIGURATION
FOR UNPAVED AREA
MAN HOLE FRAME AND ~-..--,...,.._,....-........ ..,...,....--,,.......,,+--,,,..-,.,.,...,....,.,....,...,,,_....,,.-. '------~
32 " DIA . PAMREX
COVER OR APPROVED
EQUAL. (REFER TO
STD. PRODUCT LIST)
A
L
4000 PSI ----..
CONCRE T E
8-#4 REBARS TYP.
2" x 8" x 30" J.D .
CONCRETE PRECAST
GRADE RINGS PER
ASTM C478.
E1-14, E1-20, E1-21 MATERIAL
E2-14, E2-20, E2-21 CONSTRUCTION
SECTION A-A
(J) REBAR SHALL BE
PLACED 3" MIN. FROM
TOP ANO BOTTOM OF
CONCRETE COLLAR.
@ WHERE MANHOLES ARE
IN THE STREET, INSTALL
2 MORE GRADE RINGS
BETWEEN CASTING AND
TOP OF PAVEMENT.
CITY OF FORT WORTH, TEXAS
MANHOLEFRAME,COVER,GRADE
RINGS AND CONCRETE COLLAR
A
j
*" CHAMFER (TYP .)
GROUND
CONCRETE COLLAR
HEIGHT VARIES
@ HINGES ARE REQUIRED ON
ALL 32" COVERS (REFER
TO STD. PRODUCTS UST).
(±) HINGED LIDS INSTALLED IN
STREETS SHALL OPEN
AGAINS T THE FLOW OF
TRAFFIC.
DATE : JUNE 2009
SAN-009
[
r
[
B
l
PLAN VIEW
#3 DOWEL
B
J
SECTION A-A
CITY OF FORT WORTH, TEXAS
HYDRAULIC SLIDE
SECTION 8-8
NOTE :
DROP TROUGH WILL BE
POURED MONOLITHICALLY
WITH CAST IN PLACE BENCH,
OR DOWELED AND GROUTED
TO PRECAST BENCH .
DATE: FEB . 2009
SAN-010
PROPERTY LINE~
4 " CONCRETE I
.. CITY OF FORT WORTH
STANDARD CLEANOUT w/
CAST IRON CAP
CONCRETE COLLAR
(PLAN VIEW)
EXISTING OR PROPOSED
SEWER SERVI E
COLLAR +.-"'T'T'..-+~-...,.._,...,..~..,...........,..-.-1 t~;;:-::-q::=rn==n-i==rr,.,;:;=rrr='TTT-.-....,.....
FOR NEW --~~~t--r
DEVELOPMENT
CAP RISER 2' ....1......,."°"".:i,i,...i.:...,.::.i,;.,~
DOUBLE BAND STAINLESS
STEEL COUPLING
BELOW GRADE.
(CAST IRON)
~ .... ~if--BACKFILL CLEANOUT STACK WITH
NATIVE TOPSOIL COMPACTED TO
95% STANDARD PROCTOR DENSITY
4" STACK (IRON OR PVC)
SOR-.35 OR SOR-26 SERVICE,
SLOPE-VARIES, 27. MIN .
CLEANOUT NOTES
1. THE SWEEP TEE AND PIPE FITTINGS
INSTALLED SHALL BE SDR-35 OR
SOR-26 PVC MATERIAL.
2. CONNECTIONS TO THE EXISTING SERVICE
SHALL BE MADE USING RUBBER SLEEVE
COUPLINGS WITH STAINLESS STEEL
DOUBLE BAND REPAIR SLEEVES. THE
SLEEVES SHALL BE TIGHTENED TO THE
TORQUE RECOMMENDED BY THE
MANUFACTURER .
3 . SLOPE OF THE SANITARY SEWER SERVICE
SHALL BE A MINIMUM OF 2 PERCENT.
4 . PIPE AND FITTINGS SHALL BE SDR-35
OR SDR-26 PVC WHEN NOT IN HIGH
TRAFFIC AREAS.
5 . CONCRETE USED AROUND CLEANOUT
ASSEMBLY SHALL BE 5 SACK, 3,000 PSI
MIX.
FERNCO FLEXIBLE
COUPLING REQUIRED
IF EXISTING SERVICE
IS PRESENT,
OTHERWISE PLUG.
PAID FOR AS CLEANOUT SEWER MAIN
PRODUCT INFORMATION
•• From Stonley Roberts & Assoc., Information Subject To Change.
DESCRIPTION ~ PART NO .
Cast Iron Lateral Cleanout 18 lbs ATL-424
W/ SS Bolts and Coupling
'2" SS SOL TS\
1.5" ~ ~
l ~1----.-.,rO RONG TI I
7 .s" I 1_:
CAST IRON
CLEANOUT DRIVEWAY
PROPERTY LINE PROPERTY LINE
SIDEWALK SIDEWALK
[CURB
•
/ CAST IRON
/ CLEANOUT
CURB 4c' DRIVEWAY APPROACH
STREET STREET
CAST IRON CLEANOUT BOOT
CITY OF FORT WORTH, TEXAS
TWO WAY SERVICE CLEANOUT
DATE : FEB . 2009
SAN-011
I· 2· • I
EXISTING GROUND
4' OR TO BOTTOM OF
PAVEMENT BASE OR
TOP SOIL
MINIMUM TRENCH WIDTH --t..-.<"1.11---=-11,.;w
= PIPE DIA . + 1'
J .. TRENCfi I
WIDTH
TYPICAL SECTION
CITY OF FORT WORTH, TEXAS
CLAY DAM
200' MIN. SPACI NG PER
CITY OF FORT WORTH
TREE ORD INANCE .
DATE : FEB. 2009
SAN-019
-------1YPE "c" BACKFILL
MINIMUM 6" INITIAL---+µ,..,i,~~~·
SEE SPEC. E1 -2.4
G.C.D.
BACKFILL COVER :~..;JnJ.oU.r--SAND MATERIAL EMBEDMENT
& INITIAL BACKFILL
SEE SPEC . E1 -2 .3 G.C .D.
MINIMUM 6"---t--Ht---
EMBEDMENT
WATER: SIZES UP TO AND INCLUDING 12"
MINIMUM 12" INITIAL
BACKFILL COVER
1YPE "C" BACKFILL
SEE SPEC. El -2 .4
G.C .D.
FILTER FABRIC-
SUPAC-HEAVY GRADE BNP
(UV) OR APPROVED EQUAL.
MINIMUM 6" --t~~~~~~~~-CRUSHED STONE
SEE SPEC. El -2.3
EMBEDMENT G.C.D .
SAND GRADATION
• LESS THAN 10% PASSING
#200 SIEVE
• P.I. = 10 OR LESS
CRUSHED STONE GRADATION
SIEVE SIZE RETAINED
1" 0-10
)f' 40-75
%" 55-90
#4 90-100
#8 95-100
WATER: SIZES 16" AND LARGER
SANITARY SEWER: ALL SIZES
MATERIAL SPECIFICATIONS
NOTE: SPECIFICATION
REFERENCES ARE FOR
WATER AND SANITARY
SEWER ONLY.
THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS
SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF E1 -2.4(b)
AND E1 -2.3 OF THE GENERAL CONTRACT DOCUMENTS AND
SPECIFICATIONS FOR WATER DEPARTMENT PROJECTS (G .C.D.)
ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY.
CITY OF FORT WORTH, TEXAS DATE: JUNE 2009
WATER AND SANITARY SEWER
EMBEDMENT AND BACKFILL DETAILS WTR-029
EXISTING
SUBGRADE
(IF ANY)
EXISTING
CURB &
GUTTER
NOTES:
TRENCH REPAIR LIMITS
\Yri"'"*""'.i;;::;=,--BACKFILL MATERIAL
PER DETAIL WTR-029
(SEE NOTE 3)
1. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL
DEPTH . PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "D"
MIX) TO MATCH EXISTING GRADE AS SHOWN .
2 . PLACE A MIN. OF 8" 2: 27 CONCRETE AS SHOWN.
3 . FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN
DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE
FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH.
4. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT
WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN
CONSTRUCTION .
CITY OF FORT WORTH, TEXAS
PERMANENT ASPHALT PAVEMENT
TRENCH REPAIR
DATE: JULY 2009
STR-028
5' MIN.
NOTES:
r -
CLASS 'A' REINFORCED
CONCRETE PAVEMENT
REPLACEMENT TO THE
NEAREST JOINT OR CURB.
EXISTING CONCRETE JOINT
EXISTING
CONCRETE
1. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN
DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE
FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH.
2. REINFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO ORIGINAL
DEPTH, OR TO A MINIMUM OF 6", WHICHEVER IS GREATER.
3 . PLACE 6" OF 2: 27 CONCRETE AS SHOWN. 1" OF REINFORCED
CONCRETE MAY BE SUBSTITUTED FOR EVERY 2" OF 2: 27 CONCRETE .
4. REINFORCEMENT OF CONCRETE MUST MEET CITY STANDARD OR MATCH
EXISTING, WHICHEVER IS GREATER .
5 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT
WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN
CONSTRUCTION .
CITY OF FORT WORTH, TEXAS
REINFORCED CONCRETE PAVEMENT
TRENCH REPAIR
EXISTING
CURB &
GUTTER
DATE: JULY 2009
STR-031
--
Approval Form
Onl i ne version 11/2005
To Robert Sauceda
City of Fort Worth
309 W 7th Street -Suite 1020
Fort Worth, TX 76102
APPROVAL
Date 3/31/2010
Application No. FTW20100324143832
District App. No . _2_20_-_s_s_-1_0_5_-1_0 ________ _
Highway IH 0030
Control Section 106802 ---------------Maintenance Section South Tarrant ---------------County Tarrant
TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as descri bed by
Notice of Proposed Utility Installation No . FTW20100324143832 (District Application No . 220-SS-105-10)
dated 3/31/2010 and accompanying documentation , except as noted below.
YOU MUST contact the TxDOT inspector Jimmy Vaughan at 817-307-1617 forty-eight hours prior to
construction. Conventional dry bore only unless approved in writing by the Area Engineer or Inspector. -
Buzz
When installing utility lines on controlled access highways, your attention is directed to govern ing laws, especially to
Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access
Highways. Access for serving this installation shall be limited to access via (a) frontage roads where provided , (b)
nearby or adjacent public roads or streets, (c) trails along or near the highway right-of-way lines, connecting only to an
intersecting roads ; from any one or all of which entry may be made to the outer portion of the highway right-of-way for
normal service and maintenance operations . The Installation Owner's rights of access to the through-traffic roadways
and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an
emergency situation occurs and usual means of access for normal service operations will not permit the immediate
act ion required by the Ut ility Installation Owner in making emergency repairs as required for the safety and welfare of
the public , the Utility Owners shall have a temporary right of access to and from the through-traffic roadways and
ramps as necessary to accomplish the requ ired emergency repairs , provided TxDOT is immediately notified by the
Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation
Owner for convenience and safety of highway traffic.
The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum
inconveniences to traffic and adjacent property owners. In the event the Installation Owner fails to comply with any or
all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel
compliance .
It is expressly understood that the TxDOT does not purport , hereby , to grant any right , claim , title, or easement in or
upon this highway; and it is further understood that the TxDOT may require the Installation Owner to relocate this line,
subject to provisions of governing laws, by giving thirty (30) days written notice .
If construction has not started within six (6) months of the date of this approval , the approval will automatically expire
and you will be required to subm it a new application . You are also requested to notify this office prior to
commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of-
way, so that we may provide specifications for the extent and methods to govern in trimming , topping , tree balance ,
type of cuts, painting cuts and clean up . These specifications are intended to preserve our considerable investment in
highway planting and beautification , by reducing damage due to trimming .
Special Provisions:
FTW_SpecialProvision_ 11 FTW_SpecialProvision_ 13
You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper
inspection and coordination of work days and traffic control plans . Use the UIR website for the 48-hour notification .
DO NOT start construction until you have coord inated the construction start date and inspection with TxDOT . You are
also required to keep a copy of this Approval, the Notice of Proposed Installation , and any approved amendments at
the job site at all times .
By
Title
District
Texas Department of Transportation
Buzz Kyler
Project Coordinator
Fort Worth
NOTICE
PLEASE READ
.P.J.e;;t,s.e ...... .b.e ...... r.esn.o.nsj.bJ~ and call your TXDOT
Inspector 48 hours prior to starting construction, and be
prepared to provide the following information.
1. Permit and Highway numbers
2.The name of the Utility Company,a contact
person's name and phone number.
3. The name of the Construction Company, a contact
person's name and phone number.
4 . A start date
5. Date to be staked, if applicable .
. C..Q.N.IB.A~I.Q.R;.
UPON COMPLETION OF PROJECT YOU
WILL NEED TO CALL THE PERSON THAT IS ON
THE PERMIT AND LET THEM KNOW JOB IS
DONE.
Note: A copy of the attached Approval (including all
attachments} shall be on the job site at all times.
IF CONSTRUCTION IS FOUND TO HAVE
COMMENCED WITHOUT 48 HOURS CALL IN
NOTICE, THE JOB SHALL BE SHUT DOWN UNTIL
PROPER PROCEDURES ARE COMPLETED.
-
.-
-
CONTRACTS,BONDSANDINSURANCE
CERTIFICATE OF INSURANCE
CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW
CONFLICT OF INTEREST QUESTIONNAIRE
PERFORMANCE BOND
PAYMENT BOND
MAINTENANCE BOND
CITY OF FORT WORTH CONTRACT
.. _
~
CERTIFICATE OF INSURANCE
TO: CITY O F FORT WORTH Date: ------
NAME OF PROJECT: Sanitary Sewer Sy stem Rehabilitation Contract 65 -Part 1
PROJECT NUMBER: 00730
IS TO CERTIFY THAT : Utilitex Construction. LLP
is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for
the type of insurance and accordance with provisions of the stan dard policies used by this Company, and further
hereinafter described. Exceptions to standard policy noted on reverse side hereof.
TYPE OF INSURA NCE
Policy Effective Expires Limits of Liability
Worker's Compensation
Comprehensive General Bodily Injury:
Liability Insurance (Public Ea. Occurrence : $
Liability) Property D amage:
Ea. Occurrence: $
Blasting Ea. Occurrence: $
Collapse of Building or
structures adjacent to Ea . Occurrence : $
excavations
Damage to Underground
Utili ties Ea . Occurrence: $
Builder's Risk
Comprehensive Bodily Injury :
Automobile Liability Ea . Person : $
Ea. Occurrence: $
Property Damage
Ea. Occurrence : $
Bodily Injury:
Contractual Liability Ea. Occurrence : $
Property Damage:
Ea . Occurrence: $
Other
Locations covered: Surroundings in Fort Worth. Texas .
D escription o f op ~rations covered: Sanitary Sewer Rehabilitation for the above contract.
The above policies either in the body thereof or by appro pri ate endorsement provided that they may not be changed or
canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or
cancellation .
Where ap plic able local laws or regulations require more than five (5) days actual notice of change or cancellation to be
assured, the above policies contain such spec ial requirements, either in the body thereof or by a ppropriate en dorsement
thereto attached.
The City, its officers, em ployees and servants sha ll be endorsed as an additional insured on Contractor's insurance policies
excepti ng employer 's liability insurance coverage under Contractor's workers ' compensation insurance policy.
'-A""g,.,,e=n-=-cy,...._ _________________ Insurance Co . ------------------
Fort Worth Agent By
Addre""'-_________________ Title ------------------
CONTRACTOR COMPLIANCE WITH
WORKER'S COMPENSATION LAW
Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor certifies that it
provides worker's compensation insurance coverage for all of it's employees employed on City
of Fort Worth Sewer Project Number: P258-704170073087 and DOE 3570.
t,LITf;( aJ/?81/q?4# LL)
C N RACTOR
Title
Date
STATE OF TEXAS §
COUNTY OFT ARRANT §
BEFORE ME, the u~rsign~d authority, on this day personally appeared
~ ~ "'t (V':\Aco , known to me to be the person whose name is
subscribed to the foegoing instrument, and acknowledged to me that he/she executed the same
as the act and deed of ~ for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this lt} ~ day of
~..&-N:JA &A LY , , 20 _.LL. -~-
1
REGINA JURIK
MY COMMISSION EXPIRES
September 29, 2013
Bond No. 929521315
PERFORMANCE BOND
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THESE PRESENTS:
That we, (1) Utllltex Construction, LLP as Principal herein, and (2) ------
.... Co~ntin=· =1n __ ta_l...;;.C=•=ua=1ty......,;;,C=om=p=a=ny _____ _,. a corporation organized under the laws of the State
of (3) Hljnojl • and who is authorized to issue surety bonds in the State of Texas, Surety
herein. are held and fmnly bound unto the City of Fort Worth, a municipal corporation located in
Tarrant and Denton Counties, Texas, Obligee herein, in the sum of ONE MIWON ONE
HUNDRED SEVEN THOUSAND FIVE HUNDRED TWENTY DOLLARS AND ZERO CENTS
(11,107.520.00} for the payment of which sum we bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, finnly by these presents.
WHEREAS Princi al r entered into a certain written contract with the Obligee dated
the_dayof AN O ZO 20_ a copy of which is attached hereto and made a part
hereof for all purposes, for the construction of:
Sanitary Sewer System Rehabilitation Contract 65 -Part 1
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 hannless the Obligee from all costs and damages which
Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all
outlay and expense that Obligee may incur in making good such default, then this obligation
shall be void; otherwise, to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond shaJl 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.
1JAN O 4 20\1
SIGNED and SEALED this ___ dayof ________ ___, 20_.
ATTEST:
(Principal) Secretary
(SE AL)
~~, ~.;,Q
Witness a to Prin al
ATIEST:
Q;()Qo &r,}<Qz,,/
Secretary
IS.
nue: ___.Yf......,1,..../7'.,....i1@D ......... __ ~ ........ --
Address: 2308 P•chlnl Road
l•fsb Springa. TX 75111
Continlfflll Caualty Company
:RE ~/ft.~ N±!I D, HIIIID!Sklon
Attomey in Fact ......
Address: 1781 Bldrord Eu1118 Road, Suite 451
Rurit, Tx flRi
Telephone Number: 117-21 .. 3118
NOTE: (1) Correct name of Principal (Contractor).
(2) Correct name of Surety.
(3) State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
THE STATE OF TEXAS
COUNTY OF TARRANT
Bond No. 121521315
PAYMENT BOND
§
§
§
KNOW ALL BY THESE PRESENTS:
That we. (I), UtJIJtex Construction. LLP as Principal herein, and (2) _____ _
_ c __ o-nti ... ·_n11_n __ ta __ l C_;•=ually__._ .. co-m_.p"""'any..._ ____ _,, a corporation organized and existing under the
laws of the State of (3) Illinois as surety, are held and firmly bound unto the City
of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee
herein, in the amount of ONE MILLION ONE HUNDRED SEVEN THOUSAND FtyE
HUNDRED TWENTY DOLLARS AND ZERO CENTS fS1, 107 .520.00) for the payment whereof,
the said Principal and Surety bind themselves and their heirs, executors, administrators,
successors and assigns, jointly and severally, fmnly by these presents:
WHEREAS, the Principal has entered into a certain written contract with the Obligee
dated the _day of 20_, 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:
Sanitary Sewer System RelaabilitatJon Contract 65 -Part 1
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall faithfully make payment to each and every claimant (as defined in Chapter
2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of
the work under the contract, then this obligation shall be void; otherwise, to remain in full force
and effect.
PROVIDED, HOWEVE~ that this bond is executed pursuant to Chapter 2253 of the
Texas Govemment 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.
JAN O 4 20\\
SIGNED and SEALED this ___ day of ________ _, 20_.
Secretary
UtiliTtx Construction, LL.P.
By· .
PRINC ~I ~
Na.me: /t,s
Title : rr /?ltfl:::nJdl...
Address: 2300 P11chtrN Road
Balch Sprinp, TX 75110
Continlntal Casualty Company :RE~"JJ!h~
Name: ,.;l:0::riccaon
Attorney in Fact
(SE ~
~~4Q ~ Witness as to Surety
Address: 8711 BIClord Eullll Road, Sub 458
Hurat, TX 71113
Telephone Number: 117-211-3111
NOTE : {1) Correct name of Principal (Contractor).
(2) Correct name of Surety.
(3) State of incorporation of Surety
Telephone number of surety must be stated . In addition, an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
Bond No. 92H213t5
MAINTENANCE BOND
THE STATE OF TEXAS §
§
COUNTY OF TARRANT §
KNOW ALL BY THESE PRESENTS:
That Utllltex Construction, LLP c·eontractor"), as principal, and,, _____ _
Continental C11U11ty Company a corporation organized under the laws of the State of Illinois
__ , (·Surety·), do hereby acknowledge themselves to be held and bound to pay unto the City of
Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of
Texas, c·city") in Tarrant County, Texas, the sum of ONE MILLION ONE HUNDRED SEVEN
THOUSAND FIVE HUNDRED lWENJY DOLLARS AND ZERO CENTS tS1.107.520.00) 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 JAN O 4 2011 , 20_, a copy of which is hereto attached and made a
part hereof, for the performance of the following described public improvements:
Sanitary Sewer System Rebabllitatlon Contract 65 -Part t
the same being referred to herein and in said contract as the Work and being desJgnated as project
number(s) SEWER P258-704170073087 City Prolect No. 00730 and said contract, induding all of
the specifications, conditions, addenda, change orders and written instruments referred to therein as
Contract Documents being incorporated herein and being made a part hereof; and,
WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct
the work that it will remain in good repair and condition for and during a period of after the date of the
final acceptance of the work by the City; and
WHEREAS. said Contractor binds itself to maintain said work in good repair and
condition for said term of Two (2) years; and
WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in
part at any time within said period, if in the opinion of the Director of the City of Fort Worth
Water Department, 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 deemed an original, this_ day of __ J_A_N_0_4_Z_0_11 __ , AD. 20_.
ATTEST:
(SE AL)
olaa, cf .v:,uJ-&-fl
Secretary
ATTEST:
(SE~
;;~¥~
Secretary
=~!:rnstru~~.~-
By: _L~
Name: ~ ·,-, -----=------
Title: ;Pl?.~
Continental C•ualty Company
Surety ~
By. // i:t~k~-.
Name: ~ichlll D. Hendriccklon
<
TiUe: Altom.y-ln-F1ct
8701 Bedford Eul-Road, Suite 450
Hurst, TX 71053
Address
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of
Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called
"the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois,
and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint
Pat J Moore, Gary W Wheatley, Bryan K Moore, Clark D Fresher, Monica Sprague-Campos, Richard Deal,
Individually, of San Antonio, TX
Michael D Hendrickson, Individually, of Hurst, TX
their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds,
undertakings and other obligatory instruments of similar nature
-In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and
all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By0 Law and Resolutions, printed on the reverse hereof, duly
adopted, as indicated, by the Boards of Directors of the insurance companies.
In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be
hereto affixed on this _30th day of August, 2010.
State of Illinois, County of Cook, ss :
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
· Senior Vice President
On this 30th day of August, 2010, before me personally came Jacquelyne M. Belcastro to me known, who, being by me duly sworn, did depose and
say: that she resides in the City of Chicago, State of Illinois; that she is a Senior Vice President of Continental Casualty Company, an Illinois insurance
company, National Fire Insurance Company of Hartford , an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a
Pennsylvania insurance company described in and which executed the above instrument; that she knows the seals of said insurance companies; that the
seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said
insurance companies and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance
companies.
./
My Commission Expires September 17, 2013
G~@M
Eliza Pric~ Notary Public
CERTIFICATE
I, Mary A-Ribikawskis, Assistant Secretary of Continental Casualty Company, an Ill inois insurance company, National Fire Insurance Company of
Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby
certify that the Power of Attorney herein above set forth is still in force , and further certify that the By-Law and Resolution of the Board of Directors of
the insurance companies printed on the reverse hereof is still in force. In testim9n whereof I have hereunto subscribed my name and affixed the seal of
the said insurance companies this day of JAN O 4 2 11 , .
Form F6853-5/2009
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
kis Assistant Secretary
Authorizing By-Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY:
This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the
Company.
"Article IX-Execution of Documents (
Section 3 . Appointment of Attorney-in-fact. The Chairman of the Board of Directors, ·the President or any Executive, Senior or Group Vice
President may, from time to tiine, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of
insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their
respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the
seal of the Company thererto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of
Directors, may, at any time, revoke all power and authority previously given to any attorney-in-fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 17th day of February, 1993 .
"Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by
facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By-Laws, and the signature of the Secretary or an Assistant
Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such
facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed
and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF AMER1CAN CASUALTY COMPANY OF READING, PENNSYLVANIA :
This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the
Company.
"Article VI-Execution of Documents
Section 3 Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President may,
from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature . Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of
authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto. The President or any Executive, Senior Vice President or the Board of Directors may at any time revoke all power and authority previously
given to any attorney-in-fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 17th day of February, 1993 .
"Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by
facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By-Laws, and the signature of the Secretary or an Assistant
Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such
facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed
and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD :
This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the
Company.
"Article VII-Execution of Documents
Section 3. Appointment of Attorney-in-Fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President
may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature . Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of
authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto. The Chairman of the Board of Directors, the President or any Executive, Senior Vice President or the Board of Directors, may, at any time,
revoke all power and authority previously given to any attorney-in-fact"
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 17th day of February, 1993.
"RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice Presiden.vai.uf the :s~af of~e Insurance
Company may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Bo ard of Direc._!.o!S on F.!:9-[uary 17,
1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Insurance Company may be affixed by facsimile to any cer_ti:ficate of
any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the IJ1su_ranceC ~rnpaoy. Ai:iy such
power so execuied and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached,
continue to be valid and binding on the Insurance Company." ._/ ,·
State of Texas
Claim Notice Endorsement
To be attached to and form a part of Bond No. 929521395 _____ _
In accordance with Section 2253.021(f) of the Texas Government Code and Section
53.202(6) of the Texas Property Code any notice of claim to the named surety under
this bond(s) should be sent to:
FonnFe944
CNASurety
333 South Wabash
Chicago, IL 60604
Telephone: (312) 822-5000
Figure : 28 TAC §1.601 (a)(3)
1 IMPORTANT NOTICE
To obtain information or make a complaint:
2 You may contact Continental Casualty Company ,
National Fire Insurance Company, American
Casualty Company or Continental Insurance
Company at 312-822-5000.
3 You may call Continental Casualty Company ,
National Fire Insurance Company , American
Casualty Company or Continental Insurance
Company's toll-free telephone number for
information or to make a complaint at:
1-877-672-6115
4 You may also write to Continental Casualty
Company, National Fire Insurance Company,
American Casualty Company or Continental
Insurance Company at:
CNA Surety
333 South Wabash
Chicago , IL 60604
5 You may contact the Texas Department of
Insurance to obtain infonnation on companies ,
coverages , rights or complaints at:
1-800-252-3439
6 You may write the Texas Department of
Insurance:
P.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state .tx.us
E-Mail: ConsumerProtection@tdi.state .tx .us
7 PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your
premium or about a claim you should contact
Continental Casualty Company, National Fire
Insurance Company, American Casualty Company
or Continental Insurance Company first. If the
dispute is not resolved, you may contact the Texas
Department of Insurance.
8 ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not
become a part or condition of the attached
document.
Fonn F8277
AVISO IMPORTANTE
Para obtener informacion o para someter una queja :
Puede comunicarse con Continental Casualty
Company , National Fire Insurance Company,
American Casualty Company or Continental
Insurance Company al 312-822-5000.
Usted puede Hamar al numero de telefono gratis de
Continental Casualty Company, National Fire
Insurance Company, American Casualty Company or
Continental Insurance Company's para informacion o
para someter una queja al:
1-877-672-6115
Usted tambien puede escribir a Continental Casualty
Company, National Fire Insurance Company ,
American Casualty Company or Continental
Insurance Company:
CNA Surety
333 South Wabash
Chicago, IL 60604
Puede comunicarse con el Departamento de Seguros
de Texas para obtener informacion acerca de
companias , coberturas , derechos o quejas al:
1-800-252-3439
Puede escribir al Departamento de Seguros de
Texas :
P.O. Box 149104
Austin, TX 78714-9104
Fax : (512) 475-1771
Web: http://www.tdi.state.tx.us
E-Mail: ConsumerProtection@tdi.state .tx .us
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concemiente a su prima o a
un reclamo , debe comunicarse con el Continental
Casualty Company , National Fire Insurance
Company, American Casualty Company or
Continental Insurance Company primero. Si nose
resuelve la disputa , puede entonces comunicarse
con el departamento (TOI).
UNA ESTE AVISOA SU POUZA: Esta aviso es
solo para proposito de informacion y no se
convierte en parte o condicion del documento
adjunto.
CITY OF FORT WORTH, TEXAS
CONTRACT
THE STATE OF TEXAS
KNOW ALL MEN BY THESE PRESENTS
COUNTY OF TARRANT
JAN O 4 20H
This Contract made and entered into this the day of , 20_, 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 Utilitex Construction, LLP, ("Contractor"). Owner and Contractor may be
referred to herein individually as a "Party" or collectively as the "Parties."
WITNESSETH : That said Parties have agreed as follows:
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:
FOR: Sanitary Sewer System Rehabilitation Contract 65 -Part 1
That the work herein contemplated shall consist of the Contractor 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 or on behalf of the City of Fort Worth for the Water Department of the
City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and
Specificat ions 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 itself to commence the construction of said work
within ten (1 O) days after be ing notified in writing to do so by the Water Department 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 Water Department of the C ity of Fort Worth and City Council of the City of Fort
Worth w ithin a period of (180) Calendar days.
If the Contractor should fail to complete the work as set forth in the Plans and Specifications and
Contract Documents with in the time so stipulated, plus any add itional time all · ·
the General Conditions, there shall be deducted from any monies due or whic
6 /1 7 /09 C-1
become due him, the sum of $420.00 per working day, not as a penalty but as liquidated
damages, the Contractor and its 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 manner as it may deem
proper, and if in the completion thereof, the cost to the Owner shall exceed the contract price or
prices set forth in the Plans and Specifications made a part hereof, the Contractor and/or its
Surety shall pay Owner 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 the Owner, Owner'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 injury, 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 injury
or damage is caused in whole or in part by the negligence or alleged negligence of Owner,
its officers, servants or employees.
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor either (a)
submits to Owner satisfactory evidence that the claim has been settled and/or a release from the
claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier
that the claim has been referred to the insurance carrier.
The Director may, if deemed appropriate, 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 of Fort Worth contract.
6/17/09 C-2
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
7.
The Contractor agrees, upon the execution of this Contract, and before beginning work,
to make, execute and deliver to City of Fort Worth the following bonds in the name of the City of
Fort Worth in a sum equal to the amount of the Contract. The form of the bond shall be as herein
provided and the surety must first be acceptable to the City of Fort Worth. All bonds furnished
hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as
amended .
A. If the total contract price is $25,000 or less, payment to the contractor shall be
made in one lump sum. Payment shall not be made for a period of 45 calendar days from the
date the work has been completed and accepted by the Owner.
B. If the contract amount is in excess of $25,000, a Payment Bond shall be
executed, in the amount of the Contract, solely for the protection of all claimants supplying labor
and material in the prosecution of the work.
C. If the Contract amount is in excess of $100,000, a Performance Bond shall be
executed, in the amount of the Contract conditioned on the faithful performance of the work in
accordance with the Plans, Specifications, and Contract Documents. Said bond shall solely be
for the protection of the Owner.
D. A Two-year Maintenance Bond in the name of the Owner is required for all
projects to insure the prompt, full and faithful performance of the general guarantee contained in
the Contract Documents.
8.
The Owner agrees and binds itself to pay, and the Contractor agrees to receive, for all of
the 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 ONE MILLION ONE HUNDRED SEVEN THOUSAND FIVE HUNDRED TWENTY
DOLLARS AND ZERO CENTS ($1, 107.520.00) Dollars, ($1, 107,520.00)).
9.
It is further agreed that the performance of this Contract, whether 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 Water Department.
10.
The Contractor agrees to pay at least the minimum wage per hour,__ · '-els e-
same is classified, promulgated and set out by the City of Fort Worth, Tex s"'i: D
attached hereto and made a part hereof the same as if it were copied verb 6M erein. RET'aRv
CITY SEC " 'I
11 . FT. WORTH, TX
It is mutually agreed and understood that this Contract is made an in o y the
Parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth
6 /17 /09 C-3
and the laws of the State of Texas with references to and governing all matters affecting this
Contract, and the Contractor agrees to fully comply with all the provisions of the same.
IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in
counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with
the corporate seal of the City of Fort Worth attached . The Contractor has executed this
instrument through its duly authorized officers in§. counterparts with its corporate seal attached.
!AN O 4 201
Done in Fort Worth, Texas, this the day of , 20_ 7i RECOMMENDED:
DIRECTOR, WATER DEPARTMENT
lk~ ~U¢t1DN LI}
CONTRACTOR
TLE
~ i ~~'~j~ 2.?IIJ'fl Tf 7 5 1¥0
ADDRESS
6 /17/09
CITY OF FORT WORTH
BY:~,~-.~a ""
ASSISTANT CITY MANAGER
ATTEST:
C-4
Contract Authorizatio~
Date
I -L\ -olO \ \
OFFICIAL RECORD
CITY SECRETARY
Ft WORTH, TX