Loading...
HomeMy WebLinkAboutContract 31651 ,r d A 1 NO SPECIFICATIONS AND CONTRACT DOCUMENTS mftl 4, FOR a _ — M-272-B REALIGNMENT .s PHASE 11 SEWER PROJECT NO.; P172-070172141050 DOE NOA -375 MIKE MONCRIEF GARY W. JACKSON MAYOR CITY MANAGER A. DOUGLAS RADEMAKER, P.E., DIRECTOR DEPARTMENT OF ENGINEERING DALE FISSELER, P.E., DIRECTOR WATER DEPARTMENT June 2004 CarternBurgess 777 Main Street Fort Worth, Texas 76102 C&B Job No. - 0 11579.010.1 0001 DAM W. SANFORD �e pin �� FORT WORT11 WWwXFWNet,.org Home I Council Agenda I M&C I Employee Diredbory I Homing Report I MAI'PItSl tT Daft, I Department* 1 Site,Map Print M&C COUNCIL ACTION: Approved on 3/24/2005 -Ordinance No. 16336-03-2005 DATE: 3/24/2005 REFERENCE NO.: **C-20605 LOG NAME: 30SJLOUIS RADIO CODE: C TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Adopt an Appropriation Ordinance and Authorize Execution with Contract to S. J. Louis Construction of Texas Ltd. for Construction of Sanitary Sewer Main M272-B Realignment Phase II (DOE 4563) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of$2,049,662.00 from the Water and Sewer Operating Fund to the Sewer Capital Project Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriation in the Sewer Capital Project Fund in the amount of$2,049,662.00 from available funds; and 3. Authorize the City Manager to execute a contract with S.J. Louis Construction of Texas Ltd., in the amount of$1,822,760.49 for construction of Sanitary Sewer Main M272-B— Realignment Phase II. DISCUSSION: On November 11, 2002 (M&C C-19345), the City Council authorized the City Manager to execute an engineering agreement with Carter& Burgess, Inc. to prepare plans and specifications for relocation of Sanitary Sewer Main M272-6 and Main 15R in the Central Business District of Fort Worth. This project was divided into two phases to facilitate efficient construction of the project. Phase I of the project is completed. Phase II of this project consists of approximately 2,130 feet of 54-inch sanitary sewer pipe, 118 feet of 54-inch sanitary sewer aerial crossing with 60-inch casing pipe, one junction box, five manholes and 6,000 square yards of pavement repair. This main will eliminate the long siphon section and will restore the sewer capacity in the Clear Fork Drainage Basin. The project is located in COUNCIL DISTRICT 9, Mapsco 67Z. Phase II of the project was advertised for bid on June17, 2004 and June 24, 2004. On January 13, 2005, the following bids were received: Bidder Amount Time of Completion S. J. Louis Construction of Texas Ltd. $1.822.760.49 210 Calendar Days Oscar Renda Contracting, Inc. $2,119,419.00 William J. Schultz, Inc. D/B/A Circle "C" Construction Company $2,213,845.00 In addition to the contract cost, $172,240.00 is required for inspection and survey and $54,661.51 is provided for project contingencies. S. J. Louis Construction of Texas Ltd. is in compliance with the City's M/WBE Ordinance by committing to 16% M/WBE participation. The City's goal on this project is 16%. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation 1 and the adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1_ 1)PE45 538070 0709020 2 049 662.00 PW58 472045 709170019900 $2,049,662.00 $1,822,760.00 2)P258 531350 709170019952 $36,455.00 2)P258 531350 709170019980 $2,734.00 2)P258 533010 709170019981 $1,822.00 2)P258 531350 709170019982 $1,822.00 P)258 541200 709170019983 $1,877,422.00 2)P258 531350 70917001998418 220.00 2)P258 531350 709170019985 $109,365.00 2)P258 531350 709170019991 $1,822.00 Submitted for City Manager's Office bT. Marc Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) ATTACHMENTS Appropriation_Ord..pdf • At^. 15, 2004 1 t : 33AM VT- 735-6148 NO. 9332 P. 2, 2 6►d IR&X- CITY OF FORT VVORTH DEPARTMENT OF ENGINEERING ADDENDUM No. 1 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR M-272-B REALIGNMENT PHASE II D.O.E. NO. 3755 SEWER PROJECT NO. P172-070172141050 BID RECEIPT DATE: POSTPONED UNTIL FURTHER NOTICE ADDENDUM ISSUE DATE: July 15, 2004 Prospective bidders are herby notified of the following: 1. Change DOE No. from"3755"to "4563". 2. The bid opening and receipt of bids are hereby postponed until further notice. 3. All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. This Addendum No. 1 forms a part of the Contract Documents referenced above and modifies the Original Contract Document and Plans. Acknowledge receipt of this Addendum in the space provided below,in the proposal(page B-11),and acknowledge receipt on the outer envelope of you bid. Failure to acknowledge could subject the bidder to disqualification. " A signed copy of this Addendum shall be placed into the proposal at the time of the bid submittal. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A. Douglas Rademaker, P.E. RECEIPT ACKNOW L GEMS Director, Dept. of En By:-7kk Trice, P.E. Langer, Consulting Services , ADDENDUM NO. 1 1 of 1 Spec' 15�9©K CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM No. 2 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR M-272-B REALIGNMENT PHASE II D.O.E. NO. 4563 SEWER PROJECT NO. P172-070172141050 BID RECEIPT DATE: THURSDAY, January 6, 2005 ADDENDUM ISSUE DATE: DECEMBER 21, 2004 Prospective bidders are herby notified of the following: CONSTRUCTION CONTRACT DOCUMENTS (SPECIFICATIONS) PART A—NOTICE TO BIDDERS AND COMPREHENSIVE NOTICE TO BIDDERS Delete the first paragraph and replace with the following: Addressed to Mr. Charles Boswell, Interim City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 p.m.,January 6. 2005 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. (:Athird paragraph and replace with the following: onference will be held on Tuesday, December 28.2004 at 11:00 a.m., in room 270 on the 2nd floor icipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. PART B—PROPOSAL Remove the Proposal in its entirety and replace with the attached Proposal. PART DA—ADDITIONAL SPECIAL CONDITIONS - Add the attached DA-115 in its entirety to the additional special conditions. Note that the Contractor is required to submit testing data at time of bid per DA—132 Supplemental Pipe Testing Section B. Submittals,4. Shop Drawings, Product Data, and samples,c.Testing Results, Item 1. - PART E—TECHNICAL SPECIFICATIONS Add the attached Section 03015 in its entirety to the technical specifications. Add the attached Section 09920 in its entirety to the technical specifications. CONSTRUCTION CONTRACT DOCUMENTS (SPECIFICATIONS) Remove all references to Fiberglass Reinforced Pipe(FRP). Contractor shall select pipe to be used on this project from the list of pipe materials listed on B-10 for bid items 1 &2 of the Proposal in the Contract Documents. Remove Sheet 4 and replace with the attached Sheet 4 containing Revision 1 ^^ Remove Sheet 8 and replace with the attached Sheet 8 containing Revision 1. Remove Sheet 9 and replace with the attached Sheet 9 containing Revision 1. Added the following Note to Sheet 5. "Removal and replacement of new light standards and pole bases to be installed by the City of Fort Worth- TPW" Addendum No. 2 1 of 2 12/21/04 This Addendum No. 2 forms a part of the Contract Documents referenced above and modifies the Original Contract Document and Plans. Acknowledge receipt of this Addendum in the space provided below, in the proposal (page B-11), and acknowledge receipt on the outer envelope of you bid. Failure to acknowledge could subject the bidder to disqualification. A signed copy of this Addendum shall be placed into the proposal at the time of the bid submittal. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non- responsive. A. Douglas Rademaker, P.E. RE. TppA��CpKNOWL GEMENT: 4LD1ireor, Dept. of Engineering By: rice, PE. er, Consulting Services Addendum No. 2 2 of 2 k 12/21J04 :' DA-115 SUPPLEMENTAL PIPE TESTING A. GENERAL L SCOPE This section describes the testing program for large diameter pipe (greater than 36"). The pipe selected by the Contractor shall follow the guidelines in this section to test the pipe and appurtenances with industry standards. Testing will be performed at a pre-determined location as described in this specification. All testing will be completed along with analysis of test results prior to the determination that the pipe complies with the specifications. The City of Fort Worth shall have the final decision of selecting the type of testing and determination of acceptance of the pipe. 2. REFERENCE a. ASTM C 76 - Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe b. ASTM C 497—Test Method for Concrete Pipe, Manhole Sections, or Tile c. ASTM D 3262- Standard Specification for"Fiberglass"(Glass-Fiber- Reinforced Thermosetting-Resin) Sewer Pipe d. ASTM D 2412 -Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading e. ASTM D 3681 - Standard Test Method for Chemical Resistance of "Fiberglass"(Glass-Fiber-Reinforced Thermosetting-Resin)Pipe in a Deflected Condition B. SUBMITTALS 1. RELATED DOCUMENTS Drawings, Contract Specifications and City of Fort Worth specification apply to the work of this section. 2. DESCRIPTION OF WORK a. Prior to supplemental pipe testing the following submittals shall be made: 1. Contractor shall submit shop drawings, samples, product data and other pertinent information related to the pipe used on the project. This includes but is not limited to pipe samples and related material required to be delivered to the testing facility as directed by the City of Fort Worth or the Engineer, data, performance curves and other related materials from previous performed manufacturer's tests including but not limited to tests indicated in the Pipe Material Tests section of this specification (as applicable to the pipe selected). Addendum No. 2 1 12/21/04 h b. All submittals shall be clearly identified by reference to Drawing No. or Detail as applicable. Submittals shall be clear and legible and of sufficient size for presentation of data. 3. DEFINITIONS a. Shop drawings include specially prepared technical data for this project, including drawings, diagrams, schedules, and measurements. b. Product data includes all standard printed information on materials, products and systems. c. Samples include physical examples of materials, either for limited visual inspection or(where indicated) for more detailed testing and analysis. d. Miscellaneous submittals related directly to the work include warranties,workmanship bonds, data and reports, physical work records, quality testing and certifying reports,record drawings, field measurement data, operating and maintenance materials applicable to the work and not processed as shop drawings,product data or samples. 4. SHOP DRAWING, PRODUCT DATA,AND SAMPLES a. Shop Drawing 1. Shop drawings shall include test reports including performance curves, test results from applicable ASTM and AWWA standards, and certifications, as applicable to the work. 2. All shop drawings submitted by a subcontractor or manufacturer for approval shall be sent directly to the Contractor for checking. The Contractor shall be responsible for their submission at the proper time so as to prevent delays in the delivery of material. 3. The Contractor shall check all subcontractors shop drawings regarding measurements, size of members, materials,and details to satisfy him that they conform to the intent of the Drawings and Specifications. Shop drawings found to be inaccurate or otherwise in error shall be returned to the subcontractor for correction before submission thereof. 4. All details on shop drawings submitted for approval shall show clearly the relation of various part of the project and where correct fabrication of the work depends upon field measurements; such measurements shall be made and noted on the drawings before being submitted for approval. b. Product Data 1. Product data shall include but are not necessarily limited to standard prepared data from manufacturer(sometimes refer to as catalog data), such as the manufacturer's product specification and installation instructions,references, manufacturer's printed statements of compliances and applicability, rough-in diagrams, Addendum No. 2 2 12/21/04 catalog cuts,product photographs,printed performance curves, manufacturer's quality assurance/quality control testing at the conclusion of pipe manufacturing, certifications,production operating procedure and maintenance instructions, recommended spare parts listing and printed product warranties, as applicable to the work. 2. The Contractor,per a City of Fort Worth request, shall provide production or quality control inspection and test reports for the pipe in the project. c. Testing Results 1. For the purposes of comparison with the data generated by the Independent Testing Organization, the Contractor shall provide the manufacturer's data obtained on the specific tests described in Section C-2b. Specifically, the data to be provided shall be for each test for the pipe material type selected by the contractor. If the manufacturer has not performed tests on this pipe diameters, then the Contractor shall state the data is not available for submittal and provide the test results that best represent the specifications on the selected pipe material. This data shall be provided to the City of Fort Worth and the Engineer with the bidding packages. If the data is not submitted with the bidding packages then the Bid Proposal will be considered non-responsive. This data shall be in the form of tabled digital data as well as graphs with trend lines. The submittal needs to identify the diameter, class and characteristics of the pipe tested to identify the tested pipe with the pipe standards in these specifications. 2. In addition to providing the test data that he has generated,the Contractor shall identify the organization that produced these data, the testing protocols that were used, the credentials and certifications for this testing, the manufacturing facility that produced the pipe, its location, the date of manufacture, and any other information relevant to or relating to a useful comparison with the data of the Independent Testing Organization. d. Samples 1. Samples shall include but are not necessarily limited to physical examples of the work such as sections of pipe and related material and, small section or cuts out of the product to be used by the Engineer or City of Fort Worth for independent inspection, and testing as applicable to the Work. Pipe test samples are required as stated in Section C. Supplemental Pipe Testing. 5. SUBMITTAL REQUIREMENTS a. General: Comply with requirements specified herein for each indicated submittal, and with the technical requirements. All submitted materials shall become the property of the City of Fort Worth. Addendum No. 2 3 12/21/04 w b. The Contractor shall review, including Y those b the subcontractor, quality assurance data, shop drawings,manufacturer's product data, catalog cuts, descriptive data, samples and other information at one time except as noted. Where action on one submittal is dependent on another it shall be submitted in compliance with action taken on another, the action may be more rapid if they are received at the same time. The City of Fort Worth will review submittals in a timely manner. Samples shall be submitted in compliance with contract documents and are the responsibility of the Contractor. The Contractor or his Authorized Representative shall certify by his signature and a Professional Engineer licensed in the United States and a date that each submittal is correct and in strict conformance with contract drawings and specifications except as otherwise stated. All proposed deviations requested by the Contractor shall be noted and the reasons for the deviation set down in writing and the deviations annotated on the shop drawings or materials will be returned to the Contractor for correction. The Contractor's review shall determine and verify the following: 1. Field measurements 2. Field construction criteria 3. Material organized in an orderly manner 4. Conformance with the specifications c. Within five days after acknowledgment of Notice to Proceed and before any material or equipment is purchased. Submit for approval five copies as referenced herein. d. Each shop drawing, sample and product data submitted by the. Contractor shall have affixed to it the following certification Statement including the Contractor's Name and signature by the person who actually reviewed the submittal. "Certification Statement: By this submittal, I hereby represent that I have determined and verify field measurements, field construction criteria,dimensions, conformance with the specifications and I have checked and coordinated each item with applicable approved shop drawings." e. Shop drawings larger than 8 '/Z"x 11"shall be folded 8 %Z"x 11". Submittals shall be bounded together in an orderly fashion and bear the above certification statement on the cover sheet. The cover sheet shall fully describe the packaged data and include a listing of all items within the package. Provide to the Construction Manager a copy of each submittal transmittal sheet for shop drawings,product data and samples at the time of submittal of said drawing,product and sample to the Engineer. f. Notify the Engineer in writing, at any time of submittal,of any deviations in the submittal from the requirements of the Contract Documents. g. The review and approval of shop drawings, samples or product data by the Engineer shall not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. All risks of Addendum No. 2 4 12/21/04 r Error and Omission are assumed by the Contractor and the Engineer will have no responsibility therefore. h. No portion of the work requiring shop drawings, samples or product data shall be started nor shall any material be fabricated or installed prior to the approval or qualified approval of such item. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data shall be at the Contractor's risk. The City of Fort Worth will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. i. Project work, materials, fabrication, and installation shall conform to approved shop drawings, applicable samples and product,data. 6. REVIEW OF SHOP DRAWING,PRODUCT DATA AND SAMPLES a. The City of Fort Worth or the Engineer will annotate each submittal to indicate the action taken: Final Unrestricted Release: Where submittals are marked "Approved", that part of the work covered by the submittal may proceed provided it complies with requirements of the Contract Documents; final acceptance will depend upon that compliance. b. Final But Restricted Release: When submittals are marked "Approved p as Noted", that part of the work covered by the submittal may proceed provided it complies with notations or corrections on the submittal and requirements of the Contract Documents; final acceptance will depend on that compliance. c. Returned for Resubmittal: When submittal is marked "Disapproved" do not proceed with that part of the work covered by the submittal, including purchasing, fabrication, delivery,or other activity. Revise or prepare a new submittal in accordance with the notations; resubmit without delay. Repeat if necessary to obtain a different action. Do not permit submittal marked "Disapproved" to be used at the Project site, or elsewhere where work is in progress. d. Other Action: Where a submittal is primarily for information or record purposes, special processing or other activity, the submittal will be returned, marked "Action Not Required". C. SUPPLEMENTAL PIPE TESTING Supplemental testing of the pipe that is offered by the Contactor will be performed by an Independent Testing Organization selected by the City of Fort Worth. This testing is not meant to be comprehensive,but will suffice only for producing data that will allow the Engineer to verify that the manufacturer's data are valid and appropriate for the project. This testing will be performed only on the pipe material that is provided by the Contractor to whom the project is to be awarded. All supplemental testing will be accomplished using ASTM, AWWA and/or other standardized procedures that are well established and well known to the industry. 1. SAMPLING Addendum No. 2 5 12/21/04 a. The Contractor shall deliver the pipe material to the Independent Testing Organization at a time and in the amounts determined by the City of Fort Worth. The required number of pipe joints, pipe size and testing method will depend upon the pipe material. The Independent Testing Organization will develop these requirements for the pipe that is included in the bid that the City of Fort Worth selects. It is the responsibility of the Contractor, via the pipe manufacturer, to deliver its pipe samples in a form appropriate for the specific tests that are designated for the class that corresponds to their material. In addition,pipe diameters, wall thicknesses and other particulars must conform to specifications. b. Pipe to be tested by the independent testing organization can either be selected from a group of pipe at the manufacturer's facility or it can be manufactured especially for this testing. The pipe to be tested must have come from the same production line,manufacturing facility, supply of raw materials, the environmental conditions during manufacture and storage, the pipe transportation methods, and quality control procedures. c. The Engineer will contact the pipe manufacturers following the contract award to affirm an acceptable means to collect and deliver the samples of pipe. d. The minimum quantity of pipe needed for testing will be specified by the Independent Testing Organization. The total quantity of pipe required will include at least two extra pipe joints that the City of Fort Worth can use for retesting at its discretion. Any pipe not used for testing will be the property of the City of Fort Worth. At his own cost,the Contractor can supply treble the amount of pipe that is required to prepare for the possibility that a second round of testing will be agreed to by the City and the Contractor—see section 4e below. e. At no time can the pipe composition or pipe design be changed after the pipe is delivered to testing facility unless specifically authorized by the City of Fort Worth. 2. PIPE MATERIALS TESTS a. The mechanical and chemical nature of the various different types of pipe materials dictate that a different set of tests be performed for each class of materials. The general scope of the testing will be the same for all pipe classes. It is anticipated that the pipe material to be tested will be either reinforced concrete pipe, reinforced concrete cylinder pipe or fiberglass pipe. b. The testing of reinforced concrete pipe will be generally governed by ASTM C76, and will include two specific tests that are described in ASTM C497. These are: (1)the external load crushing test by the three edge bearing test method, and (2)the hydrostatic test. The testing of reinforced concrete cylinder pipe will similarly utilize the external load crushing test by the three edge bearing test method, and the hydrostatic test in accord with ASTM C497. The testing of fiberglass reinforced pipe will be generally governed by ASTM D3262, and will include two specific tests. These are: Addendum No. 2 6 12/21/04 !I I (1) the strength test in ASTM D2412, and(2) the chemical resistance test in ASTM D3681. c. With one exception, the testing is to conform to the standards. The one exception is that the long term test for fiberglass materials, ASTM D3681 which requires a 10,000 hour result,is to be planned such that sufficient data for comparison with the manufacturer's data will be acquired within 1,000 hours. 3. RESULTS a. The results obtained by the Independent Testing Laboratory shall be recorded and reported by them as specified in the standard test procedures, and in any additional forms requested by the City and its Consultants to enable them to better assess the viability of the particular pipe material that has been offered by the Contractor. b. The assessment of the data obtained by the Independent Testing Laboratory will be made in conjunction with an examination of any and all of the data provided by the Contractor—see Section B 4 Cl. The extent to which the Contractor's data will be used will be at the discretion of the Engineer 4. ACCEPTANCE/REJECTION a. If, in the City of Fort Worth's opinion, the totality of the testing(i.e., the manufacturer's data and the supplemental testing data) has fully confirmed that the strength, durability and resistance of the pipe will be acceptable, the pipe will be approved, and the Contractor will be promptly notified that the project can commence. b. If problems have been found with these data from either or both of the tests performed by the Independent Testing Organization, the Contractor and the pipe manufacturer will be notified of this fact, and will be fully informed on the testing results. In this case, if they so desire, the manufacturer and the Contractor will be given an opportunity to meet with representatives of the City, the Engineer, and the Independent Testing Organization to review and discuss these data in detail. This meeting would be held at a site designated by the City of Fort Worth, at the earliest possible time that all of the principal participants are able to participate. c. If the problems with the data have not been resolved and the pipe testing results remain unsatisfactory,the Contractor shall justify the reason(s)why the pipe should not be disqualified for use on the project. The Contractor may request, and the City may allow at its discretion, additional testing by the Independent Testing Organization. The City's decision on the acceptability of the pipe material is final. d. The Contractor's request for further testing may be granted by the City of Fort Worth if it is not possible to reach a satisfactory conclusion from the test results. Possible reasons include,but are not limited to, (1) large scatter in duplicate tests, (2) data that do not qualify under the standard, Addendum No. 2 7 12/21/04 and 3 unexplainable and significant differences between the data ( ) P � developed by the Independent Testing Organization and the manufacturer. e. A second round of testing by the Independent Testing Organization will include all tests previously performed,but with at least double the number of specimens (i.e., data points). The pipe that is provided for these tests must also have come from the same production line, manufacturing facility, supply of raw materials, the environmental conditions during manufacture and storage, the pipe transportation methods, and quality control procedures. f. The costs for any or all additional testing that will be conducted by the Independent Testing Organization, and for the services of the Engineer with that testing, will be the responsibility of the Contractor. g. At the Contractor's option, a second meeting at a time and place of the City's choosing will then be held to review and discuss the newly obtained results. This discussion will not be limited to the new data,but, as in the first meeting, all of the data—including that provided by the manufacturer from its own testing—shall be taken into account. h. At any time before, during or following the completion of this retesting, the City will have the authority to deem the pipe test results to be acceptable, and to notify the Contractor that the project can be initiated. Similarly, the City will also have the unequivocal authority to decide that the results are unsatisfactory, and to terminate the supplemental pipe testing program. No additional contract time will be given to the Contractor for retesting pipe due to failed tests. No additional compensation will be given to the Contractor for retesting pipe due to failed test. i. If the City desires to terminate the supplemental pipe testing program, they may pursue one of the following two options: (1) Contractor shall submit another pipe manufacturer's pipe per Part C- General Conditions C5-5.10 Removal of Defective and Unauthorized Work(at the same pipe pay item unit price), whereupon the supplemental testing will be performed on that pipe, as outlined above(at the Contractor's expense); or(2)-terminate the Contract as stated in Part C- General Conditions C7-7.16 Termination for Convenience of the Owner, November 1, 1987 and re-advertise the project for new bids. j. The City of Fort Worth reserves the right to perform additional supplemental pipe tests in addition to the above described testing, at its discretion, prior to installation. The pipe selected for testing may included pipe being delivered to the project, pipe at the factory, installed pipe, or any combination of these pipe. If the pipe is deemed unacceptable,the Contractor will replace all unsatisfactory pipes at his cost and additional testing will be performed until pipe is determined to be satisfactory. The pipe cost and the cost of supplying pipe shall be the responsibility of the Contractor. All other costs for this "additional supplemental" testing will be at the City's expense. The City will issue a Change Order equal to the cost of the testing to cover the costs of testing that it initiates. 5. WITNESSES 8 12/21/04 Addendum No. 2 r- a. The Consultant representing the City of Fort Worth, if the City so decides, may visit the plant of the selected pipe material to review the operations and procedures. b. The Consultant representing the City of Fort Worth will have the responsibility of monitoring the supplemental pipe tests, advising the Independent Testing Organization, and taking notes of the proceedings. The Consultant will be the arbitrator of any disputes regarding the tests. c. The Consultant representing the City of Fort Worth, the City of Fort Worth, the Contractor, and a representative of the Pipe Manufacturer shall have the right to witness the testing program at the Independent Testing Organization's facility. This includes observing: 1. the manufacturing process 2. the quality assurance inspections 3. the tests of the selected product by the independent testing facility. d. The Consultant representing the City of Fort Worth, the City of Fort Worth, and the Independent Testing Organization shall be able to complete their duties and responsibilities without any undue influence from the Contractor,the Manufacturer or their representatives. D. TESTING LABORATORY SERVICES L GENERAL The testing program will be performed by an Independent Testing Organization. After a review of several candidate organizations, the best qualified organization was determined by the City of Fort Worth and its Consultant to be Stress Engineering Services, Inc. of Houston, TX. 2. LABORATORY NAME, LOCATION AND POINT OF CONTACT Stress Engineering Services, Inc 13800 Westfair East Drive Houston,TX 77041-1101 Contact : Chris Alexander, Staff Consultant Phone number: 281-897-6504 E-Mail: chris.alexander@stress.com 3. TRANSPORTATION Pipe, seals,joints (couplings) and related material shall be delivered to the laboratory(s) indicated in this specification. E. COSTS 1. The Contractor shall pay for the Independent Testing organization, together with administration and overhead, with the amount allotted in the Proposal Item 44 (a,b or c). This amount shall be considered full compensation for all costs relating to performing the supplemental testing program. Addendum No. 2 9 12/211'04 2. The Contractor shall contract with the testing laboratory laborato service(Stress Engineering Services, Inc) for the contract amount stated in their proposal for the appropriate pipe material. F. SCHEDULE 1. All time used to conduct supplemental testing(including retesting)will be considered part of the Calendar day Bid for this project. Testing shall begin immediately following a"Notice to Proceed." Addendum No. 2 10 12/21/04 SECTION 03015 PVC CORROSION PROTECTION FOR CONCRETE SANITARY SEWERS, MANHOLES, AND STRUCTURES PART 1 - GENERAL 1.1 This section specifies the supply and installation of PVC protection against hydrogen sulfide-based corrosion. The work covered in these specifications consists of furnishing all labor, equipment, appliances, and materials necessary for the installation of the following protective coating. 1.2 PVC PLASTIC LINER 1. The purpose of this specification is to obtain an inert durable liner, which is resistant to biosulfuric acid attack, and which meets the strength requirements included herein. 2. The Contractor shall furnish and install plastic liner in reinforced concrete pipe and structures as shown on the Plans and herein specified. The purpose of the liner is to effectively protect from corrosion the concrete surfaces to which it is applied. The pipe and pipe joints are the sole method of sealing. It is not intended for the liner to prevent outside water from entering the system. To accomplish this, it is essential that the liner be continuous and free from any holes, defects, or other faults, and that any joint welding and sealing be equally as effective as the liner. All plastic liner furnished shall be white. The interior area of reinforced concrete pipe and structures shall be sealed and protected with the specified lining as shown on the Plans. All joints between individual sheets or sections of liner shall be continuously heat welded by the use of welding strips of the same kind and equivalent thickness of material as the liner (with the exception of the integral extension ribs). PART 2 - PRODUCTS 2.1 MATERIALS 1. T-Lock - The liner shall be white in color and be cast into all pipe at the time of manufacturing. The pipe shall have a 360° liner coverage. 2. The PVC liner shall be Amer-Plate T-Lock as manufactured by Ameron Protective Linings Division, Brea, California or engineer approved equal. 2.2 SUBMITTALS Product data submittals to include the following as a minimum: "" Addendum No. 2 03015-1 12/21/04 1. Details of the installation process. 2. All field procedures. 3. Recommend repair methods. 4. Model and specifications for the electrical holiday detector to be provided and become the property of the owner upon completion of the contract. 5. Physical and chemical data of the liner. 6. Special details and shop drawings. The Contractor shall submit to the City for approval, shop drawings of installation details showing how the R structure will be lined. These drawings shall show how returns, corners, joints and coverage will be accomplished. No line shall be placed until these drawings have been submitted to the Engineer and approved in writing. 2.3 COMPOSITION The materials used in all sheets of plastic liner and in all joint, corner, and welding strips for the liner shall be a high molecular weight polyvinyl chloride (PVC) resin and other necessary ingredients compounded to make permanently flexible sheets and strips for lining concrete pipe and structures. PVC resin shall constitute not less than 99 percent, by weight, of the resin used in the formulation. Copolymer resins shall not be permitted. The material used in joint strips and in plain sheets of plastic liner shall be identical to that used in sheets having locking extensions. Changes in formulation will be permitted only after prior notification of the Engineer and only if the manufacturer can demonstrate to the satisfaction of the Engineer that the plastic liner continues to meet or exceed all requirements in this specification for chemical resistance and physical properties. Plastic liner shall be impermeable to sewage gasses and liquids and shall be nonconductive to bacterial or fungus growth. All liners shall be factory checked electrically to insure freedom from any porosity. The lining shall have good impact resistance, shall be flexible, and shall have an elongation sufficient to bridge up to 1/8 inch settling crack, which may take place in the pipe or in the joint after installation, without damage to the lining. Once cast into the concrete of structures or pipe, the lining shall be permanently and physically attached to the concrete by the T-lock mechanism and shall not rely on an adhesive bond unless otherwise specified.at a specific location. The lining shall withstand a 15 psi back hydrostatic pressure applied to the under surface of the lining without losing anchorage or without rupture or leakage. Addendum No. 2 03015-2 12/21/04 2.4 PHYSICAL PROPERTIES The Engineer, at any time during manufacture, or at any time prior to final acceptance of the work, may sample each type of sheet and strip. The samples thus taken shall be subject to the tests set forth below: 1. Tensile specimens shall be prepared in accordance with ASTM D-412 using die B. These shall be cut from sheets, joint strips, and flat welding strips. 2. Weight change specimens shall be 1 by 3 inches and of specified sheet thickness. Test specimens shall be conditioned to a constant weight at 110F before and after submersion in the following solutions for a period of 112 days at 77 t 5F. At 28 day intervals, tensile specimens and weight change specimens shall be removed from each of the chemical solutions and tested. Chemical Solution Concentration Sulfuric acid 20%* Sodium hydroxide 5% Ammonium hydroxide 5%* Sodium hypochlorite 1%* Nitric acid 1%* Ferric chloride 1% Soap 0.1% Detergent (linear alkyl benzyl sulfonate or LAS) 0.1% Bacteriological BOD not less than 700 MG/L * Volumetric percentages of concentrated C.P. grade reagents. All plastic liner sheets, joint, corner, and welding strips shall have the following physical properties when tested at 77* t 5'F. After 112 days exposure in above Prop Initial listed chemical solutions** Tensile strength 2200 poi min. 2100 poi min. Elongation at break 200% min. 200% min. Indentation hardness Inst. 50-60 +5 with-respect to (Shore urometer, 10 sec. 35-50 initial test result Type D) Weight change +1.5°i Addendum No. 2 03015-3 If any specimen fails to meet the 112 day requirements before completion of the 112 day exposure, the material shall be subject to rejection. Liner locking extension embedded in concrete shall withstand a test pull of at least 100 pounds per linear inch, applied perpendicularly to the concrete surf ace for a period of one minute, without rupture of the locking extensions or withdrawal from embedment. This test shall be made at 75 t 5F. All plastic liner sheets, including locking extensions all joint, corner, and welding strips shall be free of cracks, cleavages, or defects adversely affecting the protective characteristics of the material. The Engineer may authorize the repair of such defects by approved methods. Specimens taken from sheets and strips at any time prior to* final acceptance of the work, when tested as specified, shall meet the requirements set forth above. 2.5 DETAILS AND DIMENSIONS 1. THICKNESS OF MATERIAL: Liner to be bonded to concrete by means of integral locking extensions embedded in the concrete shall have a minimum thickness of 0.065 inch. Liner to be bonded to concrete or steel surfaces by means of adhesive shall have a minimum thickness of 0.094 inch. Welding strips shall have a minimum thickness of 0.094 inch and maximum thickness of 0.156 inch. Joint strips shall have a minimum thickness of 0.075 inch. 2. SHEET AND STRIP SIZE: Sheets of liner shall be as large as practicable to adequately fit the intended use. Large sheets shall be formed in the shop by lapping basic size sheets a minimum of 0.50 inch and fusing the sheets together in such a manner as to produce a continuous welded joint. Specimens taken from shop welded joints shall show no cracks or separation and shall be tested in tension after flexing. Each specimen shall withstand a minimum load of 132 pounds per linear inch of weld, or the product of 2,000 psi times the minimum thickness in inches of the material adjoining the weld, whichever is greater. The thickness shall be taken within a 2 inch gauge length. Tears, cracks, or separation in the laps shall be cause for rejection. Joint strips shall be 4 t 0.25 inches wide and shall have each edge beveled prior to application. Welding strips shall be 1 t 0.15 inch wide. All welding and outside corner strips shall have edges beveled at time of manufacture. 3. LOCKING EXTENSIONS: All liner cast into concrete shall have integral locking extensions embedded in the concrete. Locking extensions shall Addendum No. 2 03015-4 12/21/04 be of the same material as the linerlate and shall be integral with the P 9 sheets of liner plate. Locking extensions shall have an approved cross section with a minimum height of 0.375 inch and a minimum web thickness of 0.085 inch. They shall be approximately 2-1/2 inches apart and shall be such that when the extensions are embedded in concrete, the liner will be held permanently in place. y Locking extensions shall be parallel and shall be continuous except where ' omitted for joints and transverse weep channels and strap channels. Weep channels and strap channels, which involve the omission of locking extensions, as specified under WEEP CHANNELS and STRAP CHANNELS respectively, may be made during the manufacture of liner. 4. WEEP CHANNELS: At 12 foot maximum intervals along line longitudinally, a gap not less than 2 inches, or 3-1/2 inches in the case of extruded sheets, nor more than 4 inches wide shall be' left in all locking extensions to provide an unobstructed transverse weep channel. Any area behind liner that is not properly served by regular weep channels, shall have additional weep channels 2 inches wide provided by cutting away locking extension. Provisions shall be made to permit water behind the liner of concrete manhole shafts to drain into the weep channels of the lined structure. If a section of pipe requires more than one weep channel, the weeps shall be equidistant apart from the ends of the pipe section. Weep channels shall be cut into the extruded sheet so that a maximum of 1/32 inch of the base locking extension is left on the sheet. At each pipe joint and at transverse joints in cast-in-place structures, a gap of not less than 2 inches nor greater than 4 inches shall be left in all locking extensions to provide a transverse weep channel. If locking extensions are removed to provide a weep channel at joints, the base of the extension left on a sheet shall not exceed 1/32 inch. A transverse weep channel shall be provided approximately 12 inches from each liner return where surfaces lined with plastic liner join surfaces that are not so lined. As part of the work of installing liner, all outlets of transverse weep channels shall be cleared of obstructions that would interfere with their proper function. N 5. STRAP CHANNELS: All sheets having locking extensions extruded thereon shall have transverse strap channels cut in the locking extensions so that the strap can be placed into and perpendicular to the locking extensions. These channels shall not be less than 1/2 inch wide and no more than 3/4 inch wide and shall be cut so that a maximum of 1/32 inch of the base of the locking extension is left in the base of the strap channel. Strap channels shall be placed a minimum of 15 inches on center to a maximum of 18 inches. The strap channels shall not be cut through the two locking extensions on each side of the sheet. Addendum No. 2 03015-5 12/21/04 6. FLAPS: When transverse flaps are required, they shall be fabricated so that a maximum of 1/32 inch of base of the locking extension is left on the sheet. PART 3 - EXECUTION 3.1 TESTING All liner shall be shop-tested for holes, using an approved spark detector. Sheets having holes shall be satisfactorily repaired in the shop and retested prior to shipping the sheets to the project site or the pipe manufacturing plant. Repairs shall be made only by welders prequalified as provided herein. The City may take test samples at the point of manufacture during production of sheet and strip material. All sheets to be used in reinforced concrete pipe shall be tested at the pipe manufacturer's plant as well as in the field. If these tests are performed outside the metroplex area the Owner shall be provided with air transportation for not less than two (2) representatives to witness the test. 3.2 INSTALLATION OF PLASTIC LINER 1. GENERAL. The installation of all plastic liner shall be done in accordance with these Specifications and the Plans. Liner shall be applied and secured to the forms and inspected and approved by the City prior to the placement of reinforcing steel. The liner shall have 360' coverage. 2. QUALIFICATION OF INSTALLERS. a. Applicators. The application of plastic liner to forms and other surfaces shall be considered as highly specialized work. Personnel performing this type of work shall be trained in methods of installation and shall demonstrate their ability to the City. b. Welders. Each welder shall prequalify by successfully passing a welding test before doing any welding. Requalification may be required at any time deemed necessary by the Engineer. All test welds shall be made in the presence of the City and shall consist of the following: i. Two pieces of liner, at least 15 inches long and 9 inches wider shall be lapped 1-1/2 inches and held in a vertical position. ii. A welding strip shall be positioned over the edge of the lap and welded to both pieces of liner. Each end of the welding ' Addendum No. 2 03015-6 12/21/04 Pit strip shall extend at least 2 inches beyond the liner to provide tabs. The weld specimen shall be submitted to the City and shall be tested as follows: i. Each welding strip tab, tested separately, shall be subjected to a 10 pound pull normal to the face of the liner with the liner being held firmly in place. There shall be no separation between the welding strip and liner when the welding tabs are submitted to the test pulls. Three test specimens shall be cut from the welded sample and tested in tension across the welds. If none of these specimens fail when tested as specified herein, the weld will be considered as satisfactory in tension. If one of the specimens fails to pass the tension test, a retest will be permitted. The retest shall consist of testing three additional specimens cut from the original welded sample. If all three of the retest specimens pass the test, the weld shall be considered satisfactory. A disqualified welder may submit a new welding sample when, in the opinion of the City, he has had sufficient off-the-job training or experience to warrant reexaminations. 3. PLACING PLASTIC LINER a. Coverage. Liner shall cover, as a minimum, the areas to be lined as shown on the Plans. The offset of each longitudinal terminal edge of sheet on adjoining pipe sections after pipe is installed shall not be greater than 1-1/2 inches. At a station where there is a difference in coverage, as shown on the Plans, and the longitudinal terminal edges of liner downstream from said station are lower than those upstream, the terminal edges of the liner installed in the section of pipe or structure immediately upstream from the station shall be sloped uniformly for the entire length of the section of pipe or structure from the limits of the smaller coverage to those of the greater coverage. Wherever the longitudinal terminal edges of liner downstream from the station are higher than those upstream, the slope shall be accomplished uniformly throughout the length of the section of pipe or structure immediately downstream from the station. An approved locking extension shall be provided along all tapered lower terminal edges of lines. b. Positioning Liner. All liner installed in pipe shall be positioned so that the locking extensions are parallel with the axis of the pipe. Addendum No. 2 03015-7 12/21/04 Liner shall be centered with respect to the "T" of the pipe when the inner form is positioned. Liner shall be set flush with the inner edge of the bell end of a pipe section and shall extend either to the spigot end or to approximately 4 inches beyond the spigot end, dependent upon the type of liner joint to be made with the adjoining pipe. All liner installed in a cast-in-place structure shall be positioned so that the locking extensions are parallel to the axis of the structure, and all liner installed in other structures shall be positioned with locking extensions horizontal unless otherwise indicated on the Plans. Liner sheets shall be closely fitted to inner forms. Sheets shall be cut to fit curved and warped surfaces using a minimum number of separate pieces. The Contractor shall furnish sketches to the Engineer showing the proposed layout of liner sheets for cast-in-place structures. The sketches shall show the location and type of all field welds. The Engineer may require the use of patterns or the marking of sheet layouts directly on the forms where complicated or warped surfaces are involved. At transverse joints between regular size sheets of liner, used in cast-in-place structures and at all pipe joints, the space between ends of locking extensions, measured longitudinally, shall not exceed 4 inches. Where sheets are cut and joined for the purpose of fitting irregular surfaces, this space shall not exceed 2 inches. C. Securing Liner in Place. Unless alternate methods are approved by the Engineer, liner shall be secured in place to the inner pipe forms with steel banding straps and the sheet to be provided with strap channels in accordance with Subsection DETAILS AND DIMENSIONS. Only finished nails may be used on wood forms. Where form ties or form stabilizing rods pass through liner, provisions shall be made to maintain the liner in close contact with the forms during concrete placement. 4. LINER RETURNS. A liner return shall be installed where shown on the Plans and wherever surfaces lines with plastic liner join surfaces that are not so lined, such as brick, clay pipe, cast iron pipe, manhole frames, and metal or clay tile gate guides. Unless otherwise indicated, returns shall be made as follows: a. Each liner return shall be a separate strip of liner at least 3 inches wide joined to the main liner by means of approved corner strips. Addendum No. 2 03015-8 12/21/04 b. Corner strips shall be welded continuously to the return and to the main liner and applied wherever possible from the back of the lining. C. Locking extensions shall be provided on returns to lock the returns to the concrete of plastic lined, cast-in-place structures. Locking extensions will not be required on liner returns installed on lined precast concrete pipe. d. Each liner shall be sealed to adjacent construction with which it is in contact as shown on the Plans or as approved by the Engineer. 5. CONCRETE OPERATIONS. a. Concrete Placement. Concrete placed against liner shall be carefully vibrated so as to avoid damage to the liner and to produce a dense, homogeneous concrete securely anchoring the locking extensions into the concrete. External vibrators shall be used in addition to internal vibrators, particularly along the lower terminal edge of plastic liner. If approved stiffeners are used along locking extensions of liner installed in forms for pipe, they shall be withdrawn completely during the placement of concrete in the forms. The concrete shall be revibrated to consolidate the concrete in the void spaces caused by the withdrawal of the stiffeners. b. Removing Forms. In removing forms, care shall be taken to protect liner from damage. Sharp instruments shall not be used to pry forms from lined surfaces. When forms are removed, any nails that remain in the liner shall be pulled without tearing the liner and the resulting holes clearly marked. Form tie holes shall be marked before ties are broken off and all areas of serious abrasion of the liner shall be marked. Liner in pipe shall be cleaned at the direction of the City for inspection and repaired prior to shipment of the pipe. Banding straps used in securing liner to forms for pipe and cast-in- place structures shall be removed within the limits of the unlined invert, and voids left in the invert at the edge of the liner shall be filled with cement mortar or other material approved by the Engineer. 6. FIELD JOINING OF LINER. a. General. No field joint shall be made in liner until the lined pipe or structure has been backfilled and the joints have been tested. Where groundwater is encountered, the joint shall not be made Addendum No. 2 03015-9 12/21/04 until pumping of the groundwater has been discontinued for at least 15 days and no visible leakage is evident at the joint. Liner at joints shall be free of all mortar and other foreign materials and shall be clean and dry before joints are made. Hot joint compound shall not be brought in contact with liner. No coating of any kind shall be applied over any joint, corner, or welding strip, except where nonskid coating is applied to liner surfaces. Adhesive shall not be applied to the surfaces of cement mortar in pipe joints, or to the surfaces of liner or joint strips opposite said mortar and concrete surfaces. b. Field Joint in Pipe Installations - Field joint in liner at pipe joints shall be one of the following types: i. Type P-1. A Type P-1 joint shall consist of a 4 inch joint strip, centered over the pipe joint and secured along each edge to adjacent liner by means of a welding strip. The gap between ends of lock extensions shall not exceed 4 inches. ii. Type P-2. A Type P-2 joint shall be made with an integral part of the liner extending 4 t 1/4 inches beyond the spigot end of the pipe, overlapping the liner downstream from the pipe joint and secured to the downstream liner by means of a welding strip. The 4 inch strip of liner extending beyond the spigot end of pipe shall be devoid of locking extensions and shall be protected from damage during pipe handling and jointing operations. Excessive tension and distortion in the strip caused by bending it back sharply at the end of the pipe will not be permitted. Flaps on extruded sheet shall be as stated in Subsection DETAILS AND DIMENSIONS. Care shall be taken to protect the flap from damage. Excessive tension and distortion in bending the flap back to expose the pipe joint during laying and joint mortaring shall be avoided. Any flap which has been bent and held back during pipe laying and jointing operations shall be allowed to return to its original shape and flatness well in advance of making the liner joint. For beveled pipe, the liner extension at the spigot end of the pipe shall be trimmed to extend 4 inches beyond and parallel to the beveled end. Length between ends of locking extensions shall not exceed 4 inches. Field joints in liner at pipe joints shall not be made until the mortar in the pipe has been allowed to cure for at least 48 hours. Addendum No. 2 03015-10 12/21/04 w All joints between lined pipe and lined cast-in-place structures shall be either Type C-1 or Type C-2 as specified herein. C. Field Joints in Cast-in-Place Structures. Field joints in liner on cast-in-place structures shall be one of the following types: i. Type C-1. A Type C-1 joint shall be made in the same manner as a Type P-1 joint is made. The width of the space between adjacent sheets of liner in a Type C-1 joint shall not exceed 1/2 inch. This type of joint is the only type permitted at transverse contraction joints in concrete. Its only other use is for joints between pipes and cast-in-place structures. ii. Type C-2. A Type C-2 joint shall be made by flipping sheets not less than 1-1/2 inches and securing the overlap to the adjacent liner by means of a welding strip. The upstream sheet shall overlap the downstream sheet. The length of that part of the overlapping sheet not having locking extensions shall not exceed 4 inches. iii. A welding strip shall be applied to the back of the joint. This type of joint may be used at any transverse liner joint other than those at transverse contraction joints in concrete and shall be used for liner joints made at longitudinal joints in concrete. iv. Type C-3. A Type C-3 joint shall be made by putting sheets of liner together and applying a welding strip over the back of the joint before concrete is poured, and applying a welding strip over the front of the joint, after concrete is poured. A type C-3 joint will not be permitted at a transverse joint that extends to a lower terminal edge of liner or at any joint where the gap between adjoining sheets of liner exceeds 1/8 inch. d. Installation of Welding Strips. Welding strips shall be fusion welded to joint strips and liner by qualified welders using only approved methods and techniques. The welding operation of any joint shall be continuous until that joint has been completed. At the lower terminal edges of liner, each transverse welding strip shall be extended at least 2 inches to provide a tab. The City may test each transverse weld by applying a 10 pound pull to the tab, normal to the face of the structure. Liner adjoining the welding strip shall be held in place during application of the force. If a weld failure develops, the 10 pound pull shall be maintained until no further separation occurs. Addendum No. 2 03015-11 12/21/04 Defective welds will be retested after repairs have been made. Tabs shall be trimmed away neatly by the installer of liner after the welding strip has passed the test. e. Joint Reinforcement. A 12 inch long welding strip shall be applied as a reinforcement across each transverse joint in liner that extends to the lower terminal edge of liner on each side of a pipe or structure. These reinforcement strips shall be centered over the joint being reinforced, shall be located as close to the lower edge of line as practicable, and shall be welded in place after the transverse welding strips have been tested and the test tabs removed. 7. PROTECTION AND REPAIR OF LINER. All necessary measures and precautions shall be taken to prevent damage to liner from equipment and materials used in, or taken through the work. Any damage to installed liner shall be repaired by the Contractor in accordance with the requirements set forth herein for the repair of line. All nail and tie holes and all cut, torn, and seriously abraded areas in the liner shall be patched. Patches made entirely with welding strip shall be fused to the liner over the entire patch. The use of this method is limited to patches that can be made with a single welding strip. The use of parallel, overlapping or adjoining welding strips will not be permitted. Larger patches may consist of smooth liner over the damaged area with edges covered with welding strips fused to the patch and to the liner adjoining the damaged area. The size of a single patch of the latter type shall be limited only as to its width, which shall not exceed 4 inches. Whenever liner is not properly anchored to concrete, or wherever patches larger than those permitted above are necessary, the repair of liner and the restoration of anchorage shall be as directed by the City. a. Field Test. The surface of liner shall be cleaned to permit visual inspection and testing using an electrical holiday detector. All welds shall be physically tested with a nondestructive probing method. All liner, when installed, may be tested by the City, using an electrical holiday detector. The Contractor shall furnish a new electrical holiday detector for the City to use. The electrical holiday detector shall become the property of the Owner at the completion of the project. All areas of liner failing to meet the field test shall be properly repaired and retested. Any testing of the liner by the Contractor for his own purpose shall be done with a detector approved by the City. Each transverse welding strip that extends to a lower edge of the liner shall be tested. The welding strips shall extend below the liner providing a tab. A 10 pound pull will be applied normal to the face of the pipe by means of a spring balance. Liner adjoining the Addendum No. 2 03015-12 12/21/04 welding strip will be held against the concrete during application of the force. The 10 pound pull will be maintained if a weld failure develops, until no further separation occurs, Defective welds will be retested after repairs have been made. Tabs shall be trimmed away neatly after the welding strip has passed inspection. The Contractor shall provide all equipment required to test liner in the manner recommended by the manufacturer and as described above. 3.3 SPECIAL DETAILS Special terminations will be required at sluice and slide gate frames, manholes, pipe sleeves, and at other such locations in existing structures to receive PVC liner. The Contractor shall submit drawings showing details of how these terminations are to be made. Methods of making terminations shall be subject to the Engineer's approval. Use may be made of approved bonding agents to seal edges where PVC liner joins metal items cast in the concrete. All surfaces to be bonded shall be cleaned. Mixing and application of approved bonding agents shall be in accordance with the manufacturer's instructions. PART 4- MEASUREMENT AND PAYMENT r 4.1 Payment for work under this section will be considered subsidiary to the cost of Reinforced Concrete Pipe. r This shall be complete in place and as per the requirements of these specifications. END OF SECTION r r r-- Addendum No. 2 03015-13 12/21/04 SECTION 09920 CORROSION PROTECTION LINING FOR DUCTILE IRON PIPE PART 1 - GENERAL 1.1 This section specifies the supply and installation of protective lining for protection against hydrogen sulfide-based corrosion. The work covered in these specifications consists of furnishing all labor, equipment, appliances, and materials necessary for the installation of the following protective coating. PART 2 — MATERIAL 2.1 Condition of Ductile Iron Prior to Surface Preparation. All ductile pipe and fittings shall be delivered to the application facility without asphalt, cement lining, or any other lining on the interior surface. Because removal of old linings may not be possible, the intent of this specification is that the entire interior of the ductile iron pipe and fittings shall not have been lined with any substance prior to the application of the specified lining material and no coating shall have been applied to the first six inches of the exterior of the spigot ends. 2.2 Lining Material The material shall be an amine cured novalac epoxy containing at least 20% by volume of ceramic quartz pigment. Any request for substitution must be accompanied by a successful history of lining pipe and fittings for sewer service, a test report verifying the following properties, and a certification of the test results. A. A permeability rating of 0.00 when tested according to Method A of ASTM E-96-66, Procedure A with a test duration of 30 days. B. The following test must be run on coupons from factory lined ductile iron pipe: I. ASTM B-117 Salt Spray (scribed panel) - Results to equal 0.0 undercutting after two years. ii. ASTM G-95 Cathodic Disbondment 1.5 volts @ 77°F. Results to equal no more than 0.5mm undercutting after 30 days. iii. Immersion Testing rated using ASTM D-714-87. - 1. 20% Sulfuric Acid - No effect after two years. 2. 140°F 25% Sodium Hydroxide - No effect after two years. 3. 160°F Distilled Water- No effect after two years. m 4. 120°F Tap Water (scribed panel) - 0.0 undercutting after two years with no effect. C. An abrasion resistance of no more than 3 mils (.075mm) loss after one million cycles using European Standard EN 598: 1994 Section 7.8 Abrasion Resistance. Addendum No. 2 09920-1 12/21/04 D. The protective lining shall be Protecto 401 Ceramic Epoxy as manufactured by Induron Coatings, Birmingham, Alabama or approved equal. PART 3— EXECUTION 3.1 INSTALLATION OF LINING A. Applicator: The lining shall be applied by a competent firm with a successful history of applying linings to the interior of ductile iron pipe and fittings. B. Surface Preparation: Prior to abrasive blasting, the entire area to receive the protective compound shall be inspected for oil, grease, etc. Any areas with oil, grease, or any substance which can be removed by solvent, shall be solvent cleaned to remove those substances. After the surface has been made free of grease, oil or other substances, all areas to receive the protective compounds shall be abrasive blasted using sand or grit abrasive media. The entire surface to be lined shall be struck with the blast media so that all rust, loose oxides, etc., are removed from the surface. Only slight stains and tightly adhering oxide may be left on the surface. Any area where rust reappears before lining must be reblasted. C. Lining: After the surface preparation and within 8 hours of surface preparation, the interior of the pipe shall receive 40 mils nominal dry film thickness of protective lining. No lining shall take place when the substrate or ambient temperature is below 40 degrees Fahrenheit. The surface also must be dry and dust free. If flange pipe or fittings are included in the project, the lining shall not be used on the face of the flange. D. Coating of Bell Sockets and Spigot Ends: Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using Joint Compound. The Joint Compound shall be applied by brush to ensure coverage. Care should be taken that the Joint Compound is smooth without excess buildup in the gasket seat or on the spigot ends. Coating of the gasket seat and spigot ends shall be done after the application of the lining. E. Number of Coats: The number of coats of lining material applied shall be as recommended by the lining manufacturer. However, in no case shall this material be applied above the dry thickness per coat recommended by the lining manufacturer in printed literature. The maximum or minimum time between coats shall be that time recommended by the lining material manufacturer. To prevent delamination between coats, no material shall be used for lining which is not indefinitely recoatable with itself without roughening of the surface. F. Touch-Up & Repair: Joint Compound shall be used for touch-up or repair in accordance with manufacturer's recommendations. Addendum No. 2 09920-2 12/21/04 3.2 TESTING AND INSPECTION A. All ductile iron pipe and fitting linings shall be checked for thickness using a magnetic film thickness gauge. The thickness testing shall be done using the method outlined in SSPC-PA-2 Film Thickness Rating. B. The interior lining of all pipe barrels and fittings shall be tested for pinholes with a nondestructive 2,500 volt test. Any defects found shall be repaired prior to shipment. C. Each pipe joint and fitting shall be marked with the date of application of ° the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. D. Certification The pipe or fitting manufacturer must supply a certificate attesting to the fact that the applicator met the requirements of this specification, and that the material used was as specified. 3.3 HANDLING All lined pipe and fittings must be handled only from the outside of the pipe and fittings. No forks, chains, straps, hooks, etc. shall be placed inside the pipe and fittings for lifting, positioning, or laying. 3.4 MEASUREMENT AND PAYMENT Payment for work under this section will be considered subsidiary to the cost of Ductile Iron Pipe. This shall be complete in place and as per the requirements of these specifications. END OF SECTION Addendum No. 2 09920-3 12/21/04 JAN. 4. 2005 10: 18AM 817-735 e[48 N0. 5637 P. 2/2 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM No. 3 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR M-272-B REALIGNMENT PHASE II D.Q.E. NO. 4563 SEWER PROJECT NO. P172-070172141050 BID RECEIPT DATE: THURSDAY, JANUARY 13, 2005 ADDENDUM ISSUE DATE: JANUARY 3, 2005 Prospective bidders are herby notified of the following: CONSTRUCTION CONTRACT DOCUMENTS(SPECIFICATIONSI PART A— NOTICE TO BIDDERS AND COMPREHENSIVE NOTICE TO BIDDERS Delete the first paragraph and replace with the following: Addressed to Mr.Charles Boswell, Interim City Manager of the City of Fort Worth,Texas will be received at the Purchasing Office until 1:30 p.m..January 13,2005 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. PART B-PROPOSAL Delete Bid Item 33-Remove and Replace of Light Standard along Forest Park. City of Fort Worth Transportation and Public Works Department will remove and replace light standards. 0 PART DA—ADDITIONAL.SPECIAL CONDITIONS The City reserves the right to modify or delete,at its sole discretion,the testing requirement DA-115(issued with Addendum 2). In addition, the City may require that the contractor provide a maintenance bond for a term of 5 years after completion and acceptance of the work. This Addendum No. 3 forms a part of the Contract Documents referenced above and modifies the Original Contract Document and Plans. Acknowledge receipt of this Addendum in the space provided below, in the proposal(page B-11),and acknowledge receipt on the outer envelope of you bid. Failure to acknowledge could subject the bidder to disqualification. A signed copy of this Addendum shall be placed into the proposal at the time of the bid submittal. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A. Dou as Rademaker, P.E. RECEIPTACKNOWLEDGEME Direct ept. fE "nee ing By: sy: �jr Go ahu, Project Manger, De t.of Engineering Addendum No.3 1 of 1 01/03/05 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM No. 4 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR M-272-B REALIGNMENT PHASE II D.O.E. NO. 4563 SEWER PROJECT NO. P172-070172141050 BID RECEIPT DATE: THURSDAY, JANUARY 13, 2005 ADDENDUM ISSUE DATE: JANUARY 10, 2005 Prospective bidders are herby notified of the following: CONSTRUCTION CONTRACT DOCUMENTS (SPECIFICATIONS) PART B—PROPOSAL, PAGE B-5, Pay item No.20—Remove and Replace Pavement for Forest Park Blvd (Issued with Addendum 2—December 21,2004) Revise the quantity amount from "2,324 S.Y."to "1,970 S.Y." PART E—TECHNICAL SPECIFICATIONS Remove the Section 15051 in its entirety and replace with the attached Section 15051. CONSTRUCTION CONTRACT DOCUMENTS (PLANS) Remove Sheet 5 and replace with the attached Sheet 5 containing Revision 1. Add the attached Sheet 12A—Traffic Control Plan. This Addendum No. 4 forms a part of the Contract Documents referenced above and modifies the Original Contract Document and Plans. Acknowledge receipt of this Addendum in the space provided below, in the proposal (page B-11), and acknowledge receipt on the outer envelope of you bid. Failure to acknowledge could subject the bidder to disqualification. A signed copy of this Addendum shall be placed into the proposal at the time of the bid submittal. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non- responsive. A. Douglas Rademaker, P.E. RECEIPT ACKNOWLEDGEMENT: Directoept. or En eri By: By: ,d GoSahu, .E. Manger, Cons' ons ervices Addendum No. 4 1 of 1 01/10/04 SECTION 15051 FIBERGLASS SEWER PIPE (FRP) PART 1 - GENERAL 1.1 SCOPE P A. The Contractor shall furnish all labor, materials, tools, equipment, and perform all Work and services necessary for or incidental to the furnishing and installation, complete, of all Fiberglass Pipe (ASTM D3262) and fittings as shown on the Plans. B. All supplementary, miscellaneous, appurtenances, and devices incidental to or necessary for a sound, secure, complete, and compatible installation shall be furnished and installed as part of this scope. C. Pipe and fittings shown on piping drawings are general in nature. Contractor shall determine exact lengths and fittings required and make field adjustments necessary to complete piping and avoid conflicts. Changes to Plans and profiles of piping shall be submitted to the Engineer for approval. Pipe and fittings not incorporated into the project shall remain the property of the Contractor. Costs will not be paid by the Owner for materials not used in the Project, even if shown on the Plans. Additions and deletions to the scope shall be incorporated by Change Order. 1.2 REFERENCED SPECIFICATIONS This specification references certain standard specifications, which are made a part hereof by such reference and shall be the latest edition and revision thereof. A. ASTM D-3681 -Test Method for Chemical Resistance of "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe in a Deflected Condition. B. ASTM D-3262 - Specification for"Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Sewer Pipe. C. ASTM D-4161 - Specification for"Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Seals. D. ASTM F-477 - Specification for Elastomeric Seals (Gaskets) for Jointing Plastic Pipe. E. ASTM D2992 - Method for Obtaining Hydrostatic Design Basis for Reinforced Thermosetting Resin Pipe and Fittings. F. ASTM D3567- Deforming Dimensions of Reinforced Thermosetting Resin Pipe (RTRP) and Fittings. Addendum No. 4 15051-1 01/10/05 1.3 QUALITY ASSURANCE A. All pipes, joints and fittings supplied under this specification to, as a minimum, conform to the requirements of ASTM D-3262. 1.4 SUBMITTALS A. Contractor shall submit load and pipe calculations confirming selected pipe behavior. Load calculations shall include, but not be limited to, buckling resistance, pipe deflection, pipe wall strain cracking and wall crushing load. All design calculations shall be sealed by a Registered Professional Engineer of the State of Texas. B. Product data submittals to include the following are as a minimum: 1. Details of the proposed pipe. 2. Details of proposed manholes. 3. Properties, strengths, etc. of the pipe. 4. Joint detail drawing, including maximum interior joint gap opening, in the deflected position and in the straight alignment. 5. Instructions on storage, handling, transportation, and pipe installation. 6. Standard catalog sheets. 7. Gasket type and composition showing ability to withstand the chemicals and conditions within sanitary sewers. 8. Pipe laying schedule. 9. Connections to all proposed structures including water stop. 10. Certificates of compliance with all referenced standards. PART 2 - MATERIAL 2.1 PRODUCT MATERIAL A. Resin Systems: The manufacturer shall use only approved quality polyester resin systems for which he can provide a proven history of performance in this particular application. The historical data shall have been acquired from a composite material of similar construction and composition as the proposed product. B. Glass Reinforcement: The reinforcing glass fibers used to manufacture the components shall be of the highest quality commercial grade of E- glass filaments with binder and sizing compatible with impregnating resins. C. Fillers: Sand may be used. Sand shall be minimum 98% silica with a maximum moisture content of 0.2%. D. Additives: Resin additives, such as pigments, dyes, and other coloring agents, if used, shall be in no way detrimental to the performance of the product nor shall they impair visual inspection of the finished pro 1.1h?� Addendum No. 4 15051-2 0111�/05`J YQ E. Rubber Gaskets: Gaskets shall meet the requirements of ASTM F-477. The chemical composition of the gaskets shall be compatible with the environment found in sanitary sewers. F. The Contractor, during the fabrication of the pipe, shall retain at his expense the services of a testing laboratory to make all tests of materials to be incorporated into the pipe and maintain control of the acceptance of these materials for fabrication of the pipe. During the fabrication of the pipe, the laboratory representative shall periodically inspect the work to insure the pipe being fabricated is in accordance with design. When, in his opinion, the pipe is not being fabricated in accordance with design, such pipe shall be rejected for use by the Owner. Tests may be witnessed by the Engineer. The Contractor shall submit certificates of compliance with referenced standards for all products used in the -.-- manufacture of the FRP. G. Each piece of pipe shall bear the approval stamp of the laboratory. The selection of this testing laboratory shall be subject to the approval of the Owner and all its work subject to the Engineer's review. H. Joints shall be made with fiberglass sleeve couplings with elastomeric sealing rings. Joints must meet the performance requirements of ASTM D4161. 2.2 DESIGN A. The stiffness is to be measured in accordance with ASTM D2412 and shall in no case be less than 46 psi for open cut installation or slip lining installation. All designs shall be sealed by a Texas Registered Professional Engineer. y 2.3 MANUFACTURE AND CONSTRUCTION A. Pipes: Pipe shall be furnished in the diameters shown on the Plans, within the tolerances specified herein. Pipe shall be manufactured in a way as to result in a dense, nonporous, corrosion-resistant, consistent composite structure to meet the operating conditions. Stiffening ribs or rings are not to be used. B. Joints: Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve couplings that utilize elastomeric sealing rings as the sole means to maintain joint watertightness. The joints must meet the performance requirements of ASTM D4161. The joint sleeves on jacking pipe shall have a maximum outside diameter no greater than the outside diameter of the pipe. C. Fittings: Flanges, elbows, reducers, tees, wyes and other fittings, when installed, shall be capable of withstanding all operating conditions. Fittings may be contact molded or manufactured from mitered sections of pipe jointed by glass fiber reinforced overlays. Thrust blocks or other means of restraint may be used as necessary. Addendum No.4 15051-3 01/10/05 D. Acceptable Manufacturers: 1. Hobas, USA 2. Amitech America, Ltd. 3. Approved Equivalent 2.4 DIMENSIONS A. Diameters: The actual internal diameter of the pipe shall be the nominal diameter+1 percent. B. Wall Thickness: The minimum average wall thickness shall be per the manufacturer's design in accordance with ASTM D3567. The minimum single point thickness to be not less than 90 percent of the stated design thickness. Minimum wall thickness required for this project shall meet the requirement of these specifications and shall be submitted to engineer prior to manufacture of pipe or fittings. C. End Squareness: All pipe ends to be square to the pipe axis. D. Tolerance of Fittings: The tolerance of the angle of an elbow and the angle between the main and leg of a wye or tee to be t2 degrees. The tolerance on the laying length of a fitting to be t2 inches. 2.5 MARKING A. Each pipe shall be clearly marked on the interior surface of the pipe barrel with the nominal diameter, pipe stiffness, date of manufacture, the name or trademark of the manufacturer and the manufacturer's Quality Assurance stamp of approval in accordance with ASTM standards. Marking shall be painted thereon with waterproof paint. PART 3 - EXECUTION 3.1 INSTALLATION BY OPEN CUT A. Installation: Bedding backfill and general installation requirements shall be in accordance with project plans and specifications and manufacturer's recommendations. B. Pipe Handling: Use of slings, ropes or forklift is recommended. Do not use chains or cables. C. Jointing: 1. Thoroughly clean the pipe bell coupling grooves and rubber gaskets to ensure no dirt is present. Addendum No. 4 15051-4 01/10/05 2. Apply a pipe lubricant to the pipe ends and gaskets. Use only the lubricant supplied by the manufacturer. 3. Use suitable methods to push or pull the pipes together without damaging the pipes. 4. Contact manufacturer for the maximum angular deflection allowed. D. Field Testing: 1. Infiltration/ Exfiltration Test: Maximum allowable leakage shall not exceed local specification requirements. 2. Low Pressure Air Test: Each run of pipe shall be tested with air _ f pressure (max 5 psi). The system passes the test if the pressure drop due to leakage through the pipe or pipe joints is less than or equal to the specified amount over the prescribed time period. E. Deflection: Maximum allowable long-term deflection shall not exceed 5% of the initial diameter. 3.2 TESTING AND INSPECTION A. The Contractor will provide the Engineer with test reports certifying that the pipe has been tested in accordance with and exceeds all minimum requirements of ASTM D-3681 and ASTM D-2992. The Owner may elect to witness these tests. Advance notification of testing date shall be provided. B. The physical properties and characteristics of the pipes used in the " project to have been determined by prototype testing of the manufactured product. These tests need not be conducted specifically for this project if prior tests on similar product of the same stiffness class and diameter have been previously completed. The Contractor is to obtain copies of all test results which must be retained and are to be made available to the Engineer. C. Joints: Coupling joints to be qualified per the tests of Section 7 of ASTM D-4161. The Owner may elect to witness these tests. Advance notification of testing date shall be provided. D. Installed Pipe: Joints are to be individually tested. E. Rejected pipe must be identified by the manufacturer in a manner that will insure it will not be used on this project. The Owner must agree to the method of identification of rejected pipe. F. Deflection: The maximum allowable deflection shall be 3% at 30 days for pipe used in direct bury and tunnel operation. Use the maximum 40,Addendum No.4 15051-5 1^ ^ allowable deflection recommended by the manufacturer if the manufacturer requirements are more stringent. G. NOTE: All tests shall be witnessed by an independent.testing laboratory. 3.3 MEASUREMENT AND PAYMENT A. Measurement for payment will be based on the actual linear feet of pipe installed, which shall not include manholes unless the installed pipe is an integral part of the manhole. Payment will be at the contract unit price per linear foot of pipe as shown on the Plans and listed in the Bid Proposal. Radius pipe, bends and fittings where called out on the plans, shall be considered subsidiary to the standard pipe cost. END OF SECTION Addendum No.4 15051-6 01/10/05 �uV UIYu t CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM No. 5 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR M-272-B REALIGNMENT PHASE II D.O.E. NO. 4563 SEWER PROJECT NO. P172-070172141050 BID RECEIPT DATE: THURSDAY, JANUARY 13, 2005 ADDENDUM ISSUE DATE: JANUARY 12, 2005 Prospective bidders are herby notified of the following: CONSTRUCTION CONTRACT DOCUMENTS (SPECIFICATIONS) PART DA—ADDITIONAL SPECIAL CONDITIONS Add the following to DA—115 Section C.2.b"The testing of ductile iron pipe will be generally governed by ASTM D3262, and will include two specific tests. These are: (1)the strength test in ASTM D2412, and (2)the chemical resistance test in ASTM D3681." This Addendum No. 5 forms a part of the Contract Documents referenced above and modifies the Original Contract Document and Plans. Acknowledge receipt of this Addendum In the space provided below,in the proposal(page B-11), and acknowledge receipt on the outer envelope of you bid. Failure to acknowledge could subject the bidder to disqualification. A signed copy of this Addendum shall be placed into the proposal at the time of the bid submittal. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non- responsive. A. Douglas Rademaker, P.E. REC I CKNOW DGEMENT: Director D pt, of Engin ing By: Go Gop hu, P. . Manger, Consulting Se ces Addendum No. 5 1 of 1 01/12/04 TABLE OF CONTENTS 1. Part A- Notice to Bidders - Comprehensive Notice to Bidders - Special Instructions to Bidders (Water Department) - City of Fort Worth Minority/Women Business Enterprise Policy 2. Part B- Proposal 3. Part C - General Conditions (Water Department) 4. Part Cl- Supplementary Conditions to Part C— General Conditions 5. Part D - Special Conditions 6. Part DA-Additional Special Conditions 7. Part E -Technical Specifications -City of Fort Worth Material (E-1) and Construction (E-2) Specifications (See latest revision from City, Not Included Herein) -Specifications—Water Department(Not Included Herein) 9. Vendor Compliance to State Law 10. Contractor Compliance with Worker's Compensation Law 11. Part F: Bonds and Insurance (City of Fort Worth) -Certificate of Insurance - Performance Bond - Payment Bond - Maintenance Bond 12. Part G - Contract (City of Fort Worth) 13.Appendix A—Easements 14.Appendix B - Geotechnical Report PART A NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS (WATER DEPARTMENT) M[WBE DOCUMENTS NOTICE TO BIDDERS Sealed proposals for the following: For: M-272-B REALIGNMENT PHASE II SEWER PROJECT NO. P172-070172141050 DEPARTMENT OF ENGINEERING PROJECT NUMBER 3755 Addressed to Mr.Gary W.Jackson,City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 p.m., July 22, 2004 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. One set of plans and documents will be provided for a non-refundable fee of thirty dollars $30.00 A pre-bid conference will be held on Monday, July 12, 2004 at 2:00 PM, in the Water Department Conference Room on the 2nd Floor of the Municipal Office Building, 1000 Throckmorton Street, Fort Worth,Texas. The major work on the above referenced project shall consist of the following: • 2,130 linear feet of 54-inch sanitary sewer by open cut • 118 linear feet of 54-inch sanitary sewer aerial crossing with 60"casing pipe • 1 sanitary sewer junction structure • 5 type"A"manholes • 3,635 square yards of asphalt pavement repair • 2,324 square yards of 8"reinforced concrete pavement • 719 cubic yards of nonshrink grout for abandonment of 54"SS Bidders shall not separate, detach or remove any portion or segment of sheets from the Contract Documents at any time. Bidders shall submit the complete specifications book or risk rejection of bid. For additional information, please contact Mr. Gopal Sahu, P.E. Project Manager at the City of Fort Worth, at(817)392-7949, or Mr. David Sanford, P.E. Carter& Burgess, Inc. (817)735-6138 Advertising Dates: m June 17,2004 June 24,2004 Fort Worth,Texas COMPREHENSIVE NOTICE TO BIDDERS Sealed Proposals for the Following: M-272-B REALIGNMENT PHASE II SEWER PROJECT NO. P172-070172141050 DEPARTMENT OF ENGINEERING PROJECT NUMBER 3755 Addressed to Mr. Gary W. Jackson, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 p.m., July 22, 2004, and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. One set of documents will be provided to prospective bidders for a non-refundable fee of $30.00. These documents contain additional information for prospective bidders. A pre-bid conference will be held on Monday, July 12, 2004 at 2:00 PM, in the Water Department Conference Room on the 2"d Floor of the Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. The major work on the above referenced project shall consist of the following: • 2,130 linear feet of 54-inch sanitary sewer by open cut • 118 linear feet of 54-inch sanitary sewer aerial crossing with 60"casing pipe • 1 sanitary sewer junction structure • 5 type"A"manholes • 3,635 square yards of asphalt pavement repair • 2,324 square yards of reinforced concrete pavement • 719 cubic yards of nonshrink grout for abandonment of 54"SS All bidders will be required to comply with provision 5159 of "Vernon's Annotated Civil Statues" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Proposal form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at(817) 392-7910. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of the contract(s), if made, will be within ninety (90) days after opening of bids, but in no case will the award be made until all necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. Bidders 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 specifications 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-line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by TM the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. For additional information, contact Mr. Gopal Sahu, P.E. Project Manager with the City of Fort Worth, at (817)392-7949, or Mr. David Sanford, P.E. at (817)735-6138. GARY W. JACKSON SYLVIA GLOVER CITY MANAGER ACTING CITY SECRETARY Department of Engineering A. Douglas Rademaker, P.E. Direct B • Advertising Dates: nager, Consulting Services June 17, 2004 Rick Trice, P.E. June 24, 2004 FF SPECIAL INSTRUCTIONS TO BIDDERS 1) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to 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. u, a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so „ prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1)year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall - be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The'Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water.Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, - and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience)are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10)days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must(1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or(2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100°/x) percent of the contract price will be required, Reference C 3- 3.7. 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3)years following the date of acceptance of the work, maintain records that show(i)the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of D-3 Right to Audit pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b)above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. 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 6018, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in -� which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner M has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty-five (45) calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or - discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11:MINORITY AND WOMEN BUSINESS'0NTERPRI8ES In aGcocd wif Cita Fort WortEt©Ydinaiee No. 15530, the'Cit ofoitVilorth has goals fci tartiipatiiin of min 00,bu61ness enterprises and womerr business enterprises art ity;cA copy of the Ordinarimcan be obtained fpm fhe Office of:the,City,-,Secretaiy Ttie bidder shall submit the M6ENV69 U'I`I t .0141 FOR 4, SUBCONTRACTOR/SUPPLIER UTIt.1ZTIOFOF3Mr PRIME:CONTRACTOR 1NAlVER.FOF2Ni_andlor the GOOD FAITt-I EEFORr`FORM (#wtth doctamerttatton") and/or the JOI VENTURE FORM as p a tate The:poc4r entation t�tust,be received by the mariagtng department no fafter than 5 00 p m ,five (5)%Cite business days.after thebid opehin'g date :The beide shall obta[n.a receipt from-the appropriate employee of thenanagin ,cpa�rmertt to whom delivery-was made: Such receipt shall be evidence that the do66-eritatiori was received bjr the City: Failure to comply shall render the bide rion fe'sponsive. Upon:request,_Contractor agreed to prov[ e9 the Owner complete and accurate . . information regarding actual workC pge fiec bey Mir[pnt Busrn¢ttss Enterrtse ¢ ���ca�. �n wad (MBE :and/or'women business entepr7B1=}dr the centracanct pa nt thereof. Contractor`further agrees to pe �tny audit"arid/or eamrnat[o sof books, records or files m [fs possessiot a w[I[substantiate the actual work - , performed by'afr MBE arta/oi NI�BE Ttr�tnt ` epresentatien o f cls'(other h rt a a negligent misrepresentafion) anoMs ,i©9tYof fraud by the �onira�ctrrwrll be grounds forterrnrnat[on of the [ cf n[t[ tirlcaetrcin � apprcpiate Federal; State or local laws or ordinances r�lattn € false statements Further, any such misrepresentation of facts'(othi' th`an kh0glrgent misrepresenfatio and%or, commiss[ori of fraud will result to the Contractor being determined to fje 1 �es"ponsiE le and barred,,frorri pal- ticipafIng ir, it} ,vutitl t '11 period af.t me'ol rtoi less t'tat three (3) Years° 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage)from the city for each - pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. C. The project shall be deemed complete and accepted by the City as of the date mm 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. , Fo ,WOR H City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value ofthe caint as is$25;000 or more,the M/WBE°goal is applicable. if the,totai.dollar,value of the,contract is less thah$25,000,.the M/WBE oal is not.applicable.. POLICY STATEMENT It is the policy of the Ci of Fort Worth to ensure the full and po y City equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's MBE/WBE goal on this project is 18 %of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or 2. Good Faith Effort documentation,or; 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department,within the following times allocated, in order for the entire bid to be considered responsive to the specifications. R- 1. Subcontractor Utilization Form,if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form,if participation is less than opening date,exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form,if no M/WBE participation: opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: op2ning date,exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid *� to met or exceed goal. opening date,exclusive of the bid opening date. 1,rAILUkt-,Td(CbM0LY WITFt THE TS.MNVBE ORDIFiQ►WCE,WILt.RESUf IN THE BID-BEING COISIDEREC k4k-RES.i'fdS k'VEfi }$PECIEICAtT10k5, , { Any questions,please contact the M/WBE Office at(817)871-6104. Rev.5128/03 ATTACHMENT 1A � RT WO Page I of 4 1'`" RTH -�•,, City of Fort Werth : 2 � Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime �,. b.S. hU 1S COWS TRuc.Tt0t,1 OF TExAS LT-� . PROJECT NAME: M/W/DBE NONAI %1 DBI- BID DATE NI'Z'72-13 QEALItJr.IMEwT� l�KASE Z'ANvprRy 13,Zoc5 City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER Ito %o I( .07- % b.O.E• No. 37SS $ewLR Nic,. P I-m-0-101'1 Z 1& IoSo Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,Parker, Johnson, Coilin,Dallas, Denton,Ellis,Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor,i.e., a direct payment from the prime contractor to a subcontractor is considered Is'tier, a payment by a subcontractor to its supplier is considered 2°d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency(NCTRCA),or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise(M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev.5/30/03 ATTACHMENT IA FOR �, � � • � 2 I i 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) ° SUBCONTRACTOWSUPPLIER T n Company Name i N T Detail Detail Address e M W C X Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D E E R O C T A S•M- /iNTERIALS/INC . ' ATTa : Soy RV-0wi-1 R k P-0- 60Y 49 v ° I Gmmr=bMEQ'r 37 V ° , W. O AL-,/oR61Tx -7U?-7-9 Mn. �800�s3sc,'8733 CAOCTAw PIPE +Stwip. A-"w -- LoR i •TOHNSorj 147,19, Ni+MPIONSHtP La• ,/ PAPE zs�,yoo°° F ouvroa,Tic 7700 �zB I%>,sfia3-°h 3 goa►s RPE VSA,I Nc . Arne: RAND, tJEiso,-j IL413 RIcHEy Rd. PIPE FiTn1*4 15 HouStca1T)( "77073 J �Z�1>8z�- Zzco PM Rev.5/30/03 d PM ATTACHMENT IA FORTWORTH 01 -1 ° —05 A09: 22 IN Page 3of4 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 (check one) SUBCONTRACTOR/SUPPLIER T r Company Name i N T Detail Detail Address M wC X Subcontracting Work Supplies Purchased Dollar Amount T D Telephone/Fax r B B E E R O C T A u 17 I 7 Rev.5/30/03 ATTACHMENT IA FORT NORTH Page a of a Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 29 Z 000.00 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ (POO TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 3001 UC0.00 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 o ChangelAddition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the 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 Offeror also agrees to allow an audit and/or examination of any books,records and files held by their company. The bidder agrees to allow the transmission of interviews with owners,principals, officers,employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s)on this contract,by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one(1)year. P't:;-1. kTCR S. SrMw L_ Authorized Si nature Printed Signature SENtoR TREAe VM?' h6POA LVO&F05th ELT1MA1bR f Title Contact Nametride(if different) Axc . COOR�1NhnOR S.S Louis Con+srswcmo►a of Tx. Lr�. �Bt?7y'77-o3Zo /q-7-7-0597- Zp^x� Company Name Telephone and/or Fax S-zo s . (j" AVENus Adam i Q S�Iou15. c-otvt Address E-mail Address tARNSF:1 GL.Q_1 TR -N&Ows 7TJWy ?R)/ 1-7, ZPD4{ City/State/Zip Bate " Rev.5/30/03 Part B - PROPOSAL (This Proposal must not be removed from this book of Contract Documents) TO: Mr. Charles Boswell City Manager City of Fort Worth, Texas FOR: The furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of a 54-Inch Sanitary Sewer Line and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: M-272-B REALIGNMENT PHASE II DOE No. 4563 ' Sewer Project No. P172-070172141050 Pursuant to the foregoing "Notice to Bidders", the undersigned bidder having thoroughly examined the contract documents, including plans, special contract documents, the general contract documents, and general specifications for Water Department Projects, and the site of the project, understands the amount of work to be done, and the prevailing conditions, hereby proposed to do all the work, furnish all labor, equipment and material except as specified to be furnished by the city, which is necessary to fully complete all the work as approved in the plans and Contract Documents and subject to the inspection and approval of the Director of the Department of Engineering of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposed to do the work within the time stated and for the following sums: (Furnish and install, install all appurtenant work, complete in place, the following items.) B-1 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 1. 2,130 L.F. " 54" Sanitary Sewer Pipe by Deep Installation Open Cut (all depths) �aca� FiumbaFA Etwx Dollars & 40 Cents per L.F. $ 141bO. $ IfozZ,yoo O0 2. 118 L.F. " Pipe For Aerial Crossing (including 54" carrier pipe, 72" Steel casing pipe and grout) ,vE Dollars & � 0� Cents per L.F. $ ,'T9.oo $ -M Pso- 00 3. 1 Ea. 54" Sanitary Sewer Plug 0,-3s -Thoic.Asa e�. Dollars & �o Cents Each $ 1 ,oCo on $ \,=10 00 4. 150 V.F. 36" Dia. Piers for Aerial Crossing 0►*' Dollars & 00 I Cents per V.F. $ IC0. $ 1 S;000 5. 6 Ea. Pier Cap For Aerial Crossing R T-0jSr'"C!' Dollars & 00 00 h Cents per Each $ 4,�. " $ -ZA,000.- n 6. 1 L.S. Coffer Dam for Aerial Crossing and Existing Aerial Crossing Removal (including by-pass pumping) FtiFry TKovsarJfl Dollars & o0 !Jo Cents per L.S. $ 5-0,00°.- $ So,Mo..00 Indicate Pipe Material on page B-10 (Contractor shall use the same pipe material _ _ _ CITY 6EUMARY Addendum No. 2 B-2 s,0 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 7, 1 L.S. Construct Junction Structure (JB-1) at Sta 22+23 JE 1�SANrs. Dollars & �o00 00 Cents L.S. $ Waw. $ '7 St ow. 3. 5 Ea. Type "A"Access Sanitary Sewer Manhole to 6' Depth SIX 71kaSAMN Dollars & 00 00 Cents Each $ (1,CC;O • $ 30,G�LO. 9. 68 V.F. Extra Depth for Type "A"Access Sanitary Sewer Manhole in Excess of 6' Depth _'5494!W_ 14UMO"t� Dollars & 00 Cents per V.F. $ 300,oo $ -Z04CO3OO 10. 5 Ea. Concrete Collar , �%�E �ut+►bq,fA�,. Dollars & 13° Cents Each $ 5'00.00 $ Z,S700 11. 14 V.F. ` Protective Coating for Junction Structure Cu61HT" t UMbPLeia Dollars & co Ido Cents per V.F. $ $C1C1, $ 1%,Z00. 12. 76 V.F. " Protective Coating for Manholes Huw4%t*,U 11E.a Dollars & a Cents per V.F. $ Z1O.� $ I57,41U0.- Indicate Protective Coating on page B-10 Addendum No. 2 B-3 12/21/04 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 13. 1 Ea. Connect to Existing 54" Stubout HRSTHovSAat�. Dollars & t�o Cents Each $ 3,000. 'ao $ 3,000.co 14. 3 Ea. Carbon Filter System Anchor F�FTE�..� (�uVQREt*► Dollars & Cents Each $ I ,Qo.00 $ L4, 15. 2 Ea. Carbon Filter System Odor Control Unit F%F?E M AQN00-61D, Dollars & 30 Cents Each $ 1.SC O qe $ 3,0w.cno 16. 4 Ea. Cut and Plug Existing 54" Sanitary Sewer �+ TNovsAad Dollars & 00 $ Sic=. °D Cents Each $ Z,MO. ,000. ' 17. 1 L.S. Remove Existing 36" Aerial Crossing (including support structures) 6%x�»c 44jmh .Et> Dollars & 00 OD t Cents per L.S. $ (s,UOO. $ (,,LOCO 18. 2 Ea. Remove Existing Sanitary Sewer ..function Boxes and Appurtenances F:1V6 THA ,pf" Dollars & oD co too Cents Each $ $ Addendum No. 2 B-4 12/21/04 f-__0M-' PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 19. 3,635 S.Y. Remove and Replace HMAC for Parking Lot and Helipad (including subgrade) Twe"Jr,► r*4E Dollars & 00 p Cents per S.Y. $ ZS $ qo, 4615. 20. 2,3K S.Y. Remove and Replace Pavement for 19r�0 Forest Park Blvd (including subgrade and striping) StxDollars & 00 oc to Cents S.Y. $ 21. 680 L.F. Remove and Replace Cable Fence Fi v C Dollars & 00 � Cents per L.F. $ S $ 3,4co- - 22. 1 L.S. Remove and Relay Existing 12" Storm Drain TwG LA6 Muj4C2et:* Dollars & o0 Cents per L.S. $ 1,Zoo,o� $ %1740.- 23. 1 L.S. Remove and Relay Existing 24" Storm Drain "("wt��e �y►�ta�tel� Dollars & 1110 Cents per L.S. $ I,Z .00-" $ Addendum No. 2 B-5 12/21/04 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 24. 1 L.S. Remove and Relay Existing 30" Storm Drain wet-u E. 4jMt�,%L-_Cb, Dollars & ^Io °O °° Cents per L.S. $ 1,7-00. $ Zoo. 25. 1 L.S. Abandonment of Existing Manhole at Sta 22+27 Fou2TEe-.j 14 cK)SA#Jb Dollars & �a Cents per L.S. $ Iq,0W.C!E 00$ Iy,ODO. 0 26. 719 C.Y. Abandonment of Existing 54" Sanitary Sewer with Nonshrink Grout F %)W p&eD f7i FTe.►j Dollars & 00 Cents per C.Y. $ 115.oo $ g7-,&K �e 27. 1 L.S. Dewatering System for Excavation �o Dollars & ON a Cents per L.S. $ O. 28. 100 C.Y. Misc. Placement of Ballast Stone Dollars & 00 00 N� Cents per C.Y. $ ZD. $ z,C00. — 29. 100 C.Y. Misc. Placement of Crushed Limestone ��FTGEa Dollars & 00 00 �o Cents per C.Y. $ 1S• $ 1 . ;00 — Addendum No. 2 B-6 12/21/04 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 30. 10 C.Y. Class "E" Concrete (150 psi) FFr)- Sf-v" Dollars & I dv IJo Cents per C.Y. $ S7,pO $ S?Q• — 31. 10 C.Y. Class "B" Concrete (2500 psi) Simj Frame Dollars & ao /Vo Cents per C.Y. $ $ (056, 32. 2,248 L.F. Post Construction Television Inspection 00 Dollars & Cents per L.F. $ /, 0,0 $ Z.Zqa. 33. 4 Ea. Remove and Replace Light Standard along Forest Park Dollars & Cents per Ea. $ $ 34. 1,095 L.F. 2" Schedule 80 PVC Conduit With 3- #4 AWG and 1-#8G Tviewru Dollars & 00 Cents per L.F. $ ZO. 1000 00$ Z(��c , 0 35. 5 Ea. Vacuum Testing for Sanitary Sewer Manholes r owe 4 wjtu *Eo Dollars & 00 eo 00 Cents per Each. $ 100. $ ,Sm. Addendum No. 2 B-7 12/21/04 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID F36. 68 C.Y. Rock Rip Rap 24", 24" Deep F,F Dollars & do Cents per C.Y. $ 3,goo.' 37. 1 L.S. Tree Protection/Replacement Five It-tousAN6 Dollars & 1J0 Cents per L.S. $ S, •°O $ 9,10w,°0 38. 50 L.F. Handling of Potentially Petroleum Contaminated Material in Accordance with Additional Special Condition DA- 37 Ne Dollars & hip Cents per L.F. $ $ �. 39. 370 C.Y. Loading, Transportation, and Disposal of Contaminated Soil in Accordance with Additional Special Condition DA- 38 I F%Freeo. ► Dollars & 1�30 Cents per C.Y. $ IS, $ 40. 1 L.S. Erosion Control , FoRi:�' rvjo 90-1 Dollars & Cents per L.S. $ g1Zz, $ too 41. 2,100 S.Y. Hydromulch Seeding �WK3 Dollars & 1 1J �d Cents per S.Y. $ Z.rd 0 $ �J,ZCo. — Addendum No. 2 B-8 12/21/04 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 42. 1 L.S. Traffic Control Plan for Reconstruction of Forest Park Blvd. (including design and implementation) -SIX TNoU'saNa Dollars & 00 43. Cents per L.S. .*(,,app, 43. 2,248 L.F. Trench Safety I�3 0 Dollars & Ooe Cents per L.F. $ O,of— $ ZZ-,yb 44a. 1 L.S. Allowance for Supplemental Sanitary Sewer Pipe Testing for Fiberglass Reinforced Pipe Seventy,Thousand Dollars & Zero Cents per L.S. $ 70,000 $ 70,000 44b. 1 L.S. Allowance for Supplemental Sanitary Sewer Pipe Testing for Reinforced Concrete Pipe with 360 degree liner Fifty Thousand Dollars & Zero Cents per L.S. $ 50,000 $ 50,000 44c. 1 L.S. Allowance for Supplemental Sanitary Sewer Pipe Testing for Ductile Iron Pipe with Ceramic Epoxy Coating Seventy Thousand Dollars & Zero Cents per L.S. $ 70,000 $ 70,000 * Contractor shall choose only one of these pay items (44a, 44b or 44c). This item must match the pipe material marked by Contractor on B-10 TOTAL 82Z,'?l,0,y9 V' x Addendum No. 2 B-9 12/21/04 PART B - PROPOSAL (cont.) The pipe material alternatives for Items 1 &2 are listed below. The Contractor must mark the appropriate box to indicate the material used for this bid. The Contractor shall use the same pipe material for bid items 1 &2. '. Ductile Iron Pipe Class 51 with Protecto 401 Ceramic Epoxy Coating _ Fiberglass Reinforced Pipe SN46 Reinforced Concrete Pipe Class IV with 360° T-Lock Lining The Protective Coating alternatives for Items 10 & 11 are listed below. The Contractor must mark the appropriate box to indicate the material used for this bid. Spray Wail—Rigid Polyurethane System _ V� Raven 405—Two Part Epoxy Resin System s Consult with"City of Fort Worth, Texas Standard Product List"to obtain the Generic/Trade Name and the Manufacturer for the pipes listed above. Failure to provide the information required above may result in rejection of bid as non- responsive. Only products or methods listed above will be allowed for use in this project. Any substitution shall result in rejection of bid as non-responsive. Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved surety bond, and such other bonds as required by the Contract Documents, for the faithful performance of the contract. The attached bid security in the amount of 5% is to become the property of the Developer, in the event the contract and bond, or bonds, are not executed and delivered within the time above set forth as liquidated damages for delay and additional work caused thereby. The undersigned bidder certifies that he has been furnished at least one set of the General Contract Documents, General Specifications for Water Department Projects dated January 1, 1978, and the Standard Specifications for Street and Storm Water Drain Construction - City of Fort Worth Public Works Department, and that he has read and thoroughly understands all the requirements and conditions of those general documents and these 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. The Bidder agrees to begin construction within 10 calendar days after issue of the work order by the City, to complete the contract work within TWO HUNDRED AND TEN (210) calendar days after beginning construction. Addendum No. 2 B-10 12/21/04 (Complete A. or B. below, as applicable:) [] A. The principal place of business of our company is in the State of [] Nonresident bidders in the State of , our principal place of business are required to be percent lower than resident bidders by state law. A copy of the statute is attached. [] 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 +�r Receipt is acknowledged of the following addenda: . Addendum No. 1Respectfully submitted, j Addendum No. 2 �1� a+ S•. LOWS 6-mfru4im -Ff6c,�.�d. �r Addendum No. 3�► 3 05 1 �du�n N6 I/ra'-o5 By: �} t� n -- dd 1111,106 V VV A, uyt net TITLE ( SEAL ) If bidder is Corporation. 510S 6�'Aye-4. Po- &x W DDRESS MA,i1.s-�i YO Texas -160 3 TOTAL BID $ 1,527ZI-WoO•uI9 Addendum No. 2 B-11 12/21/04 PART C GENERAL CONDITIONS MR 74t j W PART C-GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER 1, 1987 TABLE OF CONTENTS C1-1 DEFINITIONS C1-1 (1) C1-1.1 Definition of Terms C1-1 (1) Cl-1.2 Contract Documents Cl-1 (2) C1-1.3 Notice to Bidders C1-1 (2) C1-1.4 Proposal C1-1 (2) C1-1.5 Bidder C1-1 (2) C1-1.6 General Conditions C1-1 (2) C1-1.7 Special Conditions C1-1 (2) C1-1.8 Specifications C1-1 (2) C1-1.9 Bonds C1-1 (2) C1-1.10 Contract C1-1 (3) C1-1.11 Plans C1-1 (3) C1-1.12 City C1-1 (3) C1-1.13 City Council C1-1 (3) C1-1.14 Mayor C1-1 (3) C1-1.15 City Manager C1-1 (3) C1-1.16 City Attorney C1-1 (3) C1-1.17 Director of Public Works C1-1 (3) C1-1.18 Director, City Water Department C1-1 (3) C1-1.19 Engineer C1-1 (3) C1-1.20 Contractor C1-1 (3) C1-1.21 Sureties C1-1 (4) C1-1.22 The Work or Project C1-1 (4) C1-1.23 Working Day C1-1 (4) C1-1.24 Calendar Days C1-1 (4) C1-1.25 Legal Holidays C1-1 (4) C1-1.26 Abbreviations C1-1 (4) C1-1.27 Change Order C1-1 (5) C1-1.28 Paved Streets and Alleys C1-1 (5) C1-1.29 Unpaved Streets or Alleys C1-1 (6) C1-1.30 City Street C1-1 (6) "- C1-1.31 Roadway C1-1 (6) C1-1.32 Gravel Street C1-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 Proposal Form C2-2 (1) C2-2.2 Interpretation of Quantities C2-2 (1) C2-2.3 Examination of Contract Documents and Site of Project C2-2 C2-2.4 Submitting of Proposal C2-2 f ,,. CITY Z"CRERRY C2-2.5 Rejection of Proposals C2-2 (3) C2-2.6 Bid Security C2-2 (3) C2-2.7 Delivery of Proposal C2-2 (3) C2-2.8 Withdrawing Proposals C2-2 (3) C2-2.9 Telegraphic Modifications of Proposals C2-2 (3) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2.11 Irregular Proposals C2-2 (4) C2-2.12 Disqualification of Bidders C2-2 (4) C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.1 Consideration of Proposals C3-3 (1) .- C3-3.2 Minority Business Enterprise/Women Business C3-3 (1) Enterprise Compliance C3-3.3 Equal Employment Provisions C3-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (1) C3-3.5 Award of Contract C3-3 (2) C3-3.6 Return of Proposal Securities C3-3 (2) C3-3.7 Bonds C3-3 (2) C3-3.8 Execution of Contract C3-3 (3) C3-3.9 Failure to Execute Contract C3-3 (3) C-3-3.10 Beginning Work C3-3 (4) C3-3.11 Insurance C3-3 (4) C3-3.12 Contractor's Obligations C3-3 (6) C3-3.13 Weekly Payrolls C3-3 (6) C3-3.14 Contractor's Contract Administration C3-3 (6) C3-3.15 Venue C3-3 (7) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (1) C4-4.2 Special Provisions C4-4 (1) C4-4.3 Increased or Decreased Quantities C4-4(1) C4-4.4 Alteration of Contract Documents C4-4(2) C4-4.5 Extra Work C4-4(2) m C4-4.6 Schedule of Operation C4-4 (3) C4-4.7 Progress Schedules for Water and Sewer Plant Facilities C4-4 (4) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5 (1) C5-5.2 Conformity with Plans C5-5 (1) C5-5.3 Coordination of Contract Documents C5-5 (1) C5-5.4 Cooperation of Contractor C5-5 (2) - 05-5.5 Emergency and/or Rectification Work C5-5 (2) C5-5.6 Field Office C5-5 (3) C5-5.7 Construction Stakes C5-5 (3) (2) C5-5.8 Authority and Duties of City Inspector C5-5 (3) C5-5.9 Inspection C5-5 (4) P, C5-5.10 Removal of Defective and Unauthorized Work C5-5 (4) C5-5.11 Substitute Materials or Equipment C5-5 (4) C5-5.12 Samples and Tests of Materials C5-5 (5) ,. C5-5.13 Storage of Materials C5-5 (5) C5-5.14 Existing Structures and Utilities C5-5 (5) C5-5.15 Interruption of Service C5-5 (6) •- C5-5.16 Mutual Responsibility of Contractors C5-5 (7) C5-5.17 Clean-Up C5-5 (7) C5-5.18 Final Inspection C5-5 (8) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY - C6-6.1 Laws to be Observed C6-6 (1) C6-6.2 Permits and Licenses C6-6 (1) C6-6.3 Patented Devices,Materials,and Processes C6-6 (1) C6-6.4 Sanitary Provisions C6-6 (1) C6-6.5 Public Safety and Convenience C6-6 (2) C6-6.6 Privileges f Contractor in Streets, Alleys, C6-6 (3) and Right-of-Way C6-6.7 Railway Crossings C6-6 (3) . C6-6.8 Barricades, Warnings and Flagmen C6-6 (3) C6-6.9 Use of Explosives,Drop Weight, Etc. C6-6 (4) C6-6.10 Work Within Easements C6-6 (5) C6.6.11 Independent Contractor C6-6 (6) C6-6.12 Contractor's Responsibility for Damage Claims C6-6 (6) C6-6.13 Contractor's Claim for Damages C6-6 (8) �. C6-6.14 Adjustment or Relocation of Public Utilities, Etc. C6-6 (8) C6-6.15 Temporary Sewer and Drain Connections C6-6 (8) C6-6.16 Arrangement and Charges for Water Furnished by the City C6-6 (9) - C6-6.17 Use of a Section or Portion of the Work C6-6 (9) C6-6.18 Contractor's Responsibility for the Work C6-6(9) C6-6.19 No Waiver of Legal Rights C6-6 (9) C6-6.20 Personal Liability of Public Officials C6-6 (10) C6-6.21 State Sales Tax C6-6 (10) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1) C7-7.2 Assignment of Contract C7-7 (1) C7-7.3 Prosecution of The Work C7-7 (1) C7-7.4 Limitation of Operations C7-7 (2) C7-7.5 Character of Workmen and Equipment C7-7 (2) C7-7.6 Work Schedule C7-7 (3) C7-7.7 Time of Commencement and Completion C7-7(3) C7-7.8 Extension of Time Completion C7-7(3) (3) C7-7.9 Delays C7-7 (4) C7-7.10 Time of Completion C7-7(4) C7-7.11 Suspension by Court Order C7-7(5) C7-7.12 Temporary Suspension C7-7 (5) C7-7.13 Termination of Contract due to National Emergency C7-7 (6) C7-7.14 Suspension or Abandonment of the Work C7-7(6) and Annulment of the Contract: C7-7.15 Fulfillment of Contract C7-7 (8) C7-7.16 Termination for Convenience of the Owner C7-7(8) C7-7.17 Safety Methods and Practices C7-7 (11) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement Of Quantities C8-8 (1) C8-8.2 Unit Prices C8-8(1) C8-8.3 Lump Sum C8-8 (1) C8-8.4 Scope of Payment C8-8 (1) C8-8.5 Partial Estimates and Retainage C8-8 (2) C8-8.6 Withholding Payment C8-8 (3) C8-8.7 Final Acceptance C8-8 (3) C8-8.8 Final Payment C8-8 (3) C8-8.9 Adequacy of Design C8-8 (4) - C8-8.10 General Guaranty C8-8 (4) C8-8.11 Subsidiary Work C8-8 (4) C8-8.12 Miscellaneous Placement of Material C8-8 (4) C8-8.13 Record Documents C8-8 (4) (4) - OW A. PART C -GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION C1-1 DEFINITIONS C1-1.1 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: C1-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and Include the following Items PART A-NOTICE TO BIDDERS (Sample) White PART B -PROPOSAL (Sample) White PART C -GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Green PART E- SPECIFICATIONS E1-White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue - PART F -BONDS (Sample) White PART G- CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A-NOTICE TO BIDDERS (Advertisement) same as above PART B -PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D- SPECIAL CONDITIONS PART E- SPECIFICATIONS PERMITS/EASEMENTS PARTF-BONDS PART G-CONTRACT PART H -PLANS (Usually bound separately) C1-1 (1) C1-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1.4 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. C1-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a MR proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. C1-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Whenever there may be a conflict between the General Conditions and the Special Conditions,the latter shall take precedence. . C1-1.7 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. C1-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which set forth in detail the requircments which must be met by all materials, construction, workmanship, equipment and services in order to render a completed an useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C1-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following: a. 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) C1-1 (2) o PW C1-1.10 CONTRACT: The Contract is a formal signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C1-1.11 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 MW diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from the other parts of the Contract Documents, but they are part of the Contract Documents just as though they were bound therein. C 1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. C1-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth,Texas. C1-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tem of the City of Fort Worth,Texas. 7W C1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas,or his duly authorized representative. q C1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth,Texas, or his duly authorized representative. C1-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly authorized representative. CI-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. C1-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. C1-1.20 CONTRACTOR: The person,person's,partnership, company, Firm, association, ow or corporation, entering into a contract with the Owner for the execution of work, acting PW C1-1 (3) directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, supplying labor and materials or only labor, for the work at the site of the project. C1-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. - C1-1.22 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. C1-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6 C1-1.24 CALENDAR DAYS: A calendar day is any day of the week or month,no days being excepted. C1-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: 1. New Year's day January 1 2. M.L. King, Jr. Birthday Third Monday in January 3. Memorial Day Last Monday in May 4. Independence Day July 4 5. Labor Day First Monday in September . 6. Thanksgiving Day Fourth Thursday in November 7. Thanksgiving Friday Forth Friday in November 8. Christmas Day December 25 9. Such other days in lieu of holidays as the City Council may determine When one of the above named holidays or a special holiday is declared by the City Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following Monday, by those employees ' working on working day operations. Employees working calendar day operations will consider the calendar as the holiday. C1-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents,the intent and meaning shall be as follows: C1-1 (4) Wr 4W AASHTO - American Association of State MGD - Million Gallons Highway Transportation Officials per Day ASCE - American Society of Civil CFS - Cubic Foot per Engineers Second IAW - In Accordance With Min. - Minimum ASTM - American Society of Testing Mono. - Monolithic �. Materials % - Percentum AWWA - American Water Works R - Radius Association I.D. - Inside Diameter m ASA - American Standards Association O.D. - Outside Diameter HI - Hydraulic Institute Elev. - Elevation Asph. - Asphalt F - Fahrenheit Ave. - Avenue C - Centigrade Blvd. - Boulevard In. - Inch Cl - Cast Iron Ft. - Foot CL - Center Line St. - Street GI - Galvanized Iron CY - Cubic Yard Lin. - Linear or Lineal Yd. - Yard - lb. - Pound SY - Square yard MH - Manhole L.F. - Linear Foot Max. - Maximum D.I. - Ductile Iron C1-1.27 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. C1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the " natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment,not including an oiled surface,with or without separate base material. 3. Brick,with or without separate base material. 4. Concrete,with or without separate base material. 5. Any combination of the above. e— C1-1 (5) C1-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined for"Paved Streets and Alleys." C1-1.30 CITY STREET: A city street is defined as that area between the right-of-way lines as the street is dedicated. C1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2) back of the curb lines or four (`4) feet back of the average edge of pavement where . no curb exists. C1-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been - added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. C1-1 (6) -� SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with Proposal form,which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement,"all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and no more than one(1)year old. In the case that bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten(10)percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. """' C2-2 (1) C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the Owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract ` Documents. Bidders are required, prior to filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests,boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting ., the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal.No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents —� and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the -. form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices,written in ink in both words and numerals, for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member of the firm, association, or partnership, or by person duly authorized. If a proposal is submitted by a company or corporation, the company or corporation name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power C2-2(2) , , of Attorney authorizing agents or others to sign proposal must be properly certified and w must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, erasures, or irregularities of any kind, or contain unbalanced value of any items. Proposal tendered or delivered after the official time designated for receipt of �. proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a w° "Proposal Security" of the character and the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and fiunish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders."It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall,Fort Worth,Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration must be made in writing, addressed to the City Manager, and filed with him prior to the time set for opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non- consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time,no further consideration will be given to the proposal. C2-2 (3) CITY MCAMARY t0onfl, fix. C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the"Notice to Bidders."All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any all irregularities and to make the award of the contract to the best —m interest of the City. Tendering a proposal after the closing hour is an irregularity which can not be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of,but not limited to, the following reasons: a) Reasons for believing that collusion exists among bidders. b) Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. C) The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d) The bidder being in arrears on any existing contract or having defaulted on a previous contract. e) The bidder having performed a prior contract in an unsatisfactory manner. f) Lack of competency as revealed by financial statement, experience statement, equipment schedule, and such inquiries as the Owner may see fit to make. g) Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h) The bidder not filing with the Owner, one week in advance of the hour of m the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder dW as specified in Part"N'- Special Instructions 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2 (4) PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of the unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the ward of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession - of the Contractor that will substantiate the actual work performed by an MWE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6)months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. ""� C3-3 (1) C 3-3.5 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 award is made, will be to the lowest and best responsive bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be -* returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by - reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantce the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as + evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. C, PAYMENT BOND: A good and sufficient payment bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article MR C3-3 (2) 4M 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344, Acts 56`x' Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. 9W C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner, the Contract and such bonds as may be required in the Contract Documents. No Contract shall be binding upon the Owner until it has been attested by the City^' Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the owner as an abandonment of his proposal, and the owner may annual the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the owner by reason of said awardee's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will C3-3 (3) wo suffer by reason of such failure on the part of the Awardee and shall thereupon immediately by forfeited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. - C3-3.11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractor's certificate of insurance for approval. The prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. - a. COMPENSATION INSURANCE: The Contractor shall maintain, twill during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABELITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each -b 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 a separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability(covers General Contractor's Liability for acts of sub-contractors). C3-3 (4) 00 r. 2. Blasting,prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation L excavation are performed adjacent to same). 4. Damage to underground utilities for$500,000. 5. Builder's risk(where above-ground structures are involved). 6. Contractual Liability (covers all indemnification requirements of Contract). d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than$100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage .. claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may .� be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in • these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Prime Contractor's insurance not cover the sub-contractor's work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and '� C3-3 (5) performance, payment, maintenance and all such other bonds are written, shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth. Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth- Dallas area. The name of the agent, or agents shall be set forth on all such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLLS: A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm, association, corporation or other ._ who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth- Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all C3-3 (6) PF PW appropriately signed and sealed, as applicable, by the Contractor's responsible offices 4W with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working - time will be allowed for periods in which work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. Pa MW C3-3 (7) M" PART C-GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C4-4 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below ••� the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size,but not to the various depth categories. C4-4 (1) 06 9W C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner,provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a "Change order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. C. The actual reasonable cost of(1) labor, (2)rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and (4) actual cost of insurance,bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 percent of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work. The fee shall be full and complete compensation to cover the cost of superintendence, overhead, PM 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 Orden" 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. a C4-4(2) A no Should a difference arise as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof as provided under method(Item Q. Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five(5)days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4.6 SCHEDULE OF OPERATION: 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 expected. There shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and percentage of completion plotted vertically. The progress charts shall be prepared on 8-1/2" x 11" sheets and at least five black or 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 the 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 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 Engineer. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. C4-4(3) 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 the time constraints, sequencing requirements and completion time. b. The construction progress shall be divided into activities with time durations of approximately fourteen days (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 and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. p 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(14)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 preacceptance activities and events in their logical sequence for equipment and materials. 1. Preparation and transmittal of submittals 2. Submittal review periods. u C4-4(4) 3. Shop fabrication and delivery. 4. Erection or installation. 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. 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 overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with diligence as will insure its completion within the time specified. C4-4(5) PART C -GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. The �. Engineer shall decide all questions which arise as to the quality and acceptability of the materials furnished,work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequence or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. The Engineer shall determine the amount and quality of the work completed and materials fiunished, 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. C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements other wise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. 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 specification, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the ^^�^ C5-5(1) Contract Documents, and the owner shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times,one set of such Contract Documents. • The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other - Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas, , and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the _k C5-5 (2) MW discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not shoe just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather proof, so that documents will not be damaged by the elements. C5-5.7 CONTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s of the " ` C5-5 (3) r Contract Documents. The City Inspector will in no case act as superintendent or foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any " form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents of the Contract Documents, provided, however, should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in Controversy. C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work,but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. C5-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specially provided, or any Extra Work done without written authority,will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. C5-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law,ordinance,codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the function called for by the general design, be similar and of equal substance to that specified and be suited to the same use and C5-5 (4) capable of performing the same function as that specified ; and identifying all variations of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employees by either of them from and against the claims, damages, losses and expenses (including attorneys fees)arising out of the use of substituted materials or equipment. C5-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless other wise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility of finishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor will fiunish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which - are to be used later in the concrete. Should the source of supply change,new tests shall be made prior to the use of new materials. C5-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. C5-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available_ Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for C5-5 (5) all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision of which is not made in these Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures, and service lines. Verification of existing utilities, structures, and service lines shall include notification of all utility companies at least forty-eight(48) hours in advance of construction including exploratory excavation if necessary. All verification of utilities and their adjustment shall be considered subsidiary work. C5-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Department's Distribution Division as to , location,time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service,or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob. The tag shall be durable in composition, and in large bold letters shall say: C5-5 (6) "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 VP b. Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above,but immediate. C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall rw suffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub- contractor shall assert any claire against the owner on account of damage alleged to have been sustained, the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim. C5-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor foi any clean-up required on the project. a C5-5 (7) E.1-21.H, TEX, CS-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final Inspection be made. Such inspection will be made within 10 days after such ,- notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. CS-5 (8) on WM PART C - GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC .. RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED:The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order,whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES MATERIALS AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such trade-mark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided,however,that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by C6AI) the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to the property contiguous tot he work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement or crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer, If diversion of traffic is approved by the Engineer at any location, the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. # The materials excavated and the construction materials such as pipe used in construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes,police call boxes,water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work or materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street;streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. C6-6(2) The Contractor shall at all times conduct his operation and use of construction machinery so as not to damage or destroy trees and scrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS ALLEYS AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. ow A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or staked in such a way as not to 'W interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the work shall be carried on in such manner as not to interfere with the PF operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work. Where the railroad tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public. Negotiations with the railway rw companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights, and danger signals, shall provide such watchman, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under C6-6(3) w w construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the"State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos. 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, - or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8075), to remove the sign. In case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referred manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re- installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held responsible foe all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the Work and materials involved in the constructing,providing, and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the " contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES DROP WEIGHT ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in advance of the use of any - C6-6(4) -= activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special .. Conditions Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to, all tress, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the work. The Contractor shall notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work,material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of non-execution thereof on the part of the Contractor, he shall restore or have restored as his cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise �"` C6-6(5) replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the . point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits,before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. " In case of failure on the part of the Contractor to restore such property or to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due to or to become due to the Contractor under this contract. C6.6.11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the Owner. .� Contractor shall have exclusive control of and exclusive right to control the details of all work and services performed hereunder, and all persons performing the same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, - employees, contractor, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a - partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and does hereby indemnify,hold harmless and defend Owner, its officers, agents, servants, and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart,by alleged negligence on the part of officers, agents, employees, contractors, subcontractors, licensees or invitees of the C6-6(6) P. oft Owner; and said Contractor does hereby covenant and agree to assume all liability and ON responsibility of Owner, its officers, agents, servants, and employees for property damage or loss, and/or personal injuries, including death,to any and all person of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents, employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-da period, p Y the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the C6-6(7) Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation foe any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25`h day of the month succeeding that in which ant such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and the amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES ETC.: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to the property that may be necessary by the performance of this Contract. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or divisions. The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6(8) ,. W IM C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE aw CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery PW shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is PW detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be made at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the City ordinance, or where no ordinances applies,payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, 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 notice of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective ., materials or workmanship, equipment, or deficient operations on the part of the Contractor, shall be performed by the Contractor at his expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild,repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6.19 NO 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. imp 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 rw Documents. kb CITY *('11REi� �y low C6-6(9) FT, WORTH, TEX. M" MW C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted •� thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, and organization which qualifies for exemption pursuant the provisions of Article 20.04 aw (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owner improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX C6-6(10) -F PW MR PART C-GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced on the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he MW 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 MM workmen of the Contractor and shall be subject tot he same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation, be represented either in MW person or by a superintendent or other designated representatives. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any states, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. C7-7(1) The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF TIME OF COMPLETION of this Agreement; and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are ,r careful, competent, and fully qualified to perform the duties and tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, „ shall misconduct himself or to be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction of the , owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjacent property will result from its use. C7-7(2) C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in C1-1.23 "WORKING DAYS" or the date stipulated in the "WORK ORDER"for beginning work,whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must ^' be made to the Engineer no later that the preceding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C1-1.24 and the Contractor may work as he so desires. C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes, or delays of sub-contractors due to such causes. P C7-7(3) When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonaf de attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time mat be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work,then such delay will entitle the Contractor to an equivalent extension of time, his application for shall, however, be subject to the approval of the City Council: and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the Contract. Each bidder shall indicate in the appropriate place on the last page of the proposal, the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the proposal section of the Contract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from the monies due the Contractor, not as a penalty,but as liquidated damages suffered by the Owner. C7-7(4) ow WE AMOUNT OF CONTRACT AMOUNT OF PF LIQUIDATED DAMAGES PER DAY On Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive $ 45.00 $ 15,001 to $ 25,000 inclusive $ 63.00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 $ 500,001 to $ 1,000,000 inclusive $ 315.00 $ 1,000,001 to $ 2,000,000 inclusive $ 420.00 $ 2,000,000 and over $ 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult to calculate due to lack of accurate information, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed;he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION, and should it be C7-7(5) determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction , project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the president of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigations, the owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials, and equipment within thirty days, the Contractor my request the owner to terminate the contract and the owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include. But not be limited to the payment for all work executed but not anticipated profits on work which has not been performed. -» C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the City Council for any good and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(6) rw WN C. Failure of the Contractor to provide and maintain sufficient labor and P, equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. i. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. j. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A Copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any cause or causes, or when the contract is canceled, the Contractor shall discontinue the work or such part thereof as the owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with written consent of the owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. C7-7(7) In case the Sureties do not,within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such work thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract, then the Contractor and his Sureties shall pay the amount bf such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C7-7.15 FULFILLMENT OF CONTRACT:The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. A. NOTICE OF TERMINATION: Any Termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any C7-7(8) ew claim, demand or suit shall be required of the Owner regarding such discretionary action B. CONTRACTOR ACTION: After receipt of a notice of termination, .. and except as otherwise directed by the Engineer, the Contractor shall: 1. Stop work under the contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by notice of termination; 4. transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any,directed by the Engineer: a. the fabricated or unfabricated parts, work in progress, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of the termination; and �— b. The completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be Punished to the Owner. 5. complete performance of such work as shall no have been terminated by the notice of termination; and 6. Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of , the Contractor and in which the owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of C7-7(9) which has been directed or authorized by Engineer, Not later than 15 days thereafter, the owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 days after the notice of - termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. D. AMOUNTS: Subject to the provisions of Item C7-7.1(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits>Nothing in C7-7.16(E) hereafter, prescribing the amount to be paid to the Contractor by reason of , the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.16(D) upon the whole amount to be paid to the Contractor by reason of the termination of the work pursuant to this section, the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. F. DEDUCTIONS: In arriving at the amount due the Contractor under this section there shall be deducted; M 1. all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; C7-7(10) 2. any claim which the Owner may have against the Contractor in connection with this contract; and 3. the agreed price for, or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein, however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. NO LIMITATION OF RIGHTS: Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF ,. CONTRACT"or any other right which the Owner may have for default or breach of contract by Contractor. ,. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. IMF ""� C7-7(11) PART C - GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and item installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finishing costs, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other clauses, delays, profits, injuries,damages claims,taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor,tools,materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, C8-8(1) and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the one year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the I" and the 5t' 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 101h day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of the work performed since the last partial payment was made exceeds one hundred dollars($100.00) inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000.00, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimates may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work MW as a permanent part thereof, but which at the time of the estimate have not been installed (such payment will be allowed on a basis of 85% of the net invoice value thereof). The Contractor shall furnish the Engineer such information as he may request to aid him as a M. guide in the verification or the preparation of partial estimates. It is understood that partial estimates from month to month will be approximate only, all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quantity of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this Contract. low C8-8(2) C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by , the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition,and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlines in paragraph C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been .. deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and C. that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of said City relating to or connected with the Contract. C8-8(3) off M. The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereof approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the Contract Documents, approved modifications thereof, and all alterations thereof. C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any �. express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to the other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific �— item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work,the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the Project. C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the C8-8(4) r r r r r r r r PART C 1 SUPPLEMENTARY CONDITIONS TO PART C r r r t z SECTION Cl: �. SUPPLEMENTARY CONDITIONS TO PART C - GENERAL CONDITIONS A. General M. These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85%of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts 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 will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered MW 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 H provisions of this contract. C. Part C - General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D- Special Conditions. D. C3-3.11 INSURANCE: Page 0-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised Pg. 1 M" 10/24/02 E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not anv such injury, damage or death is caused, in whole or in part, by the negligence or alleged neQl%pence 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 dame is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or(b)provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F. INCREASED OR DECREASED QUANTITIES: Part C - General Conditions, Section C4-4 SCOPE OF WORK,Page C 4-4(1),revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: 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 perforin the work as altered, increased or decreased at the unit prices w as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. _ Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not ,. to the various depth categories. Revised Pg.2 10/24/02 G. C3-3.11 INSURANCE: Page C3-3 (7): Add subparagraph"h.ADDITIONAL INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers'compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project,Contractor shall report, in a timely manner,to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Revised Pg. 3 10/24/02 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: �- The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such. prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects,. imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. I. C8-8.10 GENERAL GUARANTY: Delete C8-8.10,General Guaranty at page C8-8(4)is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents,nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two(2)years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract Revised Pg. 4 10/24/02 which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C - General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4)exchange paragraphs C2-2.7,C2-2.8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is ., delivered, accompanied by its proper Bid Security,to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division,P.O. Box 17027,Fort Worth,Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud,the proposals for which non-consideration requests have been properly filed may, at the option of the Owner,be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48)hours after the proposal opening time,no further consideration will be given to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions,dated November 1, 1987; (City let projects)make the following revisions: Revised Pg. 5 10/24/02 1.Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. ^° 2. Pg. C3-3(5)Paragraph C3-3.11 INSURANCE delete subparagraph"a. COMPENSATION INSURANCE". 3. Pg. C3-3(6),Paragraph C3-3.11 INSURANCE delete subparagraph"g. LOCAL AGENT FOR INSURANCE AND BONDING". L. RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT,Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall,until the expiration of three(3)years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books,documents,papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. -� (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three(3) years after final payment under the subcontract,have access to and the right to examine and photocopy any directly pertinent books,documents,papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: Revised Pg. 6 10/24/02 1. 50 copies and under- 10 cents per page 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 ow 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. O. 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 V` 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 sw possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation(other than negligent me 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. ,u ON Revised Pg. 7 10/24/02 rw P. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a)The contractor shall comply with all requirements of Chapter 2258, Texas Government Code,including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b)The contractor shall, for a period of three(3)years following the date of acceptance of the work, maintain records that show (i)the name and occupation of each worker �^ employed by the contractor in the construction of the work provided for in this contract; and(ii)the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1,L. Right to " Audit(Rev. 9/30/02)pertain to this inspection. (c)The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a)and(b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258,Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Revised Pg. 8 10/24/02 PART D SPECIAL CONDITIONS PART D - SPECIAL CONDITIONS DD=1 GENERAL ..................................................................................................................3 5-2 COORDINATION MEETING........................................................................................4 -33 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ..............4 D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT..............................7 D- 5 CROSSING OF EXISTING UTILITIES........................................................................7 D- 6 EXISTING UTILITIES AND IMPROVEMENTS............................................................7 5-- 7 CONSTRUCTION TRAFFIC OVER PIPELINES..........................................................8 D- 8 TRAFFIC CONTROL...................................................................................................8 D- 9 DETOURS...................................................................................................................9 D- 10 EXAMINATION OF SITE. ............................................................................................9 D- 11 ZONING COMPLIANCE........................ 9 D- 12 WATER FOR CONSTRUCTION................................................................................10 D- 13 WASTE MATERIAL ...................................................................................................10 D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE....................................................10 D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK...............................10 5- 16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES..........................10 D- 17 BID QUANTITIES....................................................................................................... 11 5- 1-8 CUTTING OF CONCRETE........................................................................................11 6- 19 PROJECT DESIGNATION SIGN............................................................................... 11 D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT....................................12 5- 2-1 MISCELLANEOUS PLACEMENT OF MATERIAL...................................................... 12 5- 22 CRUSHED LIMESTONE BACKFILL..........................................................................12 D- 23 2:27 CONCRETE................. ....................................................................................12 D- 24 TRENCH EXCAVATION BACKFILL AND COMPACTION .......................................12 D- 25 PAVEMENT REPAIR (E2-19) .................................................................................... 14 D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS).............. 14 D- 27 SANITARY SEWER MANHOLES D- 28 SANITARY SEWER SERVICES................................................................................18 6---29 REMOVAL, SALVAGE, AND D- 30 DETECTABLE WARNING TAPESNDONMENT OF EXISTING FACILITIES.............. 19 ................................................................21 D- 31 PIPE CLEANING..................................................................................... ...........22 D- 32 DISPOSAL OF SPOIUFILL MATERIAL.....................................................................22 D- 33 MECHANICS AND MATERIALMEN'S LIEN...............................................................22 D- 34 SUBSTITUTIONS 5---35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER...........22 5- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES........................................25 D- 37 BYPASS PUMPING...................................................................................................27 D- 38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER........27 5-- 3-9 SAMPLES AND QUALITY CONTROL TESTING.......................................................29 D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL........29 D- 41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ......................30 D-42 PROTECTION OF TREES, PLANTS AND SOIL........................................................30 D-43 SITE RESTORATION................................................................................................31 D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST............................................31 D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING...........................................31 6--46 CONFINED SPACE ENTRY PROGRAM...................................................................36 D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION..........................36 5-74-8 EXCAVATION NEAR TREES ....................................................................................37 6--4-9 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................37 6- 50 CLAY DAM.............................................................. D- 51 EXPLORATORY EXCAVATION (D-HOLE)................................................................38 U- 52 INSTALLATION OF WATER FACILITIES........................ ......................................38 OW3/04 SC-1 PART D - SPECIAL, CONDITIONS 52.1 Polyvinyl Chloride (PVC) Water Pipe. ........................................................................38 52.2 Blocking ....................................................................................................................38 52.3 Type of Casing Pipe. .................................................................................................38 52.4 Tie-Ins.. 52.5 Connection of Existing Mains.....................................................................................38 52.6 Valve Cut-Ins .............................................................................................................38 52.7 Water Services..................................................... ...................38 �. ................................... 52.8 2-Inch Temporary Service Line ..................................................................................38 52.9 Purging and Sterilization of Water Lines ....................................................................38 52.10 Work Near Pressure Plane Boundaries........................................... ........38 ................... 52.11 Water Sample Station................................................................................................38 52.12 Ductile Iron and Gray Iron Fittings..............................................................................38 D- 53 SPRINKLING FOR DUST CONTROL........................................................................38 » D- 54 DEWATERING. .........................................................................................................38 D- 55 TRENCH EXCAVATION ON DEEP TRENCHES...........................:...........................39 5--56 TREE PRUNING........................................................................................................39 D- 57 TREE REMOVAL.......................................................................................................40 5-- 58 TEST HOLES.............................................................................................................40 D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION......................................................................................................40 D-60 TRAFFIC BUTTONS..................................................................................................40 D-61 SANITARY SEWER SERVICE CLEANOUTS............................................................40 q�g I9UWb—.�RY.PAAM--SS OVAI"PAII4..........................................................................40 D-63 CONSTRUCTION STAKES.......................................................................................40 D-64 EASEMENTS AND PERMITS....................................................................................41 D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ..............................................41 D-66 WAGE RATES..........................................................................................................41 D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE...................................42 D-68 STORM WATER POLLUTION PREVENTION ..........................................................42 6-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS..................................................................................44 D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ..........................................44 D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION...............................................44 6-72 AIR POLLUTION WATCH DAYS...............................................................................45 03Q3/04 SC-2 PART D - SPECIAL CONDITIONS D, Part D shall 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: M-272-B REALIGNMENT PHASE II FORT WORTH, TEXAS DOE PROJECT NO. 3755 WATER DEPARTMENT PROJECT NO. PS 172-070172141050 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 and shall govern over any conflicts with the General Contract Documents 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. PW 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 Pians, 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, ,w 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 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRAL TEXAS 0312"4 SC-3 PART D - SPECIAL CONDITIONS W4 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. 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: 03/23/04 SC-4 —b PART D - SPECIAL CONDITIONS Opp 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 Ow 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; i 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all ." persons providing services on the project, and 2. No later than seven days after receipt by the contractor, a new certificate of coverage .. showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 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 03123/04 SC-5 PART D - SPECIAL CONDITIONS that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner "" prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the .. coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing 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. 01WY a SC-6 PART D - SPECIAL CONDITIONS 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)440-3789 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". y 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. r D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line andior 7 proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be constructed of ductile iron pipe. The Engineer shall determine the required length of �. replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner nor the Engineer assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. 0"3104 SC-7 PART D - SPECIAL CONDITIONS The Contractor shall be responsible for verifying the locations of and protecting all existing '"" utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions for the support, protection, relocation, and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or *� temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. - Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. Any and all permanent structures such as parking lot surface, fencing, and like structures on either public or private property shall be replaced at no cost to the City by material of equal value 7 and quality as that damaged. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any " phase of his construction operation. D- 8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set OW3104 SC-8 PART D - SPECIAL CONDITIONS forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer at (817) 871-8770 at least 10 working days prior to the pre-construction conference. Although work will not begin until the traffic control plan has been reviewed, the Contractor's time a will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. The Contractor shall limit his work within one continuous lane of traffic at a time to minimize interruption to the flow of traffic. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The cost of the traffic control is subsidiary work and the cost of same shall be included in the price bid for pipe complete in place as bid in the Proposal, and no other compensation will be allowed. D-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D- 10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D- 11 ZONING COMPLIANCE 03123104 SC-9 I PART D - SPECIAL CONDITIONS During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D- 12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. D- 13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next •. estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. c No more than seven days shall elapse after completion of construction before the roadway, right- of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth Department of Engineering shall give final acceptance of the completed project work. D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup. The Contractor sFialt not ` commence with water anis/or sanitary sewer ins�aflatiq'n unt.i such time that the survey c6t46ets havebeen received from'd,ie City inspector. D- 16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, - derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. 03/23/04 SC-10 PART D - SPECIAL CONDITIONS The warning sign shall read as follows: "WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCOR) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCOR, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCOR company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D- 17 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 VW quantities. To the extent that 044.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D- 18 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. D- 19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall.be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be V-0" by 2'-0" in size. The information box shall have the following information: For Questions on this Project Call: (817) 871-8306 M-F 7:30 am to 4:30 p.m. or (817)871-8300 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. 0""4 SC-11 .00 PART D - SPECIAL CONDITIONS D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT (N/A) 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. .. 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 Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. 7 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 03123104 SC-12 PART D - SPECIAL. CONDITIONS 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: • Less than 10% passing the#200 sieve • P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size % Retained 1" 0-10 1/2" 40-75 3/8" 55-90 #4 90-100 #8 95-100 All other provisions of this section shall remain the same. " 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The top two (2)feet of sewer line trenches and the top eighteen (18) inches of water line may be roiled in with heavy equipment tires, provided it is placed in lifts appropriate to the material being used and the operation can be performed without damage to the installed pipe. 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, including any and all 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. OW3/04 SC-13 MR PART D - SPECIAL CONDITIONS D-25 PAVEMENT REPAIR (E2-19) 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 1 through 5. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2)feet or less in width. Therefore, at the locations in the project where the trench wall is three (3)feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such r• 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 Department of Engineering 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 Department of Engineering 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 Department of Engineering. 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. 03123104 SC-14 -w PART D - SPECIAL CONDITIONS 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. 3. SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM - Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM - Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave-ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales)and/or sheeting. D. MEASUREMENT - Trench depth is the vertical measurement from the top of the existing ground to the bottom of the pipe or structures. 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 ow will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted and installed according to the manufacturer's recommendations. Stainless Steel manhole inserts shall be required for all pipe diameters 18" and greater. 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal �. sealant. The lift hole shall be sealed on the inside of the manhole wi ;qua — cement grout. 0&23104 SC-15 PART D - SPECIAL CONDITIONS 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. 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 McKinley, Type N, with indented top design, or equal, with pick slots. 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. 32" Pamrex non-ventilating Manhole Lids and Frames are acceptable for use where locking lids are specified. 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 O-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent- Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in 03/23/04 SC-16 PART D - SPECIAL CONDITIONS accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two(2)rows (inside and outside)of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black": Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. M3104 SC-17 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. D-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 shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. A. 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. B. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on 0&23104 SC-18 PART D - SPECIAL. CONDITIONS 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 service re-route. All applicable sewer mains, laterals and affected service lines that are installed without pre-construction de- holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. All re- routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S.T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear �. foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. D-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 Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract .w Documents and Specifications, unless amended or superseded by requirements of this Special Condition. 0"3104 SC-19 PART D - SPECIAL CONDITIONS t 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 w warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance "^ with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the -- Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top .w slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item-Abandon Existing Sewer Manhole. 031'2ro4 _ SC-20 PART Q - SPECIAL CONDITIONS H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed. The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. K. 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. D-30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2'h pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Legends Water Safety Blue Caution! Buried Water Line Below Sewer Safety Green 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 OW3/04 SC-21 : PART D - SPECIAL CONDITIONS inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, " detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D-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 spoil/fill material, the Contractor shall advise the Director of Engineering Department, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its - 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 The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal", or"or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's -~ approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the -- intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications. D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER 03/23/04 SC-22 PART D - SPECIAL CONDITIONS A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high-velocity jet equipment. The equipment shall be capable of removing dirt, grease, i 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. 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. 0"3104 SC-23 PART D - SPECIAL. CONDITIONS 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. B. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy 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. 0"304 SC-24 PART D - SPECIAL CONDITIONS 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 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 03123104 SC-25 PART D - SPECIAL CONDITIONS A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. The sewer lines entering the manhole shall be plugged and braced to prevent the plugs 7 from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's „ recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg -9"H9) (SEC) Depth of MH. 48-Inch Dia. 60-Inch Dia. (FT.) Manhole Manhole 0 to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 30' 74 sec. 98 sec. �^ For Each 5 sec. 6 sec. Additional 2' 2. 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, 0"3104 SC-26 PART D - SPECIAL CONDITIONS - and all incidentals, including all bypass pumping, required to complete the test as specified herein. - D- 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 manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. D- 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 satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, o� 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. 03/23/04 SC-27 PART D - SPECIAL CONDITIONS The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item - Post-Construction Television Inspection. 03/23104 SC-28 PART D - SPECIAL CONDITIONS �. 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 provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in-place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. 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 A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent aLcorreE erosion that may develop during construction prior to installation of permanent, olkd on OW3 04 SC-29 ITf C,2 9 /' ff ��oZ lyfl, 8E , PART D - SPECIAL CONDITIONS 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. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 3. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 4. 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. 5. 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 EGRESS/OBSTRUCTION OF ACCESS TO DRIVES (N/A) 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 existed 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 871-5738. 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 03/23104 SC-30 PART Q - SPECIAL CONDITIONS 'PW 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 OW be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. .W 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 approval of the Engineer. The basis for approval by the �- Engineer will be grade restoration to plus minus one-tenth (0.1)of a foot. D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. «- D-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 r topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is IP obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. r OWY04 SC-31 r PANT D - SPECIAL CONDITIONS MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be w watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. CONSTRUCTION METHODS: After the designated areas have been completed to the Cines, 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-fare (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. 03M/04 SC-32 17 PART D - SPECIAL CONDITIONS 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 i 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: 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 PuriIt Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% 10 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) Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates (Eastern Sections) (WesternSections) (All Sections) Feb 1 Bermudagrass 40 Buffalograss 80 Bermudagrass 60 to Buffalograss 60 Bermudagrass 20 Buffalograss 40 May 1 Total: 100 Total: 100 Total: 100 Table, 120.2.(2)b 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 ON23/04 SC-33 PART D - SPECIAL CONDITIONS CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent '* washing of the slopes or dislodgment of the seed. b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section D-45, Construction Methods, is not applicable since no seed bed preparation is required. DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cultipacker"type. All rolling of the slope areas shall be on the contour. .� ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D- 45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, --+ the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. 03/23104 SC-34 PART D - SPECIAL CONDITIONS The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the 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. on MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the wo 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". 03/23104 SC-35 PART D - SPECIAL. CONDITIONS MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for"Seeding"will be measured by the linear foot, complete in place. Acceptable material for"Sodding"will be measured by the linear foot, complete in place. Acceptable material for"Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. . All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. " "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The -" contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D-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. D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 1. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. 0312M4 SC-36 PART D - SPECIAL. CONDITIONS ' 2. 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. 3. 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. P 4. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 5. Final inspection shall be in conformance with general condition item "C5-5.18 Final A Inspection"of PART C - GENERAL CONDITIONS. D-48 EXCAVATION NEAR TREES 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized. 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 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 (N/A) D-50 CLAY DAM 03/2304 SC-37 PART D - SPECIAL. CONDITIONS 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) (N/A) D- 52 INSTALLATION OF WATER FACILITIES (N/A) 52.1 Polyvinyl Chloride (PVC) Water Pipe 52.2 Blocking 52.3 Type of Casing Pipe 52.4 Tie-Ins 52.5 Connection of Existing Mains 52.6 Valve Cut-Ins 52.7 Water Services 52.8 2-Inch Temporary Service Line 52.9 Purging and Sterilization of Water Lines 52.10 Work Near Pressure Plane Boundaries 52.11 Water Sample Station 52.12 Ductile Iron and Gray Iron Fittings 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. 03/23104 SC-38 PART D - SPECIAL CONDITIONS A separate bid item for dewatering is located in the bid proposal of this specification. D- 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. D- 56 TREE PRUNING A. REFERENCES: National Arborist Association's"Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 1. Steel "T" = Bar stakes, 6 feet long. �w 2. Smooth Horse-Wire: 14-1/2 gauge (medium gauge)or 12 gauge (heavy gauge). 3. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 4. Combination Fence: Commercially manufactured combination soil separator fabric on �. wire mesh backing as shown on the Drawings. D. ROOT PRUNING PW 1. Survey and stake location of root pruning trenches as shown on drawings. 2. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 3. Backfill and compact the trench immediately after trenching. i. 4. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 5. 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. 6. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, „- equipment and protection. E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. M3/04 SC-39 9 PART D - SPECIAL CONDITIONS F. Tree Pruning shall be considered subsidiary to the project contract price. D- 57 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. D- 58 TEST HOLES Test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION 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 Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 871-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. D-61 SANITARY SEWER SERVICE CLEANOUTS (N/A) D-62 TEMPORARY PAVEMENT REPAIR (N/A) 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, 03/23104 SC-40 PART D - SPECIAL CONDITIONS ' 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. c The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or manholes. For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the plans desk at the Department of Engineering, City of Fort Worth. 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. I" 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 complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. Any and all costs associated with compliance with permits(s) including payment for flagmen shall be subsidiary to the project price. No additional payment will be allowed for this item. D- 65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING (N/A) D- 66 WAGE RATES The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any Subcontractor on the site of the project covered by these Contract Documents. In no event shall less than the following rates of wages be paid. (Attached) 03M104 SC-41 PART D SPECIAL CONDITIONS D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos 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 ACP in compliance with NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category II, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non - friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. EPA defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) D-68 STORM WATER POLLUTION PREVENTION PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.htmi. 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 03/23/04 SC-42 PART D - SPECIAL, CONDITIONS need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOI): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOI)form.prepared by the engineer. It serves as a notification to the TCEQ of construction �. activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOI shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water& General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOI shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway • Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT)form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water& General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY— DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOI)form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the 0323/04 SC-43 PART D - SPECIAL CONDITIONS requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT)form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY- DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL CONDITION D -40 SHALL BE APPLICABLE. D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS (N/A) D-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. D-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: OW3104 SC-44 PART Q - SPECIAL CONDITIONS The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware ro of the situation. If necessary, the City Manager's Office and the appropriate city 1 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 Engineering Department's Public Information Officer. ^� 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. D-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. OW3/04 SC-45 PART D - SPECIAL CONDITIONS 03/23/04 SC-46 (To be printed on Contractor's Letterhead) . :pate" DOE No: 3176 PROJECT NAME:Main C1C411 Sanitary Sewer Drainage Area Part 15 MAPSCO LOCATION: 76L LIMITS OF CONST.: West of 9t°Avenue along FWWR between Rosedale and Oleander Estimated Duration of Construction on your Street : <XX>days _ y THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL REHABILITATE SEWER LINES ON OR AROUND YOUR PROPERTY. CDNSTRUCTION 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 SUPERINTENDE NT> AT TELEPHONE NO.> OR Mr. <CITY INSPECTOR>AT TELEPHONE NO.> o. AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 i PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. PART D - SPECIAL CONDITIONS CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION HOURLY RATE Asphalt Raker $10.32 Asphalt Shoveler $9.75 Batching Plant Weigher $9.65 Carpenter(Rough) $13.64 Concrete Finisher-Paving $10.16 Concrete Finisher Helper(Paving) $9.70 � Concrete Finisher-Structures $13.44 Flagger $7.00 Form Builder-Structures $13.44 Form Setter-Paving & Curbs $10.25 Form Setter-Structures $9.75 Laborer-Common $7.64 .., Laborer-Utility $8.64 Mechanic $13.25 Servicer $10.13 Pipe Layer $7.35 Pipe Layer Helper $6.75 Asphalt Distributor Operator $11.45 Asphalt Paving Machine Operator $11.09 Concrete Paving Saw $10.53 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (< 1 1/2 $10.00 CY) Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (> 1 1/2 $11.52 CY) Front End Loader (2 1/2 CY & less) $9.94 Front End Loader (over 2 1/2 CY) $9.32 Milling Machine Operator $8.00 Mixer $11.00 Motor Grader Operator (Fine Grade) $12.31 Motor Grader Operator $13.75 Pavement Marking Machine $11.00 Roller, Steel Wheel Plant-Mix Pavements $9.88 Roller, Steel Wheel Other Flatwheel or Tamping $12.12 Roller, Pneumatic, Self-Propelled Scraper $8.02 Traveling Mixer $10.00 Reinforcing Steel Setter (Paving) $9.75 Truck Driver-Single Axle (Light) $8.00 Truck Driver-Tandem Axle Semi-Trailer $10.22 Truck Driver-Lowboy/Float $10.54 Truck Driver-Transit Mix $10.63 Truck Driver-Winch $9.80 03rr3/04 SC-48 vo PART D - SPECIAL CONDITIONS PW S o. WE r u 0,W,3/04 SC-49 17 I FORTWORTH Date: DOE NO. 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 HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR PART Q - SPECIAL CONDITIONS F TEXAS DEPARTMENT OF HEALTH DEMOUTION!RENOVATION o NOTIFICATION FORM r NOTE:CIRCLE ITEMS THAT ARE AMENDED NT D H IO NCYnFICAT # i 1) Abatement Contractor 7DH License Ntlfltber: Address: City: stew, Z%c c Office Phone Number:( ) Site Phone e Site Supervisor: TDH License Number. U Site Supervisor: _TOM License Number, s Trained Onsite NESHAP indWual: Certification Date: a 1�. Demolition Contractor- ClEice Pttorte Nurrfbcsrf-.I- n 2 I y 2) Project Consultant or Oar TON License I+ital bW. iktg,ems• El Me Chy; Sts C7fflce Pttafiu NtambrlF f t T A 3) Facility Owner. H Attention: P Mailing Andress; City: State: Zip:____Ovrner Phone Number{ )__ "Note:The invoito for the notification fee will be sent to the owner of the bullcO ig and the billing addmess for the invoice will b obtained from the Information that is provided In this section. N 4) Description or Facility Name: E Physical A idre3s; Counlr Gittr Zip: S Facility Phone Number( ) Facility Contact Person: - H Description of ArealRoom Number. A Prior Use: Future Uw- P Age of BuildinglFacllity: Size: Number of School(K-12): D YES C NO ❑ 5) Typo of Work: p Demolition a Renovation(Abatonent) G Annual Consolidated T Work wig be during: ❑ 0ey D Evaling A NWd Q P1,1101101 ❑ Description ofwork schadulle: H 6) is this a Public Building? t7 YES ❑ NO Federal Facility?DYES ONO Industrial Site?DYES O NQ D NESHAP-Only Facility? ❑ YES ❑ NO Is BuitdirKWacliity Occupied* a YES p NO L 7) Notification Type CHECK ONLY ONE Y ❑ Original(110 Working Days) 0 Cancellation D Amendment ❑ EmesrgencyFOrder+ed I If this Is an areiendmennt,which amendment number is this?(Enclose copy of original and/or last amendrrient) I if an emergency,who did you talc with at TDHT + a Dabs and Hour of Emergency(HH(MLVI30", d. Description of the sudden,unexpected event and explanation of how the event caused unsafe conditions or Would cause o equipment damage(computers,machinery,atc n 7 El B) Description of procedures to be followed In the event that unexpected asbestos is found or u*nowiriable Y asbestos material becomes embled,pulverized,a reduced to pounder: eni E s 9) Was an Asbestos survey performed? t] YES a NO now. I TOM Inspector License Nx Analytical Method:❑PLM ❑TEM D Assumed TDH Laboratory Lioom a No: N (For TAMPA(public building)pegecW-an assumption must be made by a TDM Licensed Inspector) 1 14) Description of planned demolition or renovation work,type of material.and methods)to be 4 11) Description of work pvcticas and enomwring canlrots to be used to prevent eminkna of asbestos at tha dIornFtensan+selion• o,W.vo4 SC-51 » t' PART D - SPECIAL. CONDITIONS 12) ALL applicable items in the foliaMrig table must be completed: IF NO ASBESTOS PRESENT CHECK HERE k Approximate amount of Check unit of measurement Pgbesta6-Containing Building Material Asbestos Type Pipes SurtaceArea Ln Ln SO SO Cu Cu Ft hi Ft ?.1 Ft M RACM to be removed RACM NOT removed Interior Category 1 non-friable removed Extatiot Category I non-friable removed Cateqory I non-friable NOT removed Interior Category 11 non-rriabra removed Exterior Category 11 non-friable removed Cate II non-friable NOT removed RACMt Off-Facility Component 13) Waste Transporter Name: TDH License Number. .er Address: City: Stale: Axl- Contact Pertian° Phone Nwnber= 14) Waste Disposal Site Norrie- Address: City 81101e: Z[Fr TNRCC Pi#i1cmNurgaeir ' 15) For structurally unsound facility,attach a copy of demolition order and identify Governmental Official bebw. Names, Reolatratlort No: Title: Date of under IMMCDffY) ! / Date oder to begin(MWDDIYY) . I_I 16) Scheduled Dates of Asbestos Abatement(MMIDD1YY) Start: I I Cornptede: I f �. 17) Scheduled Datea DemolillonlRenovation(MWDDIYY) Start: I d Complete: I I "Norte:tl the start date an this nalifleatlon can not be that,the TDH Regional or Local Pwgram office Atustba contacted by phone prior to the start data. Failure to do so Is a violation to accordance to TAMPA.mon 29&61. ..b I hereby certify that all Information I have provided Is correct,complete.and We to the best of My knovuiedge. I acknowledge that I am responsible for all aspects of the notification form,including,but not limiting.content and submission dates. The maximum penalty is$1 O OOII per day per violation. (ftnature of Building Owner/Opera�Dr (Printed Nana) (Date) (T rllprle) or Delegated ConstrltantfContracl our) j 1 (Fax Ntstlhar) MAIL TO: ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT OF HEALTH *Fbxos am not accslpftd* PO BOX 143538 "Faxes ane not atcopted* AUSTIN.TX 187143538 PH:512434-666,1-8UU-672-5548 Form APHr#5,dated 07/29/172.Replaces TDH form dater}07113V1.For assistance in compAaling ilamm call f-8t w572-5548 03123104 SC-52 r t r r r r r PART DA ADDITIONAL SPECIAL CONDITIONS i r r r r PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ........................4 DA-2 PIPELINE REHABILITATION CURED—IN-PLACE PIPE..............................................4 DA-3 PIPE ENLARGEMENT SYSTEM.................................................................................4 DA-4 FOLD AND FORM PIPE..............................................................................................4 DA-5 SLIPLINING......--- ...................................................................................................4 DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT.......................................................4 DA-7 TYPE OF CASING PIPE..............................................................................................4 M. DA-8 SERVICE LINE POINT REPAIR!CLEANOUT REPAIR..............................................4 DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION...................4 DA-10 MANHOLE REHABILITATION ....................................................................................6 DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION................................6 DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM.................6 DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM ..............................................6 DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM......................................6 DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM....................................9 DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER...12 DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM....................................12 DA-18 RIGID FIBERGLASS MANHOLE LINERS.............................................................. .12 DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION..............................................12 DA-20 PRESSURE GROUTING .................— ......................................................................12 DA-21 VACUUM TESTING OF REHABILITATED MANHOLES...........................................15 DA-22 FIBERGLASS MANHOLES.......................................................................................18 DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES...................22 DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER..........................................23 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS ..................................................23 DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE...........................................24 DA-27 GRADED CRUSHED STONES..................................................................................24 DA-28 WEDGE MILLING 2"TO 0" DEPTH 5.0'lfADE.........................................................24 DA-29 BUTT JOINTS - MILLED ...........................................................................................24 DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX)...................................................24 DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER...........................................24 DA-32 NEW 7" CONCRETE VALLEY GUTTER...................................................................24 DA-33 NEW 4" STANDARD WHEELCHAIR RAMP.............................................................24 DA-34 8" PAVEMENT PULVERIZATION .............................................................................24 DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ........................24 DA-36 RAISED PAVEMENT MARKERS...—........................................................................25 DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ...............26 DA-38 LOADING, TRANSPORTATION,AND DISPOSAL OF CONTAMINATED SOIL.......30 DA-39 ROCK RIPRAP -GROUT- FILTER FABRIC31 . . . ..... .. . . . . . . .. . . . . . DA-40 CONCRETE RIPRAP...... ....s.....................................................................................34 DA-41 CONCRETE CYLINDER PIPE AND FITTINGS .........................................................34 DA-42 CONCRETE PIPE FITTINGS AND SPECIALS..........................................................34 DA-43 UNCLASSIFIED STREET EXCAVATION..................................................................34 DA-44 6" PERFORATED PIPE SUBDRAIN DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS...................................................34 DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION ..............................................34 DA-47 PAVEMENT REPAIR IN PARKING AREA.................................................................34 DA-48 EASEMENTS AND PERMITS....................................................................................35 06104103 ASC-1 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-49 HIGHWAY REQUIREMENTS ....................................................................................35 DA-50 CONCRETE ENCASEMENT .....................................................................................35 DA-51 CONNECTION TO EXISTING STRUCTURES................................ DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION................................35 DA-53 OPEN FIRE LINE INSTALLATIONS.........................,..................................................35 DA-54 WATER SAMPLE STATION......................................................................................35 DA-55 CURB ON CONCRETE PAVEMENT.........................................................................35 DA-56 SHOP DRAWINGS.................................................................................................. 35 DA-57 COST BREAKDOWN ................................................................................................36 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY.................................36 DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP..................................................................36 DA-60 ASPHALT DRIVEWAY REPAIR................................................................................37 DA-61 TOP SOIL..................................................................................................................37 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT.................37 DA-63 BID QUANTITIES ......................................................................................................37 DA-64 WORK IN HIGHWAY RIGHT OF WAY......................................................................37 DA-65 CRUSHED LIMESTONE (FLEX-BASE) ...................................................................37 DA-66 OPTION TO RENEW..................................................................................................37 DA-67 NON-EXCLUSIVE CONTRACT.................................................................................37 DA-68 CONCRETE VALLEY GUTTER.................................................................................38 DA-69 TRAFFIC BUTTONS........................... ................................38 ....................................... DA-70 PAVEMENT STRIPING............................................................................................ .38 DA-71 H.M.A.C. TESTING PROCEDURES.................................................................... __38 DA-72 SPECIFICATION REFERENCES...............................................................................38 ..� DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVEAND BOX......................................................................................................38 DA-74 RESILIENT-SEATED GATE VALVES.......................................................... ...38 - DA-75 EMERGENCY SITUATION, JOB MOVE-IN...............................................................38 DA-76 1 W' & 2" COPPER SERVICES................................................................................39 DA-77 SCOPE OF WORK (UTIL. CUT)..............................................................................:.39 DA-78 CONTRACTOR'S RESPONSIBILTY(UTIL. CUT)....................................... 39.............. DA-79 CONTRACT TIME (UTIL. CUT).................................................................................39 DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) ...............................39 DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT)..................................................39 DA-82 LIQUIDATED DAMAGES (UTIL. CUT)......................................................................39 DA-83 PAVING REPAIR EDGES (UTIL. CUT) .....................................................................39 DA-84 TRENCH BACKFILL (UTIL. CUT).............................................................................40 DA-85 CLEAN-UP (UTIL. CUT).............................................................................................40 DA-86 PROPERTY ACCESS (UTIL.CUT) ...........................................................................40 DA-87 SUBMISSION OF BIDS (UTIL. CUT).........................................................................40 DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) ..............................................40 DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) ............................40 DA-90 2" TO 9" H.M.A.C. PAVEMENT(UTIL. CUT)............................................................40 DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT)..........41 DA-92 MAINTENANCE BOND (UTIL. CUT).........................................................................41 DA-93 BRICK PAVEMENT (UTIL. CUT)...............................................................................41 DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT)...........................................................41 DA-95 CEMENT STABILIZED SUBGRADE(UTIL. CUT).....................................................42 0610403 ASC-2 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-96 REPAIR OF STORM DRAIM STRUCTURES (UTIL. CUT) .......................................42 DA-97 "QUICK-SET' CONCRETE (UTIL.CUT)...................................................................42 DA-98 UTILITY ADJUSTMENT (UTIL. CUT)............................... ...................42 DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT)....42 - DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL.CUT)..................................42 DA-101 CONCRETE CURB AND GUTTER(UTIL. CUT)....................................................42 DA-102 PAYMENT(UTIL. CUT) .........................................................................................42 DA-103 DEHOLES (MISC. EXT.)........................................................................................42 DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.).....................................................42 DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) .........................................42 DA-106 BID QUANTITIES (MISC. EXT.).... ............................. . ......._...............................42 DA-107 LIFE OF CONTRACT (MISC. EXT.).......................................................................42 DA-108 DETERMINATION AND INITIATION OF WORK (MISC. REPL.)...........................42 DA-109 WORK ORDER COMPLETION TIME (MISC. REPL) ...........................................42 DA-110 MOVE IN CHARGES (MISC. REPL.).....................................................................42 DA-111 PROJECT SIGNS (MISC. REPL)..........................................................................42 DA-112 LIQUIDATED DAMAGES (MISC. REPL.)..............................................................43 DA-113 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.)...........................................43 DA1�4 . .....................................................................................................43 06/04/03 ASC-3 MW PART DA - ADDITIONAL SPECIAL CONDITIONS RW DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (N/A) DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (N/A) DA-3 PIPE ENLARGEMENT SYSTEM (N/A) DA-4 FOLD AND FORM PIPE (N/A) DA-5 SLIPLINING (N/A) DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT (N/A) DA-7 TYPE OF CASING PIPE (N/A) DA-8 SERVICE LINE POINT REPAIR/CLEANOUT REPAIR (N/A) -» DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL: 1. Scope: This section governs all work, materials and testing required for the ,.. application of interior protective coating. Structures designated to received interior coating are listed on the construction drawings. The structures are to be coated, including interior wall, top and bench surfaces. Protective coating for corrosion protection shall meet the requirements of this Specification (and items DA-14 and DA-15)and the Manufacturers recommendations and specifications. 2. Description: The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of protective coating of structures in accordance with manufacturer's recommendations. 3. Manufacturer's Recommendations: Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. 4. Corrosion Protection: Corrosion protection may be required on all structures where high turbulence or high H2S content is expected. ., B. MATERIALS: 1. Scope: This section governs the materials required for completion of protective coating of designated structures. 2. Protective Coating: The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. or a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 0610"3 ASC-4 PART DA - ADDITIONAL SPECIAL CONDITIONS 3. Specialty Cement (If required for leveling or filling): The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification: The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows: Property Standard Long Term Value Tensile Strength ASTM D-638 5,000 psi f Flexural Stress ASTM D-790 10,000 psi Flexural Modulus ASTM D-790 550,000 psi 5. Mixing and Handling: Mixing and Handling of specialty cement material and protective coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C. EXECUTION: 1. General: Protective coating shall not be installed until the structure is complete and in place. 2. Preliminary Repairs: s a. All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). b. All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (112) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application. C. After all repairs have been completed, remove all loose material. 3. Protective Coating: a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The top of the structure shall also be coated. b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 06104/03 ASC-5 PART DA - ADDITIONAL SPECIAL CONDITIONS 1) The surface shall be thoroughly cleaned of all foreign materials and matter. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the wails are coated, the wooden bench covers shall be removed. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application. 4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Section D-36 - VACUUM TESTING OF SANITARY SEWER MANHOLES. D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the " work. Pressure grouting, if necessary to stop active infiltration prior to application of the protective coating, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION. DA-10 MANHOLE REHABILITATION (N/A) DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (N/A) DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM (N/A) DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM (N/A) , DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM A. GENERAL ' 1. Scope 06104103 ASC-6 PART DA - ADDITIONAL SPECIAL CONDITIONS This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-13, DA-15, DA-16 or DA-17. 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in 4 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(112) inch specialty cement-based coating material (Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating 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. 4. Material Identification The interior manhole coating material sprayed onto the surface of the manhole shall be a urethane resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the physical properties as follows: 06104/03 ASC-7 PART DA - ADDITIONAL SPECIAL CONDITIONS Property Standard Long Term Value Tensile Strength ASTM D-638 5,000 psi Flexural Stress ASTM D-790 10,000 psi Flexural Modulus ASTM D-790 550,000 psi 5. Mixing and Handling -� Mixing and handling of specialty cement material and interior coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are ME not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C. EXECUTION low 1. General Manhole coating shall not be installed until sealing of manhole frame and grade adjustments, or partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule, is complete. 2. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the bottom of the frame to the bench, down to the top of the trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip), cleaning with muriatic acid, degreaser, or other solvents as needed in order to remove any film or residue on the surface. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) Apply a minimum of one-half (1/2) inch specialty cement product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. 06/04/03 ASC-8 L. PART DA - ADDITIONAL SPECIAL CONDITIONS r 4) Spray the urethane onto the manhole wall and benchttrough with a rminimum thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. 5) Coat trough area with specialty cement product (Quadex QM-1s or Reliner MSP). 1. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in 4 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 Contact Unit Price. DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM A. GENERAL 1. Supe 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 1. 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 Contactor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior dating 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 0610"3 ASC-9 PART DA - ADDITIONAL SPECIAL CONDITIONS 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 dating material (Quadex QM-1s or Reiner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS ` 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. " 4. Material Identification Contractors will completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of -- application, and expected performance. These grouting materials shall be compatible with Raven 405 interior coating. The contractor shall be responsible for getting approval from Raven Lining systems and/or the grout manufacturers for the use of these grouting materials. 5. Mining and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Coating shall be performed only by certified applicators approved by the manufacturers. C. EXECUTION 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. „ 06104103 ASC-10 PART DA — ADDITIONAL SPECIAL CONDITIONS n 2. Temperatures Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating �^ a. 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 benchitrough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE RESTORATION. 2) Apply a minimum of one-half (1/2) inch specialty cement-based product (Quadex QM-1s or Refiner MSP) smooth surface for the urethane coating material. 3) The surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water. Material shall be spray applied per manufacturer's recommendations with a .� minimum thickness of 125 mils (0.125 inch). 4) After the walls are coated, the wooden bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required for the walls. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. o. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application. - 4. Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to touch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brushing the lining material over the area. All blisters and evidence of uneven cover shall be repaired according to the manufacturer's recommendations. Spot check of coating thickness may be made by Owner's Representative, and the 0&04103 ASC-11 „rral�,,.-._ PART DA - ADDITIONAL SPECIAL CONDITIONS contractor shall repair these areas as required, at no additional cost to the Owner. b. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 —VACUUM TESTING OF REHABILITATED MANHOLES. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment all testing necessary to complete the worts. 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 EPDXY LINER (N/A) DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (N/A) DA-18 RIGID FIBERGLASS MANHOLE LINERS (N/A) DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (N/A) DA-20 PRESSURE GROUTING A. GENERAL 1. Scope. This Section governs all work, materials and testing required for the pressure grouting of manhole defects. Manholes or sections of manholes with active leaks shall be repaired as indicated in the Manhole Rehabilitation Schedule. 2. Description. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of pressure grouting of manhole defects in accordance with the Contract Documents. 3. Manufacturer's Recommendations. Materials, additives, mixture ratios, and procedures utilized for the grouting process shall be in accordance with manufacturer's recommendations. 4. Manholes. Manholes to be grouted are of brick, concrete, or fiberglass construction. A. MATERIALS 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 06104103 ASC-12 PART DA - ADDITIONAL SPECIAL CONDITIONS properties of at least 25 psi tensile at 150 percent elongation. The material shall not change in linear dimension more than eight percent when subjected to wet and dry cycles. b. The chemical grout shall be applied so as to have the grout material flow freely into the defects. To avoid any wastage of the material flowing through the defects, a gel control agent may be added. The following properties shall be exhibited by the grout: 1) 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 conditions. 7) Sealing material shall be noncorrosive. a. A reinforcing agent such as Scotch-Seal Brand 5612 reinforcing agent or equivalent shall be utilized in accordance with manufacturer's recommendations. Any 5612 reinforcing agent which contains lumps must be discarded. Care must be taken to be sure that the pH of the water in the tank is from 5 to 9. As a precaution against the possibility of the pH being 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. OW b. A filler material such as Celite 292 (diatomaceous earth) from Johns Mansville or equivalent shall be utilized. The addition of the filler material shall not exceed the quantity specified by the manufacturer, and continuous W. agitation of the water side of the mixture is required. The filler material may also be utilized as a reinforcing agent in accordance with the urethane gel grout manufacturer's recommendations. ow 1. 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. 06104103 ASCA 3 PART DA - ADDITIONAL SPECIAL CONDITIONS 2. 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. 3. 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. 4. Mixing and Handling: Mixing and handling of chemical grout and forming ,. constituents, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that chemicals or gels produced by the chemicals are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the grout material and additives shall perform the grouting operations. C. EXECUTION 1. General. Manhole grouting shall not be performed until sealing of manhole frame and grade adjustments, partial manhole replacement, or manhole repairs are complete. 2. Preliminary Repairs: a. Seal all unsealed lifting holes, unsealed step holes, voids larger than approximately one-half (1/2) inch in thickness. All cracked or deteriorated material shall be removed from the area to be patched and replaced with Octocrete, as manufactured by IPS Systems, Inc. or equal, in accordance with manufacturer's specifications. b. Cut and trim all roots within the manhole. 3. Temperature. Normal grouting operations including application of interior coating shall be performed in accordance with manufacturers 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: 06/04103 ASC-14 PART DA - ADDITIONAL SPECIAL CONDITIONS a. Injection holes shall be drilled through the manhole wall at locations indicated in the appropriate detail(s). b. Grout shall be injected through the holes under pressure with a suitable probe. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grout shall be injected through the lowest holes first. The procedure shall be repeated until the manhole is externally sealed with grout. C. Grouting from the ground surface shall not be allowed. d. Grout travel shall be verified by observation of grout to defects or adjacent injection holes. Provide additional injection holes, if necessary, to ensure grout travel. e. Injection holes shall be cleaned with a drill and patched with a waterproof quick setting mortar for brick and concrete manholes. 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 If the entire manhole is grouted, the Contract Unit Price shall be per vertical foot grouted as indicated on the Manhole Rehabilitation Schedule included in these specifications or as required by the Engineer. Payment for grouting pipe seals, bench and trough, and 18 inches above crown of pipe, and grouting flattop to wall joint, shall be based on the Contract Unit Price per each manhole rehabilitated as indicated on the Manhole Rehabilitation Schedule. The Contract Unit Price shall be payment in full for performing the work and for fumishing all labor, supervision, materials, equipment, preliminary repairs and testing necessary to complete the work including grouting with urethane grout. DA-21 VACUUM TESTING OF REHABILITATED MANHOLES A. GENERAL Supe. This section describes manhole testing to effectively confirm the watertight integrity of existing manholes following structural ,infiltration and inflow related repairs and that the appearance of the work is acceptable. Description: Infiltration may be observed in manhole defects at manhole walls, pipe seals or benCh/trough areas. Infiltration related repairs are intended to eliminate leakage of groundwater into manholes. OW04103 ASC-15 PART DA - ADDITIONAL SPECIAL CONDITIONS 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/I. a. Testing, Observations and Guarantee Periods: The testing required shall be performed by the Contractor at locations designated by the Engineer and documented to the satisfaction of the Engineer. Any new or rehabilitated manholes that are observed to be leaking by the Engineer during periods of high groundwater or during inflow conditions shall be subject to additional repairs. The Contractor shall be responsible for all additional repairs required on these unsatisfactory manholes during the guarantee period. All manhole rehabilitation work shall be warranted to be free of defects and of good workmanship for a minimum of three (3)years from the date of final acceptance of the project. Any manhole repairs completed by the Contractor which fail during the warranty period shall be repaired to the .� satisfaction of the City at no additional cost to the City. B. MATERIALS- Not specified. C. EXECUTION Infiltration Testing; All interior coated manholes and all partial replacement manholes shall be observed (tested)by the Contractor in the presence of the Engineer for sources of infiltration. Observations will be made during high groundwater conditions,wherever possible. Manholes shall be tested after installation with all connections (existing and/or proposed)in place. "` Drop-connections and gas sealing connections shall be installed prior to testing. The lines entering the manhole shall be temporarily plugged with the plugs braced to prevent them from being drawn into the manhole. The plugs shall be installed in the lines beyond drop-c annections, 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 dosed,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 (10"Hg -9"Hg) (SEC) DEPTH OF M.H. 48-Inch Dia. 60-Inch Dia. 72-Inch Dia. (FT) Manhole Manhole Manhole 06104103 ASC-16 PART DA - ADDITIONAL SPECIAL CONDITIONS 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. Inflow Testing: All partially rehabilitated manholes shall be dyed water tested unless the manhole has successfully passed the vacuum test. Manholes shall be dyed water tested in the presence of the Engineer. The dye test shall consist of applying a concentrated dye solution around the manhole frame. Dyed water shall be applied for at least ten minutes. Manholes observed to be actively leaking 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-cementibous 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 f 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. 06104103 ASC-17 PART DA - ADDITIONAL SPECIAL CONDITIONS If the manhole tested fails to pass any of these requirements, another manhole shall be selected and tested. If the second manhole fails, the City may, at its option, stop work until the Contractor can provide assurance that testing requirements can be met. Guarantee: Contractor shall warrant that the workmanship and materials are free from defects and that the manholes are sealed from inflow and infiltration for a period of three (3)years from the date of final acceptance of the project. D. MEASUREMENT AND PAYMENT Payment for manhole vacuum testing shall be made at the Contract Unit Price bid for each Manhole Vacuum Test actually performed and passed and the appearance of the completed manhole is visually acceptable. Payment shall be full compensation for all labor and materials necessary to complete each test. No payment will be made for additional vacuum tests or any dyed water testing. Payment for manhole core testing, including all labor and materials necessary to complete each �. test, shall be made at the Contract Unit Price bid for each Manhole Core Test actually performed and passed. DA-22 FIBERGLASS MANHOLES A. DESCRIPTION: " This item shall govern the furnishing and installation of fiberglass manholes. The location of these manholes are shown on the drawings. Each manhole shall be a one-piece unit manufactured to meet or exceed all specifications of ASTM D-3753, latest edition, as manufactured by L.F. Manufacturing, Inc., Giddings, Texas, or approved equal. All manholes shall be "heavywall", % inch minimum wall thickness. B. GENERAL: 1. Resin: The resins used shall be a commercial grade unsaturated polyester resin or other suitable polyester or vinyl ester resin. 2. Reinforcing Materials: The reinforcing materials shall be commercial Grade °E" type glass in the form of continuous roving, and chop roving, having a coupling '" agent that will provide a suitable bond between the glass reinforcement and the resin. 06104103 ASC-18 . ift PART DA - ADDITIONAL SPECIAL CONDITIONS 3. Interior Surfacing Material: The inner surface exposed to the chemical environment shall be a resin-rich layer of 0.010 to 0.020 in. thick. The inner surface layer exposed to the corrosive environment shall be followed with a minimum of two passes of chopped roving of minimum length 0.5 in. (13mm) to maximum length of 2.0 in. (50.8 mm) and shall be applied uniformly to an equivalent weight of 3 ortft. Each pass of chopped roving shall be well-rolled prior to the application of additional reinforcement. The combined thickness of the inner surface and interior layer shall not be less than 0.10 in. (2.5 mm) 4. Wall Construction Procedure: After inner layer has been applied the manhole wall shall be constructed with chop and continuous strand filament wound manufacturing process which insures continuous reinforcement and uniform strength and composition. The cone section, if produced separately, shall be affixed to the barrel section at the factory with resin-glass reinforced joint resulting in a one piece unit. Seams shall be fiberglassed on the inside and the outside using the same glass-resin jointing procedure. Field joints shall not be acceptable by anyone except the manufacturer. 5. Exterior Surface: For a UV inhibitor the resin on the exterior surface of the manhole shall have gray pigment added for a minimum thickness 0.125 in. 6. Stubouts and Connections: Stubouts shall be installed at locations shown on the drawings. Installation of SDR 35 PVC sewer pipe shall be performed by sanding, priming, and using resin fiber-reinforced hand layup. The resin and fiberglass shall be same type and grade as used in the fabrication of the fiberglass manhole. Kor-N-Seal boots for each pipe connection shall be installed by manhole manufacturer using fiberglass reinforced pipe stubout for Kor-N-Seal boot sealing surface. 7. Manhole Bottom: Manholes shall ha v e resin fiber-reinforced bottoms. Bottom shall have a minimum of three 1 Y2 in. deep x 3A in. wide stiffening ribs completely enclosed with resin fiber-reinforcement and have a minimum 3 in. anti-flotation ring as shown on the drawings. Manhole bottom shall be a minimum of 5/16 in. thick. 8. Fillers and Additives: Fillers, when used, shall be inert to the environment and manhole construction. Sand shall not be accepted as an approved filler. Additives, such as thixotropic agents, catalysts, promoters, etc., may be added as required by the specific manufacturing process to be used to meet the requirements of this standard. The resulting reinforced-plastic material shall meet the requirements of this specification. C. MANUFACTURE: Manhole cylinders, manway reducers, and connectors shall be produced from glass fiber- reinforced polyester resin using a combination of chop and continuous filament wound process. 1. Interior Access: All manholes shall be designed so that a ladder or step system can be supported by the installed manhole. Manhole steps will not be required, however. or�oa1o3 ASC-19 L PART DA - ADDITIONAL SPECIAL CONDITIONS 2. Manway Reducer: Manway reduces will be concentric with respect to the larger portion of the manhole diameters through 60 inches. 3. Cover and Ring Support: The manhole shall provide an area from which a grade rings can be installed to accept a typical metal ring and cover and have the strength to support an H-20 traffic load without damage to the manhole. D. REQUIREMENTS: 1. Exterior Surface: The exterior surface shall be smooth with no sharp projections. Hand-work finish will be acceptable as long as enough resin is present to eliminate fiber show. The exterior surface shall be free of blisters larger than 0.5-inch diameter, delamination or fiber show. 2. Interior Surface: The interior surface shall be resin rich with no exposed fibers. The surface shall be free of crazing, delamination, blisters larger than 0.5-inch diameter and wrinkles of 0.125-inch or greater in depth. Surface pits shall be permitted if they are less than 0.75 inches in diameter and less than 0.0625-inch deep. Voids that cannot be broken with finger pressure and that are entirely below the resin surface shall be permitted if they are less than 0.5-inch diameter and less than 0.0625-inch thick. 3. Repairs: All manhole repairs by the manufacturer shall result in a product which meets all requirements of this specification. Field repair of manholes will not be allowed. 4. Diameter Tolerance: Tolerance of inside diameter shall be +/- 1% of required manhole diameter. 5. Load Rating: The complete manhole shall have a minimum dynamic-load rating of 16,000 Ibf, when tested in accordance with ASTM D-3753 8.4 (note 1). To establish this rating the complete manhole shall not leak, crack, or suffer other damage when load tested to 40,000 Ibf. and shall not deflect vertically downward more than 0.25-inc at the paint of the load application when loaded to 24,000 Ib. 6. Stiffness: The manhole cylinder shall have the minimum pipe-stiffness values shown in table below when tested in accordance with ASTM D-3753 8.5 (note 1). HEIGHT- FT. F/AY- PSI 3-6.5 0.75 7 - 12.5 1.26 7. Soundness: In order to determine soundness, apply an air or water pressure test to the manhole test sample. Test pressure shall not be less than 3 psig or greater than 5 psig. While holding at the established pressure, inspect the entire manhole r` for leaks. Any leakage through the laminate is cause for failure of the test. Refer to ASTM D-3753 8.6. 06404/03 ASC-20 PART DA - ADDITIONAL SPECIAL CONDITIONS 8. Chemical Resistance: The fiberglass manhole and all related components shall be fabricated from corrosion proof material suitable for atmospheres containing hydrogen sulphite and dilute sulfuric acid as well as other gasses associated with the wastewater collection system. E. PHYSICAL PROPERTIES: Hoop Direction Axial Direction 1. Tensile Strength (psi) 18,000 5,000 2. Tensile Modules (psi) 0.6 x 106 0.7 x 106 3. Flexural Strength (psi) 26,000 4,500 4. Flexural Modules (psi) 1.4 x 106 0.7 x 106 5. Compressive (psi) 18,000 10,000 F. QUALITY CONTROL: Each oompleted manhole shall be examined for dimensional requirements, hardness, and workmanship. All required ASTM D-3753 testing shall be completed and records of all testing shall be kept and copies of test records shall be presented to customer upon formal written request within a reasonable time period. ". G. As a basis of acceptance the manufacturer shall provide an independent certification which consist of a copy of the manufacturer's test report and accompanied by a copy of the test results that the manhole has been sampled, tested, and inspected in accordance with the provisions of this specification and meets all requirements. H. SHIPPING AND HANDLING: The fiberglass manholes shall not be dropped or struck. They may be lifted by inserting a 4" x 4" x 30" timber into the top of manhole with cable attached or by a sling or "choker" connection around center of manhole, lift as required. Use of chains or cables in contact with the manhole surface is prohibited. I. CONCRETE: 1. Fiberglass Bottom: Class F Concrete shall be used to form bench area and invert. +± Class E Concrete shall be used on top of anti-flotation ring and around the reduce section as required for buoyancy and as shown on the drawings. 2. Concrete Bottom: Lower manhole into wet concrete until it rests at the proper low elevation, with a minimum of 4 inches of fiberglass manhole inserted into the wet concrete below flow line, then move manhole to plumb. The concrete shall extend a minimum of one foot from the outside wall of the manhole and a minimum of 6 inches above incoming lines. On the inside concrete shall form the bench and invert area and rise a minimum of 4 inches above incoming lines. Concrete collars shall be constructed around reducer section at locations shown on the drawings. J. BACKFILL: O&V4103 ASC-21 r PART DA - ADDITIONAL SPECIAL CONDITIONS 1. Backfill Material: Unless shown otherwise on drawings and approved by the -+ Engineer, sand, crushed stone, or pea gravel shall be used for backfill around the manhole for a minimum distance of one foot from the outside surface and extending from the bottom of the excavation to the top of the reducer section, ,.. Suitable material chosen from the excavation may be used for the remainder of the backfill. The material chosen shall be free of large lumps or clods, which will not readily break down under compaction. This material will be subject to approval by Engineer. 2. Backfill shall be placed in layers of not more than 12 loose measure inches and mechanically tamped to 95% Standard Proctor Density, unless otherwise approved ' by Engineer. Flooding will not be permitted. Backfill shall be placed in such a manner as to prevent any wedging action against the fiberglass manhole structure. K. MARKING AND IDENTIFICATION: Each manhole shall be marked on the inside and outside with the following information: 1. Manufacturer's name or trademark 2. Manufacturer's factory location 3. Manufacturer's serial number 4, Total height 5. Complies with ASTM D-3753 L. MEASUREMENT AND PAYMENT: 1. The price bid for new/ replacement manhole installations shall include all labor, equipment and materials necessary for construction of the manhole including but not limited to joint sealing, lift hole sealing and exterior surface crating, concrete base, concrete invert, connections to sewer pipes, castings, backfill, unpaved surface restoration, and all appurtenant work, Payment shall not include pavement replacement, which if required, shall be paid separately. 2. Payment for concrete collars and watertight manhole Inserts, if required, will be made separately, based on the appropriate bid items. 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 begins on any street. Marking the curbs with paint is a recommended procedure. ad 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 J the covered manholes and valves and expose them for later adjustment. Upon completion of a 06/04/03 ASC-22 �, PART DA - ADDITIONAL SPECIAL CONDITIONS street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Telephone Number Contact Person Southwestern Bell Telephone 338-6275 "Hot Line" Texas Utilities 336-9411 Mr. Roy Kruger Ext. 2121 Lone Star 336-8381 Mr. Jim Bennett Ext. 6982 City of Fort Worth, 871-8100 Mr. Jim Bob Wakefield Street Light and Signal Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of io 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. L 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Butter", and Drawing Nos. S-S2 through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, 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 suitable dump site. The street void shall be filled with H.M.A.C. "Type D" mix as per specification No. 300 'Asphalts, Oils and Emulsions", Item No. 304 "Prime Coat" and Item No. 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. Existing 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 complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor,equipment and incidentals necessary to complete the work. DA-25 REPLACEMENT OF 6"CONCRETE DRIVEWAYS (WA) 06IM03 ASC-23 L PART DA - ADDITIONAL SPECIAL CONDITIONS DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE (N/A) DA-27 GRADED CRUSHED STONES (N/A) DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0- WIDE (N/A) DA-29 BUTT JOINTS - MILLED (N/A) DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D-- MIX) All applicable provisions of Standard Specifications, Item Nos. 312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts, Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the project. Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER (N/A) .� DA-32 NEW 7" CONCRETE VALLEY GUTTER (N/A) DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (N/A) DA-34 8" PAVEMENT PULVERIZATION (N/A) DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) The following specifications are for the furnishing and placing of reinforced concrete pavement or base as shown on detail and as directed by the Engineer. A. GENERAL: Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except for finishing and curing. B. FINISHING: 06/04/03 ASC-24 ,� 60 PART DA - ADDITIONAL SPECIAL CONDITIONS 6L The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The surface shall be flush with the adjacent pavement and shall have a finish similar to the surrounding pavement. The surface shall be even and shall provide a smooth ride. C. CURING: The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing compound conforming to the requirements of ASTM C-309, Type 2, white-pigmented compound, which shall not produce permanent discoloration of the concrete. Concrete shall be allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades. D. EXECUTION: Included in this item will be the removal of the existing reinforced concrete pavement. The existing pavement shall be sawed so as to maintain an even, straight pavement cut. The existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before lapping. The following work method will be performed on each utility cut: 1. Place safety signs, barricades and/or other warning devices where necessary and as required. 2. Replace pavement to nearest joint. 3. Mark out the damaged area with keel, chalk line or paint being sure to include all areas requiring repair. 4. Saw cut along marked lines a minimum of two(2)inches deep. 5. Remove existing concrete. 6. Form joints and place reinforcing steel and Dowel Bars (as required) according to standard specifications. AM 7. Place and finish concrete. " 8. Clean up job site, removing all debris. 9. Maintain traffic control devices to protect the area until the concrete has cured seven days or concrete reaches 3000 psi compressive strength. E. PAYMENT: Payment shall be made at the unit price per linear foot as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment tools and incidentals necessary to complete the work. DA-36 RAISED PAVEMENT MARKERS 06104/03 ASC-25 rte. PART DA - ADDITIONAL SPECIAL CONDITIONS All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply. The Contractor shall install standard roadway markers according to city specifications as shown on plan sheet or as directed by the Engineer. Please refer to"Roadway Markers Specifications". DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL: Where known by the design engineer, the locations of potentially petroleum contaminated material (soil) that may be encountered during excavation and/or construction activities will be shown on the plans. For all locations where material is excavated and suspected of being contaminated with petroleum. products, whether known or not, these special conditions are to be followed. The contractor is also to follow all applicable Federal. State and Local regulations when handling known or suspect contaminated materials(soils). 1. WORK INCLUDED a. Excavation, stockpiling and testing of Potentially Petroleum Contaminated Material. b. Removal, testing, and disposal of petroleum contaminated groundwater. c. Obtaining and paying for required permits. d. Hiring of qualified environmental professional consultant(s). Contractor will be required to submit the environmental consultant's experience and qualifications to the City prior to beginning work in areas of Potentially Petroleum Contaminated Material. e. Hiring of qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fort Worth testing laboratory. The City of Fort Worth's Department of Environmental Management for coordination of laboratory testing. 2. REFERENCES i a. All applicable OSHA regulatory requirements. b. All applicable Environmental Protection Agency (EPA) regulatory requirements. c. All applicable State of Texas regulatory requirements. d. All applicable City of Fort Worth (City)regulatory requirements. e. All applicable NIOSH standards. f. All applicable TNRCC requirements. 3. SUBMITTALS a. The contractor shall prepare and submit to the City's Department of Environmental Management, Senior Specialist in Compliance, plans for handling Potentially 06104/03 ASC-26 PART DA - ADDITIONAL SPECIAL CONDITIONS Petroleum Contaminated Material (PPCM) not less than 30 days prior to commencing excavation. b. The Contractor shall take necessary precautions while performing this project. Contractor shall not commence PPCM work (1) Contractor's submittal for dealing with PPCM is reviewed by the City and (2) the plans (i.e., drawing and description) for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the City(3)and acceptable stockpile area is identified by the Contractor. c. Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City. The PPCM Handling Plan shall include the detailed sequence of construction including proposed excavation and handling methods, proposed carriers for contaminated materials, waste disposal site, and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be ilk compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC). d. Contractor shall submit actual limits of PPCM excavation, as prepared by his qualified environmental consultant(s)and testing lab. e. Contractor shall submit for review the proposed carrier pipe material to be used with the actual limits of PPCM excavation, including pipe gasket and carrier pipe coating or liner. B. PRODUCTS: 1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation, including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration. C. EXECUTION: 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Areas suspected of having petroleum contaminated material (soils) are shown in on the engineering drawings. b. In areas other than those noted on the plans and where potentially petroleum contaminated materials are either detected or suspected, the City of Fort Worth and the Engineer should be notified immediately and the work should proceed in accordance with this section. 2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Care should be taken during all excavation and dewatering activities to identify areas potentially contaminated by petroleum. O&V"3 ASC-27 PART DA - ADDITIONAL SPECIAL CONDITIONS b. When a petroleum odor is encountered during excavation or when there is visual evidence of potentially petroleum contaminated soil, the Contractor shall notify the Engineer without delay. c. The Contractor shall have retained the services of an environmental consultant who shall be present at the site to screen suspect soil with a photo-ionization detector (PID) or a flame ionization detector (FID). A reading of 20 ppm above ambient conditions or greater on PID or FID tested soil sample will be considered potentially petroleum contaminated. The soul sample should be a recent sample from the excavation face. The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid. The City of Fort Worth Department of Environmental Management will be notified prior to all sample collection and submittal to the current testing laboratory identified by the City. The PID or FID tests should be performed in a confined location. Soils producing a reading of less than 20 ppm above ambient " will not be considered potentially petroleum contaminated. The PID or FID shall be calibrated according to manufactures instructions. d. Water encountered during excavation or dewatering shall be considered to be potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil that appears visually to be contaminated by hydrocarbons or at any time the Contractor has reason to believe that hydrocarbon contamination may have . occurred. The Contractor shall immediately notify the City and the TNRCC whenever contaminated water is encountered. a. The Contractor shall contact the City whenever contamination from any source is suspected. 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS) a. Contractor shall coordinate with the City to determine a suitable location for the stockpiling of contaminated soil. The following procedure shall be followed in preparing the chosen site: 1. Provide a diked enclosure large enough to hold all material and prevent runoff. - 2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 3. At the end of each work day, Contractor shall completely cover stockpile with 20 -� mil plastic. During the day, the Contractor shall keep the stockpile covered, as necessary,to prevent release of contaminated materials due to rain or wind. 4. Sampling and evaluation of materials will be performed at the Contractor's „ expense. (The City of Fort Worth will provide laboratory services) b. PPCS shall be handled, tested, observing all standard chain-of-custody procedures and sampling preservation and analyses shall conform to published and recognized standards. c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. O&V4103 ASC-28 PART DA - ADDITIONAL SPECIAL CONDITIONS d. Contaminated soil identified by test results will be disposed of according to DA-W, Loading,Transportation, and Disposal of Contaminated Soil. e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as backfill material, if the soils also meet the Type C or B backfill classifications. 4. HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW) a. Water pumped from the excavation or from dewatering activities that has an oily sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially petroleum contaminated. b. PPCW shall be handled, tested, and discharged in accordance with the TNRCC's appropriate state regulation. PPCW shall be tested no later than 15 days prior to extraction. PPCW shall, if necessary, be treated in an appropriately sized oiltwater separator, air stripper or GAC canisters. Contractor shall have his testing laboratory determine that the oilfwater separator treated discharge is within the limits established by the TNRCC's regulations before being allowed to discharge (discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test reports to the City. c. Altematively, the Contractor may dispose of contaminated water, after appropriate pretreatment, into the sanitary sewer collection system. It shall be the responsibility of the Contractor to obtain the necessary permit(s) and to perform all testing required by the City of Fort Worth Pretreatment Services Division. d. All treated water shall be discharged into a Contractor supplied Frac Tank, sampled, and analyzed before discharge into the sewer system. e. The product that is recovered shall be disposed of in accordance with all applicable regulations. Any phase separate product recovered from the oiltwater separator and air stripper shall be transported in accordance with Department of Transportation rules and regulations for flammable products. When transporting product for disposal, transportation shall also be performed by a licensed carrier. The Contractor is responsible for proper manifesting of the material from the site to the waste disposal facility. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. 5. HANDLING VAPOR CONCENTRATIONS a. In order to maintain safe working conditions, the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL). During construction, measures should be taken to maintain LEL levels below 20 percent in all working areas. b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI)with a LEUOZ meter should continuously operate in the working area. The CGI should be property calibrated and should have an alarm that sounds if 20 percent LEL is reached. Monitoring data from the GCI should be recorded periodically to determine 06104103 ASC-29 PART DA - ADDITIONAL SPECIAL CONDITIONS v.. if ventilation or other methods are effective. In the event local health and safety agencies require more stringent monitoring, the local regulations must be implemented. D. MEASUREMENT AND PAYMENT: Payment for handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for any permits required, hiring the services of a qualified professional environmental consultant(s), environmental issues, stockpiling and all issues included and incidental to this section will be full compensation for all labor, equipment, materials, and supervision. Measurement and Payment for this section will be per linear foot of trench excavated where the excavated material is handled as a contaminated material. No separate payment will be made for handling of contaminated water, vapor concentrations, sampling, stockpiling, etc. DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL A. GENERAL: This item has been established for the loading, transportation and disposal of contaminated soils in a State of Texas approved disposal site (landfill) to handle special wastes -� (petroleum contaminated soils). A bid item has been established in the proposal for the proper loading, transportation and disposal of the material to a designated site and the quantity established is the engineers best estimate of the quantity that may be removed. This quantity may vary depending upon actual conditions and testing results. The unit price bid will not be increased regardless of the actual amount of material disposed and may be decreased if a larger volume of material, than that listed in the bid proposal, results in a unit cost reduction for disposal. B. WASTE MANIFESTS: Any and all non-hazardous liquid and petroleum substance waste removed from the site of generation and transported for treatment and/or disposal must be accompanied by a waste shipment record/manifest detailing required generator, transported, destination and waste description information. These results may not be uniform throughout the entire site. For all petroleum substance waste, the waste shipment record utilized shall be the TNRCC PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall be responsible for obtaining, originating and maintaining manifests in accordance with federal and state laws. The Contractor shall sign the manifests forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR .�. REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount of waste removed from the site and received by the treatment/disposal facility. The Contractor shall immediately resolve any manifest discrepancies. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. C. MEASUREMENT AND PAYMENT: 06164103 ASC-30 'i PART DA - ADDITIONAL SPECIAL CONDITIONS Payment for this item shall be made per in place cubic yard of contaminated soils that are loaded, transported and disposed of in an approved special disposal site. No separate payment will be made for loading, transportation and disposal of contaminated ground waters collected; these costs considered subsidiary to DA-37, POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in the Contractor's bid submittal and approved by the City of Fort Worth Department of Environmental Management prior to contract award. Contractor shall be responsible for all landfill costs, including, but not limited to landfill fees, transportation costs and landfill operator requested analytical testing and waste characterization. DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC A. GENERAL: 1. General Conditions, Supplemental Conditions, applicable requirements of Division 1 - General Requirements and the North Central Texas Council of Governments (NCTCOG) Standard Specifications, are hereby made a part of this section. 2. This item shall govern for the installation of rock riprap of the various sizes shown on the plans. B. DESIGN CRITERIA: 1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the channel bottom is not stable, the design shall incorporate other requirements needed to stabilize the revetment toe. 2. The channel side slope shall be as shown on the drawings. 3. Engineering filter fabric material shall be placed underneath the riprap. 4. Riprap shall extend up the bank to an elevation where vegetation will provide adequate protection. See cross sections. C. PRODUCT: 1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to insure permanence in the structure. It shall be free from cracks, seams and other defects that would tend to increase deterioration. Rock shall be reasonably well graded between the following prescribed limits: Sieve Size (Square Mesh) Percent Passing 24" 24 inch 100 Riprap 18 inch 80-90 12 inch 4555 6 inch 0-20 Sieve Size (Square Mesh) Percent Passing 0&0"3 ASC-31 PART DA - ADDITIONAL SPECIAL CONDITIONS 180 18 Inch 100 Riprap 12 inch 60-85 6 inch 15-45 3 inch 0-15 2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid cubic foot (min.) calculated from the bulk specific gravity(saturated surface dry). 3. FILTER FABRIC BLANKET: Approved Manufacturer: • Supac- Heavy Grade 8NP (UV) • Trevira 011/280 • Amoco 4553 • or Equal Heavy Grade 4. RIPRAP GROUTING a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand, manufactured sand, or a combination of natural and manufactured sands. The grading and uniformity of the fine aggregate shall conform to the following requirements as delivered to the mixers: Sieve Designation, U.S. Permissible Limits Standard Square Mesh Percent by Weight, Passing 3/8 in. (9.5 mm) 100 No.4 (4.75 mm) 95- 100 No. 8 (2.36 mm) 80-95 No. 16 (1.18 mm) 55-75 No. 30 (600 um) 30-60 No. 50 (300 um) 12-30 No. 100(150 um) 2- 10 D. EXECUTION: ' 1. CONSTRUCTION: a. The channel side slope and the toe excavation shall be prepared to the required lines and grades. b. Filter fabric and riprap shall be placed in succession to the required thicknesses and elevations. Riprap shall be hand placed around structures to prevent damage to the structures. 2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be placed in the manner and at the locations shown on the drawings. At the time of installation, the geotextile shall be rejected if it has defects, rips, holes, flaws, deterioration or damage incurred during manufacture, transportation or storage. The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions, depressions, debris, and soft or low density pockets of material. y Erosion features such as rills, gullies, etc. must be graded out of the surface before 0&04103 ASC-32 �. a PART DA - ADDITIONAL SPECIAL CONDITIONS geotextile placement. The geotextile shall be placed with the long dimension perpendicular to the centerline of the channel and laid smooth and free of tension, stress, folds, wrinkles, or creases. The strips shall be placed to provide a minimum width of 24-inches of overlap for each joint. Temporary pinning of the textile to help hold it in place until the rock riprap is placed. The temporary pins shall be removed as the riprap is placed to relieve high tensile stress which may occur during placement of material on the geotextile. The specified placement procedure requires that the length of the geotextile be greater than the actual slope length. The Contractor shall adjust the actual length of the geotextile used based on initial installation experience. The geotextile shall be protected at all times during construction from contamination by surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile. Any geotextile damaged during its installation or during placement of riprap shall be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that the covering of the geotextile with a layer of the specified material is accomplished within seven (7) calendar days after placement of the geotextile. Failure to comply shall require replacement of geotextile. The geotextile shall be protected from damage prior to and during the placement of rock riprap. Before placement of gabion units, the Contractor shall demonstrate that the placement technique will prevent damage to the geotextile. In no case shall any type of equipment be allowed on the unprotected geotextile. 3. RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in such a manner as to produce a reasonably well graded mass of rock with the minimum practicable percentage of voids and shall be constructed within the specified tolerance to the lines and grades shown on the drawings. Then intent of these specifications is to require placement of riprap to the thickness shown and to allow isolated stones to extend as much as six inches above grade. Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid displacing the fabric. The larger stones shall be well distributed and the entire mass of stones in their final position shall conform to the gradation specified hereinbefore. The finished riprap shall be free from objectionable pockets of small stones and clusters of larger stones. The desired distribution of the various sizes of stones throughout the mass shall be obtained by selective loading of the material at the quarry or other source, by controlled dumping of successive loads during final placing, or by other methods of placement which will produce the specified results. Rearranging of individual stones, by mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably well graded distribution of stone specified above. The Contractor shall maintain the riprap protection until accepted. Any material displaced by any cause shall be replaced at his erosion to the lines and grades shown on the Drawings. 4. GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of sand, sufficient water to produce a workable mixture, and that amount of admixture which will entrain sufficient air to produce durable grout, as determined by the ENGINEER. Sand for grouting shall conform to the requirements of paragraph: FINE AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for concrete except that the time of mixing shall be increased to that necessary to produce a mixture having a consistency such as to permit gravity flow into the interstices of the riprap with the help of limited spading and brooming. The grout shall be used in the 06104103 ASC-33 PART DA - ADDITIONAL SPECIAL CONDITIONS work within a period of one (1) hour after mixing. Retempering of ground will not be permitted. Riprap shall not be grouted when the ambient temperature is below 35 degree F. or above 95 degrees F. unless approved by the ENGINEER in writing; nor when the grout, without special protection, is likely to be subjected to freezing temperatures before final set has occurred. Prior to grouting, all surfaces of riprap shall be wetted. The riprap shall be grouted in successive longitudinal strips, approximately 10 feet in width, commencing at the lowest strip and working up the slope. Grout shall be brought to the place of final deposit by approved means, and in no case will grout be permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately after dumping the batch of grout, it shall be distributed over the surface of the strip by the use of brooms and the grout worked into place between stones with suitable spades, trowels, or vibrating equipment. As a final operation, the grout shall be removed from the top surfaces of the upper stones and from pockets and depressions in the surface of the stone protection. After completion of any strip as specified, no workman or any load shall be permitted on the grouted surface for a period of at least 24 hours. The grouted surface shall be protected from rain, flowing water, and mechanical injury. The surface of all grouted dprap shall be cured by keeping the surface continuously wet for a period ° of not less than 7 days. E. MEASUREMENT AND PAYMENT . 1. FILTER FABRIC: Filter fabric will be measured by the square yard for material used including that required at toes and thickened edges of r1prap. Payment for filter fabric will be made at the contract unit price per square yard which includes all plant, labor, material, and all installation costs in-place, complete. 2. STONE RIPRAP: Stone (rock) riprap will be measured by the cubic yard using actual plan dimensions. Payment for riprap will be made at the contract unit price per cubic yard which includes all plant, labor, material, and installation costs in-place, complete. 3. GROUT: Grout for rock riprap will be measured by the square yard using actual plan dimensions. Payment for grout will be made at the contract unit price per square yard which includes all plant, labor, material, and installation costs in-place, complete. "° DA-40 CONCRETE RIPRAP (N/A) DA-41 CONCRETE CYLINDER PIPE AND FITTINGS (N/A) DA-42 CONCRETE PIPE FITTINGS AND SPECIALS (N/A) moo DA-43 UNCLASSIFIED STREET EXCAVATION (NIA) DA-44 6" PERFORATED PIPE SUBDRAIN (N/A) DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS (N/A) DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION (N/A) DA-47 PAVEMENT REPAIR IN PARKING AREA (NIA) 06104103 ASC-34 „�, oft PART DA - ADDITIONAL SPECIAL CONDITIONS 00 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, thickness, 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 iw 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 crushed limestone base material, compacted and level with the finished adjacent surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto, Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts, No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA-49 HIGHWAY REQUIREMENTS (N/A) DA-50 CONCRETE ENCASEMENT (N/A) DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (N/A) y DA-53 OPEN FIRE LINE INSTALLATIONS (N/A) DA-54 WATER SAMPLE STATION (N/A) DA-55 CURB ON CONCRETE PAVEMENT (N/A) DA-56 SHOP DRAWINGS PART DA - ADDITIONAL SPECIAL CONDITIONS 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 fumish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 2. Shop drawings shall be submitted for the following items prior to installation: List the required submittals here Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals - The submittals shall be addressed to the Chief Design Engineer: Gopal Sahu, P.E. City of Fort Worth 900 Monroe St, Suite 201 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 (N/A) DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP 06104M ASC-36 PART DA - ADDITIONAL SPECIAL CONDITIONS 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 (N/A) s. 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 (N/A) 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 04-4.3 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 (N/A) DA-65 CRUSHED LIMESTONE (FLEX-BASE) w�. 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 (N/A) DA-67 NON-EXCLUSIVE CONTRACT (N/A) 06104/03 ASC-37 WA PART DA - ADDITIONAL SPECIAL CONDITIONS DA-68 CONCRETE VALLEY GUTTER (N/A) - " DA-69 TRAFFIC BUTTONS (N/A) y DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced to match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width)such as Stamark as manufactured by 3M company or approved equal. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. 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 "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type 'D° asphalt will be 91% of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D° asphalt. Densities on type "B' must be done before Type'D" asphalt is applied. Cores to determine thickness of Type "B" asphalt must be taken before Type "D' asphalt is applied. Upon completion of the application of Type"D" asphalt additional cores must be taken to 'J 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 (N/A) DA-74 RESILIENT-SEATED GATE VALVES (N/A) DA-75 EMERGENCY SITUATION, JOB MOVE-IN (N/A) 06104/03 ASC-38 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-76 1 %" & 2" COPPER SERVICES (N/A) DA-77 SCOPE OF WORK (UTIL. CUT) The work covered by these Specifications consists of the paving repair over utility cuts which have been backfilled previously by the City Water Department, as indicated by the details and possible adjacent areas damaged by blowout, etc. Included in this work will be the removal of the existing material in order to insure a paving section in conformity with existing pavement or the appropriate detail shown in this document as directed by the engineer and all other miscellaneous items of construction to be performed as outlined in the specifications, which are necessary to satisfactorily complete the work. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. Final payment will be based on actual measured quantities and the unit price bid in this proposal. There will not be a direct payment for saw cutting the existing asphalt or concrete, compacting the existing subgrade or removal of the existing material. These items will be considered as subsidiary to the contract. The contractor will be required to maintain a capping course of hot mix-cold lay asphalt in areas where traffic has whipped out washed rock, until the paving repair can be accomplished. These items will be considered as subsidiary to the contract. The Inspector will pick up the repair tickets by 8:00 a.m. Monday through Thursday, The repair tickets will be issued to the contractor early the next day. Each repair ticket that is issued shall be completed within twenty-one (21) calendar days. The twenty-one (21) calendar days for completion of the job begins the day after the contractor receives the ticket. See special condition TIME ALLOWED FOR UTILITY CUTS. The Contractor shall identify to the Engineer possible locations for settlement of repaired pavement due to backfill of ditch by others. As directed by the Engineer, the Contractor shall remove and replace existing backfill with washed rock. The Water Department will estimate the necessary size of the pavement repair on each ticket. Upon receipt of each ticket the Engineer shall determine, by measurement, the required size of each repair. All repair sizes shall be approved by the Engineer prior to any repair worts. DA-78 CONTRACTOR'S RESPONSIBILTY(UTIL. CUT) (N/A) DA-79 CONTRACT TIME (UTIL. CUT) (N/A) DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT(UTIL. CUT) (N/A) DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (N/A) DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (NIA) DA-83 PAVING REPAIR EDGES (UTIL. CUT) oWW03 ASC-39 PART DA - ADDITIONAL SPECIAL CONDITIONS All paving repair edges shall be undamaged neat lines (by sawing or equal) and shall be parallel J or perpendicular to the center line of the street. DA-84 TRENCH BACKFILL (UTIL. CUT) The Water Department shall place the pipe embedment and backfill with washed rock per the following specification. Washed Rock: All washed rock used for embedment or as otherwise directed by the engineer shall be washed gravel or washed crushed stone or washed crushed gravel and shall meet the following gradation and abrasion: Sieve Size % Retained 1 0-10 40-75 3/8" 55-90 #4" 90-100 #8 95-100 Los Angeles abrasion test: 50% Maximum wear per ASTM. DA-85 CLEAN-UP (UTIL. CUT) Final clean up work shall be done for this project as soon as the paving and curb and gutter has been constructed. Contractor shall remove all excess cold mix, washed rock and debris from the street in the area of the repair. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. Refer also to Page C5-5 (8) Section C5-5.17 Clean-Up of Part C General Conditions. DA-86 PROPERTY ACCESS (UTIL. CUT) (N/A) DA-87 SUBMISSION OF BIDS (UTIL. CUT) (N/A) DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (N/A) DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) (N/A) DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) These items will include the furnishing and placing of H.M.A.C. surface course as directed by the Engineer. For Specifications governing Type "D" H.M.A.C. see the 1982 Texas State Department of Highways and Public Transportation, Spec. Item No. 340 "Hot Mix Asphaltic Concrete J Pavement". H.M.A.C. is also covered under Spec. Item No. 312 in the Standard Specifications for Construction, City of Fort Worth. Subsidiary to the H.M.A.C. pavement shall be sawing, removal of asphaltic material, gravel and excavation as shown on the details or as directed by the Engineer. 0&04103 ASC-40 .,+ PART DA - ADDITIONAL SPECIAL CONDITIONS The removed surfacing shall be loaded into trucks upon removal and hauled away from the job site as directed by the Engineer. In no case shall the removed surface be stockpiled on the job - site. The following work method will be performed on each utility cut: 1. Place safety signs, barricades and/or other warning devices where necessary and as required. 2. The existing asphalt pavement shall be saw cut into a square or rectangular shape and cut side faces vertically. The sawed asphalt pavement shall be a minimum of V outside the utility cut area. 3. Apply liquid asphalt tack to vertical faces and bottom of excavated area in a uniform manner. Do not puddle tack coat on bottom of utility cut area. Do not apply tack coat to washed rock. 4. Place H.M.A.C. surface mix in lifts not to exceed three (3) inches. Last or top lift shall not be less than two (2) inches in thickness. 5. Each lift shall be thoroughly compacted with a plate compactor or portable vibratory roller. Fifteen to twenty passes will be necessary with a vibratory roller and mix temperature above 250 F (121 C)to ensure a good compaction. Top lift when compacted shall be approximately 1/8 inch above surrounding pavement. 6. Apply liquid asphalt around edges of patch along cold joints. 7. Clean up surrounding area. Do not leave excess fill or excavated material on the pavement. 8. Remove safety signs, barricade and/or warning devices after job is complete. Payment shall be made at the unit price per S.Y. as shown on the proposal and shall be full compensation for famishing all labor, materials, equipment tools and incidentals necessary to complete the worts. DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (N/A) DA-92 MAINTENANCE BOND (UTIL. CUT) A maintenance bond in the amount of one hundred percent (1000 of the contract amount shall be furnished for a period of two years from the date of final acceptance of the work will be required on this project. DA-93 BRICK PAVEMENT (UTIL. CUT) (N/A) DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) Ito Upon the direction of the Engineer, the Contractor shall provide a lime stabilized Subgrade or base in conformance with Specification Items 210 and 212 of the City of Fort Worth's Transportation and Public Works Department's Standard Specifications for Street and Storm Drainage Construction. Unless otherwise directed by the Engineer, lime shall be applied at the minimum rate of four pounds (4#) per square yard per inch 6P 06104/03 ASC-41 PART DA - ADDITIONAL SPECIAL CONDITIONS depth. J Payment shall be made by the square yard at the unit price bid for the quantity measured in place and shall include all labor, equipment, material, and incidentals necessary to satisfactorily complete the project. No payment shall be made for the hydrated lime as it shall be considered subsidiary to the bid price for lime stabilization. DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) At the direction of the Engineer, the Contractor shall stabilize the subgrade or base material with Portland Cement in conformance with Specification Item 214, Portland Cement Treatment, in the Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas Transportation and Public Works Department. Unless directed otherwise by the Engineer, Cement shall be applied at a minimum rate of five pounds (5#) per square yard per inch of depth. DA-96 REPAIR OF STORM DRAIN\STRUCTURES (UTIL. CUT) (N/A) DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (N/A) DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (N/A) DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (N/A) DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR(UTIL. CUT) (N/A) DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (N/A) DA-102 PAYMENT (UTIL. CUT) (N/A) DA-103 DEHOLES (MISC. EXT.) (N/A) DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (N/A) y DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) (N/A) DA-106 BID QUANTITIES (MISC. EXT.) (N/A) J DA-107 LIFE OF CONTRACT(MISC. EXT.) (N/A) DA-108 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (N/A) DA-109 WORK ORDER COMPLETION TIME (MISC. REPL.) (N/A) DA-110 MOVE IN CHARGES (MISC. REPL.) (N/A) DA-111 PROJECT SIGNS (MISC. REPL.) Project Signs are required at all locations which will be under construction for more than thirty (30) calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with Figure 30 (dated 9-18-96) of the General Contract Documents. The signs may be mounted on 06/04/03 ASC-42 L PART DA - ADDITIONAL SPECIAL CONDITIONS skids or on posts. The exact locations and methods of mounting shall be approved by the engineer. Any and all costs for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. DA-112 LIQUIDATED DAMAGES (MISC. REPL.) The Contractor shall pay liquidated damages of one hundred dollars ($140.00) per day per Work Order, for failure to begin a Work Order within the seven (7) working days of the date the Work Order is faxed to the Contractor. Failure to complete project within the stipulated construction time on the Work Order, the Contractor will pay liquidated damages in the amount stipulated in these contract documents. DA-113 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) Because of the unique nature of this contract, the number of trench safety system designs required is not known at the time bids are received. While the contractor is still bound by the latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P-Excavations as detailed in D-26 Trench Safety System, it is the City's intention that all costs incurred by the Contractor in acquiring trench safety designs be included in the unit price bid for Job Move in. FIELD OFFICE (N/A) 06ID4103 ASC-43 in PART E TECHNICAL SPECIFICATIONS CITY OF FORT WORTH MATERIAL (E-1) AND CONSTRUCTION (E-2) SPECIFICATIONS (NOT INCLUDED HEREIN) SPECIFICATIONS - WATER DEPARTMENT (NOT INCLUDED HEREIN) s fid( p I l S TECHNICAL SPECIFICATIONS TABLE OF CONTENTS SECTION 02200 EARTHWORK SECTION 02222 STRUCTURAL EXCAVATION, BACKFILLING ANIS COMPACTING SECTION 03100 CONCRETE FORMWORK SECTION 03200 CONCRETE REINFORCEMENT SECTION 03300 CAST-IN-PLACE CONCRETE SECTION 15051 FIBERGLASS SEWER PIPE (FRP) SECTION 02200 EARTHWORK PART 1 - GENERAL 1.1 SCOPE OF WORK A. The earthwork consists of operations required for excavation, non-expansive earth fill, structure backfill and general earth fill, as may be required during development of the project. The term"embankment"as used in this section refers to the compacted earth fill required for structure pads, roadway embankment fill and miscellaneous related fill. The "subgrade" refers to the surface of the cleared and stripped areas that are designated to receive fill, roadways or structures. B. The CONTRACTOR shall inform and satisfy himself as to the character, quantity and distribution of material to be excavated. 1.2 WORK AFFECTING EXISTING UTILITIES A. Above or below grade utilities which are to remain shall be protected by the CONTRACTOR. Existing utilities shall not be taken out of service without specific written authorization by the OWNER. 1.3 PROTECTION A. Protect trees, shrubs, lawns and other features remaining as part of the final landscaping. B. Protect benchmarks, existing structures (not being removed), fences, roads and paving. C. Notify the ENGINEER of unexpected subsurface conditions. D. Where damage could result from continuing work, discontinue work in area until ENGINEER notifies CONTRACTOR of the required modifications. PART 2 - PRODUCTS 2.1 EQUIPMENT A. CONTRACTOR shall furnish, operate and maintain all equipment required to complete this project, including, but not limited to,the following: B. Grading Equipment: Equipment necessary to produce uniform layers, sections and smoothness of grade for compaction and drainage. 02200 - 1 L C. Miscellaneous Equipment: Scarifiers, disks, spring tooth or spike tooth harrows, earth hauling equipment and other equipment suitable for removal of material from excavations and for the construction of fills. PART 3- EXECUTION 3.1 PROCESSING AND MOISTURE-DENSITY CONTROL A. Following the spreading and mixing of the soil on the embankment, it shall be processed by discing or pulverizing throughout its thickness to break up and reduce clod size, and provide additional blending of materials. Processing shall consist of at least five passes of a fully penetrating disc plow or three passes of a i� fully penetrating roto-till pulverize. Additional passes of the processing equipment shall be performed as necessary to accomplish breaking up, reduction of clod size, and blending the fill. Each successive pass of the processing equipment shall be in a direction perpendicular to the previous pass, where working space permits. The maximum recommended loose lift thickness prior to compaction is eight (8) inches. The moisture content of the soil shall be adjusted, if necessary, by either aeration or the addition of water to bring the moisture content within the recommended range. Water required for sprinkling to bring the fill material to the proper moisture content shall be applied evenly through each layer. B. Any layers which become damaged by weather conditions shall be reprocessed to meet recommended requirements. The compacted surface of a layer of fill shall be lightly loosened by discing before the succeeding layer is placed. C. When the moisture content and the condition of the fill layer are satisfactory, compaction shall be performed with a heavy tamping foot roller with fully penetrating feet (feet long enough to penetrate into the previous lift) either towed by a crawler-type tractor or the self-propelled type. The tamping foot roller shall weigh no less than 2,000 pounds per linear foot of drum width. Vibratory tamping rollers are recommended for compacting sandier fill materials. D. The in-place density of the fill shall be no less than 95 percent of the maximum dry density as determined by ASTM D698, Standard Proctor, at a moisture content between optimum and 5 percentage points wet of optimum moisture content for all low-permeability earth fill zones(liners, cores, etc.) and between 2 percentage points below to 5 percentage points above optimum moisture content for non-expansive earth fill zones and general earth fill zones. The moisture content and density of all fill material shall be maintained at the specified range of moisture and density. These moisture ranges represent the maximum limits. It is possible under some circumstances or with some soils, that a more narrow range, within the recommended limits, will be necessary to consistently achieve the recommended density. In order to help provide a homogeneous earth fill mass, a minimum of eight passes of the tamping foot roller shall be provided, even if the recommended density is achieved with fewer passes. 02200 -2 E. Field density tests (including moisture content) shall be taken as each lift of fill material is placed. A minimum of one field density test per lift for each 2,500 square feet of compacted area is required. For small or critical areas, the frequency of testing shall be reduced to one test per 1,000 square feet or less. A minimum of two density tests shall be taken on each lift, regardless of size. The earthwork operations will be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. F. Each lift shall be compacted, tested and approved before another lift is added. The actual quality of the fill, ,as compacted, shall be the responsibility of the CONTRACTOR and satisfactory results from the tests shall not be considered as a guarantee of the quality of the CONTRACTOR's filling operations. 3.2 STRUCTURE BACKFILL PLACEMENT AND COMPACTION A. The backfill material shall be placed in maximum 8-inch lifts and compacted to a density ranging between 95 and 100 percent of maximum Standard Proctor (ASTM D698) dry density at a moisture content ranging from 2 percentage points below optimum to 5 percentage points above optimum for the backfill materials. Caution shall be exercised not to overcompact the backfill. Hand-operated tampers or other lightweight compactors are required in the 5-foot area adjacent to the wall or other structure. Non-expansive earth fill shall be used for structure backfill. The lift thickness shall be reduced to 4 inches for those areas where hand-operated compactors are required. The backfill surface shall slope away from the structure on a gradient of 1.5 to 3 percent, such that surface water does not pond adjacent to the structure within the backfill zone. Topsoil and seeding shall be accomplished to help prevent drying and cracking of the backfill surface. The slope shall be maintained on a 1.5 to 3 percent gradient after topsoil is placed. 3.3 EARTH FILL AND FLOWABLE FILL MATERIALS A. The following information is provided to define the requirements for the various earth fill and flowable fill materials for construction of the project: B. NON-EXPANSIVE EARTH FILL: The non-expansive earth fill shall consist of soil materials with a liquid limit of 35 or less, a plasticity index between 8 and 20, a minimum of 35 percent passing the No. 200 sieve, a minimum of 85 percent passing the No. 4 sieve, and which are free of organics or other deleterious materials. When compacted to the recommended moisture and density, the material shall have a maximum free swell value of 0.5 percent under a maximum seating pressure of 2 psi and a maximum hydraulic conductivity (permeability) of 1 E-05 cm/sec, as determined by laboratory testing of remolded specimens of the actual materials proposed for the non-expansive earth fill. C. LOW-PERMEABILITY EARTH FILL: The low-permeability earth fill shall consist of soil materials classified as CH or CL in accordance with ASTM D2487, CLASSIFICATION OF SOILS FOR ENGINEERING PURPOSES. The materials 02200 -3 also shall have a minimum liquid limit of 35, a minimum plasticity index of 18, a minimum of 85 percent passing the No. 4 sieve, and shall be free of organics or other deleterious materials. The material shall have a Percent Dispersion of less than 20 when tested in accordance with ASTM D4221, STANDARD TEST METHOD FOR DISPERSIVE CHARACTERISTICS OF CLAY SOIL BY DOUBLE HYDROMETER. When compacted to the recommended moisture and density, the material shall have a maximum hydraulic conductivity of 1 E-07 cm/sec, as determined by laboratory testing of remolded specimens of the actual materials proposed for the low-permeability fill. D. GENERAL EARTH FILL: The general earth fill shall consist of any soil materials which have a minimum plasticity index of 8, a minimum of 20 percent passing the No. 200 sieve, a minimum of 85 percent passing the No. 4 sieve, and which are free of organics or other deleterious material. E. SOLID ROCK: In order for any rock material to be considered as solid rock, it shall meet all of the following criteria: 1. The rock shall be massive and in a continuous layer at least 2 feet thick. 2. The rock shall have an unconfined compressive strength greater than 80 ksf. 3. The rock shall not be able to be ripped from a starter trench in an open cut excavation with a D-9 Caterpillar(or equivalent) bull dozer with a single tooth ripper, or in a trench excavation with a 235C Caterpillar(or equivalent)track hoe excavator equipped with a nominal 30-inch wide extreme service trenching bucket with front and rear mounted rock ripper teeth. Boulders and cobbles, whether in densely spaced layers or occasional occurrence, shall not be classified as solid rock, regardless of the hardness of the individual boulders or cobbles. F. COMPLIANCE TESTING: Representative samples of the actual soil materials proposed for use in the various earth fill zones shall be initially tested for compliance with the recommendations by the project geotechnical engineer, prior to use of the materials as fill. The testing program shall continue through construction as a means to verify that the earth fill materials being placed continue to meet the recommended requirements. 3.4 EARTH FILL ZONE A. Table 1 specifies for the various earth fill zones. TABLE 1 - EARTH FILL ZONES ITEM ZONE EARTH FILL MATERIAL Structure Backfill All Non-Expansive Seepage plugs around pipes, and All Low-Permeability linerstbarriers 02200 -4 B. Other specific recommendations for earth fill materials and for aggregate fill materials are also presented in other sections of these Specifications. 3.5 ACCEPTANCE OF IMPORTED FILL A. Any soil imported from off-site sources shall be tested for compliance with the recommendations for the particular application and approved by the project geotechnical engineer prior to the materials being used. The OWNER will also require the CONTRACTOR to obtain a written, notarized certification from the landowner of each proposed off-site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification shall be furnished to the OWNER prior to proceeding to furnish soils to the site. The CONTRACTOR shall be required to provide the services of an EPA approved laboratory to perform, as a minimum, a toxic contaminant scan of composite soil samples representative of each separate proposed borrow source, in accordance with EPA protocol for the list of contaminants contained in the 40 CFR, Part 261,.. Appendix VIII, by EPA methods SW-846, prior to importing the soil borrow. Any potential off-site borrow on which the test results indicate the presence of contaminants above background levels shall be rejected. Soil materials derived from the excavation of underground petroleum storage tanks shall not be used as fill on this project. 3.6 EXCAVATION A. Temporary slopes of 2-horizontal to 1-vertical and flatter shall be used for this site. In all cases, the requirements of the Occupational Safety and Health Administration (OSHA) must be followed. The CONTRACTOR shall monitor the slope stability by observation and measurement, and to prevent excessive loads (especially heavy vibratory loads)from being applied to the slope. The CONTRACTOR shall be responsible for maintaining the slopes in a safe condition during construction and the use of slope stability monitoring equipment Y shall be used. B. The side slopes of excavations through the overburden soils shall be made in such a manner to provide for their stability during construction. Structures, pipelines or other facilities which are constructed prior to or during the currently proposed construction and which require excavation, shall be protected from loss of end bearing or lateral support. C. Temporary construction slopes and/or permanent embankment slopes shall be protected from surface runoff water. Site grading shall be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. D. Drainage: During excavation, maintain grades for complete drainage. Install temporary drains or drainage ditches as needed to intercept or divert surface 02200 -5 water and prevent interference or delay the work. The pumping of water shall be included in the bid items. No separate payment will be made for drainage control and pumping. E. The CONTRACTOR shall comply with all applicable safety regulations concerning trench safety and excavations, including, but not limited to OSHA regulations. 3.7 DEWATERING OF EXCAVATIONS A. Ground water may be encountered within the excavations. The CONTRACTOR shall be responsible for selecting and providing appropriate excavation dewatering systems for use during construction. B. The dewatering method selected shall be capable of lowering and continuously maintaining the ground water surface a minimum of 3 feet below the base of all excavations throughout the construction period. The CONTRACTOR shall be required to provide adequate personnel and equipment to operate and maintain the dewatering system on a 24-hour basis, as required. 3.8 SOIL CORROSION AND REACTION POTENTIAL A. The clays at this site may be corrosive. Standard construction practices for protecting metal pipe and similar facilities in contact with these soils shall be used. 3.9 EROSION AND SEDIMENT CONTROL A. All disturbed areas shall be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion.or sedimentation shall be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control shall be followed. END OF SECTION e 02200 -6 SECTION 02222 STRUCTURAL EXCAVATING, BACKFILLING AND COMPACTING PART 1 - GENERAL 1.1 SCOPE OF WORK A. Excavation, backfill and compaction around structures. B. Site excavation and backfilling. C. Excavation support systems. D.. Fill for over-excavation. E. Groundwater and surface water control. F. Excavation for paving and landscaping. 1.2 RELATED SECTIONS A. Section 02200—Earthwork 1.3 REFERENCES A. Referenced Standards: 1. ASTM D698- Moisture Density Relationship of Soils using a 5.5 Ib hammer and a 12-inch drop. 2.. ANSI/ASTM C136- Method for Sieve Analysis of Fine and Coarse Aggregates. 3. ANSI/ASTM D1556 -Test Method for Density of Soil in Place by the Sand-Cone Method. 1.4 QUALITY ASSURANCE A. Test material to be used as compacted fill, whether excavated onsite or imported as offsite borrow, for compliance with the requirements of Section 02200 prior to placement. PART 2 - PRODUCTS 2.1 MATERIALS A. Excavation Support System: CONTRACTOR's option, suited for purpose. B. Fill Materials: Specification Section 02200. r 02222 - 1 PART 3 - EXECUTION 3.1 PREPARATION AND LAYOUT A. Establish extent of structural excavation by area and elevation; designate and identify datum elevation. B. Set required lines and levels. C. Maintain bench marks and other reference points. 3.2 PROTECTION A. Protect, support and/or reroute existing utilities. B. Protect adjacent work from damage by excavation and backfilling operations. C. Protect adjacent structures from undermining. D. Support sides of excavations to prevent soils movement which may diminish the excavation width below width required for working. E. Support sides of excavation which interfere with normal 45 degree bearing splay of any foundation. 3.3 EXCAVATION SUPPORT SYSTEMS A. Design, installation and maintenance of temporary excavation support systems is the responsibility of the CONTRACTOR. Provide support systems at no additional expense to OWNER. B. Design and construct excavation support systems in accordance with OSHA Standards and interpretations. 3.4 GROUNDWATER AND SURFACE WATER CONTROL A. CONTRACTOR is responsible for designing, providing and maintaining a system for control of groundwater. B. Lowering groundwater by pumping from open sumps within foundation limits is not permitted. C. Provide adequate swales, dams, ditches and grades to prevent surface water from flowing into excavation. D. Maintain water control until structure is complete and backfill is brought to final grade unless otherwise directed by OWNER or ENGINEER. 02222 -2 E. Groundwater or water from other sources may be present in excavations regardless of whether shown on boring logs. 3.5 EXCAVATION A. Excavate to lines and grades shown on the Drawings. Excavations shall be either braced or stored or laid back to a slope no steeper than two horizontal to one vertical. B. When excavation is essentially complete, verify depths and dimensions as well as soil classification and bearing capacity. C. Perform additional excavation only as approved by OWNER. D. Correct unauthorized excavation as directed at no cost to OWNER. E. Fill over-excavated areas under structure bearing surfaces with concrete or compacted sand fill as required by the OWNER or ENGINEER. F. Excavate to within 1 foot of final grade, making final excavation immediately prior to placement of formwork and reinforcing steel. Limit area of final excavation to that which is being prepared for concrete placement. Limit exposure of final excavated surface to 24 hours. If excavated surface is exposed longer than 24 hours or is damaged due to weather conditions, CONTRACTOR shall excavate four inches and provide a concrete seal slab. Keep excavations free of standing water until concrete and backfill operations are complete. G. 'Seal slabs shall be used where called for on the Drawings or as specified in paragraph F above. 3.6 BACKFILLING A. Verify fill materials to be reused are acceptable. B. Verify foundation perimeter drainage installation has been inspected. C. Verify underground tanks are anchored to their own foundation to avoid floatation after backfilling. D. Backfill materials shall be as specified in Section 02200. E. Backfill around structures as soon as possible after approval by the OWNER or ENGINEER. F. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen or spongy subgrade surfaces. G. Maintain moisture content of backfill materials as specified in Section 02200. 02222 -3 H. Do not backfill against walls until concrete has been in place at least seven days. I. Do not backfill against unsupported foundation walls or partially completed structures until after main floor slabs have been in place at least seven days and placement is approved by the OWNER or ENGINEER. J. Backfill simultaneously on each side of foundation walls and other structures to equalize soil pressures. Provide temporary bracing as required. K. Take special care to prevent wedging action against structure. Bench or serrate slopes bounding excavation. L. Make grade changes gradual. Blend slope into level areas. M. Surplus backfill materials shall be removed from site and disposed of in accordance with all applicable regulations. N. Tolerance for Top Surface of Backfilling: Plus or minus 0.1 foot from required elevations. Regardless of tolerances, grading shall be performed in such a manner as to prevent ponding of water on compacted surfaces. 3.7 COMPACTION A. Remove shoring and sheeting unless otherwise approved by the ENGINEER. The cost of abandoned shoring and sheeting is to be borne by the CONTRACTOR. B. Compact fill materials in accordance with Section 02200. C. Remove and replace improperly compacted backfill material at no cost to OWNER. 3.8 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of the General Conditions. B. Tests and analysis of fill material will be performed in accordance with ANSI/ASTM and with the General Conditions. C. Compaction testing will be performed in accordance with ANSI/ASTM D698 and with the General Conditions. D. If tests indicate Work does not meet specified requirements, remove Work, replace and retest at no cost to OWNER. E. Frequency of Tests: 1. Density and moisture testing shall be in accordance with Section 02200. 02222 -4 F. Proof roll compacted fill surfaces under structures and paving as specified in Section 02200. 3.9 PROTECTION OF FINISHED WORK A. Protect finished Work under provisions of General Conditions. B. Recompact fills subjected to vehicular traffic. 3.10 CLEAN UP A. Remove surplus fill materials to onsite spoil areas as directed by the OWNER or ENGINEER. END OF SECTION 02222 -5 SECTION 03100 CONCRETE FORMWORK PART 1 -GENERAL 1.1 SCOPE OF WORK A. The work performed under this section of the Specifications shall consist of furnishing and installing formwork for cast-in-place concrete, with shoring, bracing, anchorage and all necessary accessories. Openings in the formwork for other work shall be provided. All stripping activities shall be included under this section. 1.2 RELATED SECTIONS A. Section 03200: Concrete Reinforcement. B. Section 03300: Cast-in-Place Concrete. 1.3 REFERENCES A. ACI 347R: Guide to Formwork for Concrete. B. ACI 301: Standard Specifications for Structural Concrete. C. PS-1: Construction and Industrial Plywood. D. ACI 318: Building Code Requirements for Reinforced Concrete. E. ACI 350: Environmental Engineering Concrete Structures. F. ACI 117: Standard Specifications for Tolerances for Concrete Construction and Materials. 1.4 DESIGN REQUIREMENTS A. CONTRACTOR shall be responsible for the design, engineering and construction of formwork, shoring and bracing to conform to design and code requirements; resultant concrete to conform to required shape, line and dimension. Design and construction of formwork shall take into account live loads, dead loads, weight of moving equipment operating on formwork, concrete mix, height of concrete drop, vibrator frequency, temperature, foundation pressures, stresses, lateral stability and other factors pertinent to the safety of personnel and structures. CONTRACTOR shall provide shores, struts, and trussed supports as necessary. 03100 - 1 1.5 QUALITY ASSURANCE A. Work shall be performed in accordance with the standards referenced in Part 1.3 of this specification. 1.6 DELIVERY, STORAGE AND HANDLING A. Store off ground in ventilated and protected manner to prevent deterioration from moisture. 1.7 COORDINATION A. Coordinate this section with other sections of the Work which require attachment of components to formwork. PART 2 - PRODUCTS 2.1 FORM MATERIALS A. Facing Materials: 1. Unexposed Finish Concrete: Any standard form materials that produce structurally sound concrete. Provide lumber dressed on at least two edges and one side for tight fit. 2. Exposed Finish Concrete: Materials selected to offer optimum smooth, stain free final appearance and minimum number of joints. Provide materials with sufficient strength to resist hydrostatic head without bow or deflection in excess of allowable tolerances, and as follows: a. Plywood: PS-1 "13-13 (Concrete Form) Plywood," Class I, Exterior Grade, mill-oiled and edge-sealed. b. Lumber: Southern Pine special, No. 2 grade, with stamp grade clearly visible. C. Steel: Minimum 16 gauge sheet, well matched and tight fitting, stiffened to support weight of concrete without deflection detrimental to tolerances and appearances of finished concrete surfaces. d. Glass Fiber Fabric Reinforced Plastic Forms: Matched,tight fitting, stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of finished concrete surfaces. 2.2 FORMWORK ACCESSORIES A. Form Ties: 1. Metal form ties, snap-off type, 1-1/2 inch break back dimension, galvanized metal, with waterproof washer at mid-point of rod, shall be used to hold forms in place. The ties, when removed, shall leave a 03100 -2 L smooth opening in the concrete surface not larger than 7/8 inch in diameter. 2. After the tie rods are broken back, the holes shall be thoroughly cleaned to remove all grease and loose particles; then non-shrink cement-sand mortar, as dry as practicable, shall be carefully placed into the holes in small quantities. After the holes are completely filled, all excess mortar shall be struck off flush and the surface finished in such a manner as to render the filled hole as inconspicuous as possible. If these patches appear to be darker than the other surface of the concrete, white cement shall be used in the mortar as required. 3. "Supertie"fiberglass form tie system as manufactured by RJD Industries, Inc., 26945 Cabot Road, Suite 107, Leguna Hill, California, (800)344- 4753. Provide spreader rod, ties, gripper and all necessary accessories and installation devices. Provide gray color rod. Install Supertie in accordance with supplier's instructions. After removal of forms, grind Supertie flush to wall. B. Form Release Agent: Colorless mineral oil which will not stain concrete, absorb moisture or impair natural bonding or color characteristics of coating intended for . use on concrete. C. Corners: Chamfered, rigid plastic or wood strip type; 314" x 314" size; maximum possible lengths. Accurately formed to produce uniformly straight lines and tight edge joints. D. Nails, Spikes, lag bolts, Through bolts, Anchorages; Sized as required, of sufficient strength and character to maintain formwork in place while placing concrete. E. Waterstops: 1. Resilient Type - Polyvinyl chloride, minimum 2,000 psi tensile strength, minimum 50°F (154C) working temperature range, 6-inch wide for construction joints, 9-inch wide for expansion joints, maximum possible lengths, ribbed profile, preformed corner sections, heat welded jointing; "Wire Stop" as manufactured by Paul Murphy Plastic Co.Or approved equivalent. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify lines, levels and centers before proceeding with formwork. Ensure that dimensions agree with Drawings. 3.2 EARTH FORMS A. Earth forms are not permitted. 03100 - 3 M„. l 3.3 INSTALLATION A. Formwork—General: Provide sloped surfaces steeper than 1.5 horizontal to 1 vertical with a top form to hold shape of concrete during placement, unless it can be demonstrated that top forms can be omitted. Construct the forms to correct shape and dimensions, mortar-tight, of sufficient strength, braced and tied together so that the forms shall be strong enough to maintain their shape under all imposed loads from the movement of workers, equipment, materials, or the placing and vibrating of the concrete. Camber where necessary to assure level finished soffits unless otherwise shown on the Drawings. Verify the horizontal and vertical positions of forms and correct all inaccuracies before placing concrete in any form. Complete all wedging and bracing before placing concrete. B. Forms for"Smooth Finish" Concrete: Use steel, plywood or lined board forms uniform in size. Clean and smooth plywood and form liners. Free edges and holes from damage. Form lining shall have close-fitting square joints between separate sheets and shall not be sprung into place. Sheets of form liners and plywood shall be full size wherever possible and joints shall be taped to prevent protrusions in concrete. Use special care in forming and stripping wood forms to protect corners and edges. Level and continue all horizontal joints. Wet wood forms at all times until stripping. C. Framing, Studding, and Bracing: Space studs at 16 inches on center maximum for boards and 12 inches on center maximum for plywood. Framing, bracing, centering, and supporting members shall be of adequate size and strength to carry safely, without deflection, all dead and live loads to which forms may be subjected, and shall be spaced sufficiently close to prevent any bulging or sagging of forms. Soffits of all beams forms shall be constructed of material a minimum of 2 inches thick. Distribute bracing loads over base area on which bracing is erected. When placed on ground, protect against undermining, settlement or accidental impact. D. Erect formwork, shoring and bracing to achieve design requirements, in accordance with the requirements of ACI 301. E. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping. Permit removal of remaining principal shores. F. Align joints and make watertight. Keep form joints to a minimum. G. Obtain approval from OWNER or ENGINEER before framing openings in structural members which are not indicated on Drawings. H. Provide chamfer strips on exposed edges unless drawings note otherwise. I. Do not reuse wood formwork more than three times. Do not patch formwork. 3.4 APPLICATION - FORM RELEASE AGENT 03100 -4 L A. Apply form release agent on formwork in accordance with manufacturer's recommendations. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces will receive special finishes or applied coverings which are affected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. D. Reuse and Coating of Forms: Thoroughly clean forms and reapply form coating before each reuse. For exposed work, do not reuse any form which cannot be . reconditioned to"like new"condition. Apply form coating to all forms in accordance with the manufacturer's specifications, except where"scored finish" is required as shown on the Drawings. Do not coat forms for concrete that is to receive a"scored finish". 3.5 INSERTS, EMBEDDED PARTS AND OPENINGS A. Provide formed openings where required for items to be embedded in or passing through concrete work. B. Locate and set in place items that will be cast directly into concrete. C. Coordinate with Work of other sections in forming and placing openings, slots, reglets, recesses, sleeves, bolts, anchors, other inserts, and components of other Work. D.. Provide temporary ports or openings in formwork to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. E. Close temporary openings with tight fitting panels, flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. 3.6 FORM CLEANING A. Clean and remove foreign matter within forms as erection proceeds. B. Clean formed cavities of debris prior to placing concrete. law C. Flush with water or use compressed air to remove remaining foreign matter. Ensure that water and debris drain to exterior through clean-out ports. D. During cold weather, remove ice and snow from within forms. Do not use de- icing salts. Do not use water to clean out forms, unless formwork and concrete construction proceed within heated enclosure. Use compressed air or other means to remove foreign matter. 03100 -5 3.7 FORMWORK TOLERANCES A. Construct formwork so as to maintain tolerances required by ACI 347, Chapter 3.3, except as otherwise noted. 3.8 FIELD QUALITY CONTROL A. Independent Testing Agency to inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. B. Notify the Owner/Engineer and Independent Testing Agency after placement of reinforcing steel in the forms, but prior to placing any concrete, so that inspection can be made. 3.9 FORM REMOVAL A. The time for removal of forms shall comply with ACI 318. If curing temperatures are below 50'F(15C), the time for removal shall be increased by fifty percent (50%). In no case shall the forms or bracing be removed until concrete has gained sufficient strength to carry its own weight and imposed loads. B. Loosen forms carefully. Do not wedge pry bars, hammers or tools against finish concrete surfaces scheduled for exposure to view. C. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. Discard damaged forms. END OF SECTION 03100 -6 SECTION 03200 CONCRETE REINFORCEMENT PART 1 - GENERAL 1.1 SCOPE OF WORK A. The work included in this section of the Specifications shall consist of furnishing and installing reinforcing steel bars, welded wire fabric and accessories for cast- in-place concrete. 1.2 RELATED SECTIONS A. Section 03100: Concrete Formwork. B. Section 03300: Cast-in-Place Concrete. 1.3 REFERENCES A. ACI 301 —Standard Specifications for Structural Concrete. B. ACI 318/318R - Building Code Requirements for Structural Concrete and Commentary. C. ACI 315— Details and Detailing of Concrete Reinforcement. D. ANSI/ASTM A82 - Cold Drawn Steel Wire for Concrete Reinforcement. E. ANSI/ASTM A185-Welded Steel Wire Fabric for Concrete Reinforcement. F. SP-66-88 -ACI Detailing Manual. G. ANSI/ASTM A496- Deformed Steel Wire Fabric for Concrete Reinforcement. H. ANSI/ASTM A 497-Welded Deformed Steel Wire Fabric for Concrete Reinforcement. I. ANSI/AWS D1.4 - Structural Welding Code for Reinforcing Steel. J. ANSI/AWS D12.1 - Reinforcing Steel Welding Code. K. ASTM A615- Deformed and Plain Billet Steel Bars for Concrete Reinforcement. L. CRSI - Concrete Reinforcing Steel Institute Manual of Practice. M. CRSI 63- Recommended Practice for Placing Reinforcing Bars. 03200 - 1 LN. CRSI 65- Recommended Practice for Placing bar Supports, Specifications and Nomenclature. 1.4 SUBMITTALS A. Submittals shall meet the requirements of The City of Fort Worth Material and Construction Specifications. B. Shop Drawings: Indicate bar sizes, spacings, locations and quantities of reinforcing steel and welded wire fabric, bending and cutting schedules, supporting and spacing devices, and joint and splice locations. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. D. Comply with ACI 315, Chapters 1 through 8. E. Submit for review manufacturer's specifications and installation instructions for all proprietary products, including sleeves for welded splices. 1.5 QUALITY ASSURANCE A. Perform work in accordance with referenced standards. Submit certified copies of mill test report of reinforcement materials analysis. 1.6 COORDINATION A. Coordinate work with other trades, placement of formwork, formed openings and other work. PART 2 - PRODUCTS 2.1 REINFORCEMENT A. Reinforcing Bars: New, deformed billet steel conforming to ASTM A615, Grade 60 for nonweldable bars and ASTM A706, Grade 60 for weldable bars. B. Welded Wire Fabric: ASTM A185 for smooth wire and ASTM A457 for deformed wire. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16-gauge annealed type. B. Supports for Reinforcement: Conform to CRSI 63. 03200 -2 C. Special Chairs, Bolsters, bar Supports, Spacers Adjacent to Weather Exposed Concrete Surfaces: Plastic coated steel or stainless steel type, size and shape as required. D. Splices: 1. Mechanical Connections: a. Compression: Gateway Building Products"G-Loc"or approved equivalent. b. Tension: Lenton Anchor or approved equivalent. Connection device shall develop 125 percent of yield strength of bar. 2. Welded Splices: "Cadweld", "Thermoweld"or approved equivalent. Size device to develop 125 percent of yield strength of bar. 2.3 FABRICATION A. Fabricate concrete reinforcing in accordance with CRSI Manual of Practice. B. Locate reinforcing splices not indicated on Plans at point of minimum stress. Review location of splices with OWNER or ENGINEER. PART 3- EXECUTION 3.1 PLACEMENT A. Place, support and secure reinforcement against displacement by means of accepted spacers, chairs or hangers. Do not deviate from required position. B. Do not displace or damage vapor barrier. C. Accommodate placement of formed openings. D. Conform to ACI 318 code for concrete cover over reinforcement. E. Clean reinforcement to remove loose rust, mill scale, oil, earth, ice and other materials which might reduce or destroy bond with concrete. 3.2 FIELD QUALITY CONTROL A. Concrete shall not be placed until reinforcing steel is inspected by City Inspector. All concrete placed in violation of this provision will be rejected. The CONTRACTOR shall give City Inspector 24 hours notice after completion of reinforcement placement prior to placement of concrete. END OF SECTION 03200- 3 1l L IL'��.1�; SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 -GENERAL 1.1 SCOPE OF WORK This section includes all work required in placing,finishing and curing cast-in-place concrete associated with the following: A. Cast-in-place concrete for structures and components including, but not limited to, foundations, beams and slabs. B. Floors and slabs on grade. C. Control, and expansion and contraction joint devices associated with concrete work including joint sealants. D. Equipment pads, light pole bases, thrust blocks and manhole bases. 1.2 RELATED SECTIONS A. Section 03100—Concrete Formwork. B. Section 03200—Concrete Reinforcement. 1.3 REFERENCES A. ACI 301 - Standard Specifications for Structural Concrete. B. ACI 302 -Guide for Concrete Floor and Slab Construction. C. ACI 304R - Guide for Measuring, Mixing, Transporting, and Placing Concrete. D. ACI 305R - Hot Weather Concreting. E. ACI 306R - Cold Weather Concreting. F. ACI 308- Standard Practice for Curing Concrete. G. ACI 318/318R - Building Code Requirements for Structural Concrete and Commentary. H. ANSI/ASTM D1752 - Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. I. ASTM C33 - Concrete Aggregates. 03300 - 1 J. ASTM C94- Ready-Mixed Concrete. K. ASTM C150 - Portland Cement. L. ASTM C260—Air-Entraining Admixtures for Concrete. M. ASTM C494 - Chemical Admixtures for Concrete. 1.4 SUBMITTALS A. Submit under provisions of City of Fort Worth General Construction Documents. B. Product Data: Submit data on joint devices, attachment accessories, concrete, admixtures, and fly ash to be used in concrete. C. Manufacturer's Installation Instructions: Submit installation procedures and interface required with adjacent work. D. Provide mill certificates from material supplier certifying that the following items have been tested and comply with the Contract Documents. 1. Portland Cement. 2. Fly Ash., E. Material supplier for concrete aggregates to provide written affidavit the following items have been tested and comply with the requirements of the Contract Documents: 1. Coarse and fine aggregates for normal weight concrete. F. Provide concrete mix designs for different classes of concrete required for the project. Mix designs to include field test data or trial mixture data as required by ACI 301. G. Submit quality control program of the proposed concrete supplier and provide copies of test reports. 1.5 QUALITY ASSURANCE A. All work shall be performed in accordance with the standards referenced in Part 1.3. Cement and aggregate shall be obtained form the same source for all work. 1.6 COORDINATION A. Coordinate the placement of joint devices with erection of concrete formwork and placement of form accessories. 03300 -2 PART 2 - PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: ASTM C150, Type II unless noted. B. Fine and Coarse Aggregates: ASTM C33. 1. Do not use aggregates containing soluble salts or other substances such as iron sulfides, pyrite, marcasite, ochre, or other materials that can cause stains on exposed concrete surfaces. 2. Fine Aggregate: Clean, sharp, natural sand free from loam, clay, lumps or other deleterious substances. Dune sand, bank run sand and manufactured sand are not acceptable. 3. Coarse Aggregate: Clean, uncoated, processed aggregate containing no clay, mud, loam or foreign matter, as follows: a. Crushed stone, processed from natural rock or stone. b. Wash gravel, either natural or crushed. Use of slag and pit or bank run gravel is not permitted. C. Coarse Aggregate Size: Size to be ASTM C33, Nos. 57 or 67. C. Water: Clean and not detrimental to concrete. 2.2 ADMIXTURES A. Air Entrainment: ASTM C260; MB-VR manufactured by Master Builders Company or approved equivalent. B. Chemical Admixtures: ASTM C494, as follows: 1. Type A -Water Reducing-Pozzolith manufactured by Master Builders Company or approved equivalent. 2. Type B- Retarding. 3. Type C -Accelerating. 4. Type D -Water-reducing and Retarding. 5. Type E -Water-reducing and Accelerating. 6. Type F-Water-reducing, High Range. 2.3 ACCESSORIES A. Bonding Agent: Polymer resin emulsion. .B. Non-Shrink Grout: ASTM C1107, Grade A, premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents, capable of developing minimum compressive strength of 2,400 psi in 48 hours and 7,000 psi in 28 days. 03300-3 2.4 JOINT DEVICES AND FILLER MATERIALS A. Joint Filler Type B: ASTM D1752; Type II Cork and Type III Self-Expanding Cork. B. Joint Sealing Filler: As specified in Section 02512. 2.5 NON SHRINK CEMENTITIOUS GROUT A. Nonshrink cementitious grouts shall meet or exceed the requirements of ASTM C1107, Grades B or C and CRD C-621. Grouts shall be portland cement based, contain a pre-proportioned blend of selected aggregates and shrinkage compensating agents and shall require only the addition of water. Nonshrink cementitious grouts shall not contain expansive cement or metallic particles. The grouts shall exhibit no shrinkage when tested in conformity with ASTM C827. 1. General purpose nonshrink cementitious grout shall conform to the standards stated above and shall be SikaGrout 212 by Sika Corp.; Set Grout by Master Builders, Inc.; Gilco Construction Grout by Gifford Hill & Co.; Euco NS by The Euclid Chemical Co.; NBEC Grout by U. S. Grout Corp. or equal. 2. Flowable(Precision) nonshrink cementitious grout shall conform to the standards stated above and shall be Masterflow 928 by Master Builders, Inc.; Hi-Flow Grout by the Euclid Chemical Co.; SikaGrout 212 by Sika Corp.; Supreme Grout by Gifford Hill & Co.; Five Star Grout by U. S. Grout Corp. or equal. 2.6 CONCRETE MIX A. Provide concrete with the following mix design limitations where Class 'I' concrete is specified to result in concrete placed in the field of minimum compressive strength of 4000 psi at 28 days based on test cylinders which are taken during concrete placement. Unit Measurement Minimum Compressive Strength (7 day) 3000 psi Minimum Compressive Strength (28 day) 4000 psi Coarse Aggregate ASTM C33, No. 57 or 67 Fine Aggregate ASTM C33 Water/Cement Ratio (maximum) 0.44 by weight Air Entrainment 5-7 percent Slump 3 inches plus or minus 1 inch Minimum Cement Content 564 pounds per cubic yard B. Provide concrete with the following mix design limitations where Class 'll' concrete is specified to result in concrete placed in the field of minimum compressive strength of 2000 psi at 28 days based on test cylinders which are taken during concrete placement. 03300 -4 Unit Measurement Minimum Compressive Strength (7 day) 1500 psi Minimum Compressive Strength (28 day) 2000 psi Coarse Aggregate ASTM C33, No. 467 Fine Aggregate ASTM C33 Water/Cement Ratio (maximum) 0.82 by weight Air Entrainment None Slump 4 inches plus or minus 1 inch Minimum Cement Content 376 pounds per cubic yard C. Trial design batches, mixture proportioning studies, and testing requirements for various classes and types of concrete specified shall be the responsibility of the CONTRACTOR. Mixture proportions shall be based on compressive strength as determined by test specimens fabricated in accordance with ASTM C 192 and tested in accordance with ASTM C 39. Provide samples of all materials used in mixture proportioning studies that are representative of those proposed for use in the project. Provide manufacturer's'or producer's test reports indicating compliance with these specifications. Make trial mixtures having proportions, consistencies, and air content suitable for the work based on methodology described in ACI 211.1, using at least three different water-cement ratios for each type of mixture, which will produce a range of strength encompassing those required for each class and type of concrete required on the project. The maximum water-cement ratios will be the equivalent water-cement ratio as determined by conversion from the weight ratio of water to cement plus pozzolan. Design laboratory trial mixtures for maximum permitted slump and air content. Make separate sets of trial mixture studies for each combination of cementitious materials and each combination of admixtures proposed for use. Do not use combination of either until proven by such studies, except that, if approved in writing and otherwise permitted by these specifications, an accelerator or a retarder may be used without separate trial mixture study. Make separate trial mixture studies for concrete for any conveying or placing method proposed which requires special properties and for concrete to be placed in unusually difficult �r placing locations. Report the temperature of concrete in each trial batch. For each water-cement ratio, make at least three test cylinders for each test age and cure in accordance with ASTM C 192. Test cylinders at 7 and 28 days in accordance with ASTM C 39. From these test results, plot a curve showing the relationship between water-cement ratio and strength for each set of trial mix studies. In addition, plot a curve showing the relationship between 7 day and 28 day strengths. Design each mixture to promote easy and suitable concrete placement, consolidation and finishing, and to prevent segregation and excessive bleeding. 03300 -5 D. Average Compressive Strength Required for Mixtures: Select the mixture proportions during mixture design studies to produce a required average compressive strength (fcr) exceeding the specified compressive strength (f'c) by the amount indicated below. This required average compressive strength, f'cr, will not be a required acceptance criteria during concrete production. However, whenever the daily average compressive strength at 28 days drops below fcr during concrete production, or daily average 7-day strength drops below a strength correlated with the 28-day fcr, adjust the mixture, as approved,to bring the daily average back up to f'cr. During production, adjust the required f'cr, as appropriate, based on the standard deviation being attained on the job. E. Computations from Test Records: Where a concrete production facility has test records, establish a standard deviation in accordance with the applicable provisions of ACI 214.3R. Provide test records from which a standard deviation is calculated, which represents materials, quality control procedures, and conditions similar to those expected; represents concrete produced to meet a specified strength or strengths (fc)within 1,000 psi of that specified for proposed work; and consists of at least 30 consecutive tests and be current to within the past 12 months. A strength test is the average of the strengths of two cylinders made from the same sample of concrete and tested at 28 days. For the required average compressive strength fcr used as the basis for selection of concrete proportions use the larger of the equations that follow based on the standard deviation determined above: f'cr=f'c+ 1.34S where units are in psi f'cr=f'c+2.33S- 500 where units are in psi Where S =standard deviation Where a concrete production facility does not have test records meeting the requirements above but does have a record based on 15 to 29 consecutive tests, establish a standard deviation as the product of the calculated standard deviation and a modification factor from the following table: NUMBER OF TESTS MODIFICATION FACTOR FOR STANDARD DEVIATION 15 1.16 20 1.08 25 1.03 30 or more 1.00 F. Computations without Previous Test Records: When a concrete production facility does not have sufficient field strength test records for calculation of the standard deviation, determine the required average strength f'cr as follows: 1. If the specified compressive strength fc is less than 3,000 psi: f'cr=f'c+ 1000 psi 2. If the specified compressive strength fc is 3,000 to 5,000 psi: 03300 - 6 f'cr=f'c+ 1,200 psi G. Use accelerating admixtures in cold weather only when approved by ENGINEER. Use of admixture will not relax cold weather placement requirements. H. Do not use calcium chloride in concrete or in any admixture. I. Use set retarding admixture during hot weather only when approved by ENGINEER. J. Use air entraining agent in all concrete mix except for interior slabs subject to abrasion or unless otherwise shown. K. Maximum chloride ion content for corrosion protection shall meet table 4.4.1 listed in ACI 318/318R. Testing for chloride ion content shall conform to AASHTO T260. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify site conditions prior to construction. B. Verify requirements for concrete cover over reinforcement. C. Verify that anchors, seats, plates, reinforcement and other items to be cast into concrete are accurately placed, positioned securely and will not cause hardship in placing concrete. 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions. B. In locations where new concrete is to be doweled to existing work, drill holes in existing concrete, insert steel dowels and pack solid with non-shrink grout, unless capsule anchors or other form of fastening is shown on Plans. 3.3 PLACING CONCRETE A. Place concrete in accordance with ACI 304R. B. Notify OWNER minimum 24 hours prior to commencement of operation. C. Ensure that reinforcement, inserts, embedded parts, formed joint fillers,joint devices and water stops are not disturbed during concrete placement. D. Screed floors, maintaining surface flatness of 1/a inch in 10 feet. 03300-7 r E. Maintain records of concrete placement. Record date, location, quantity, air temperature and test samples taken. F. Place concrete continuously between predetermined expansion, control, and construction joints. G. Do not interrupt successive placement; do not permit cold joints to occur. H. Construction joints to be located as indicated or where approved. In general, locate construction joints for supported slabs, beams and girders near the middle of the span. If a beam intersects a girder at this point, offset the joint a distance equal to twice the width of the beam. 3.4 COLD WEATHER REQUIREMENTS A. Use special protection measures approved by the OWNER/ENGINEER, if freezing temperatures are anticipated before the expiration of the specified curing period. Maintain the ambient temperature of the air where concrete is to be placed and the temperature of surfaces to receive concrete above 40 degrees F. Maintain the temperature of the concrete when placed between 50 degrees F and 75 degrees F. Heating of the mixing water or aggregates will be required to regulate the concrete placing temperature. Provide materials entering the mixer free from ice, snow, or frozen lumps. Do not allow salt, chemicals or other materials on the concrete to prevent freezing. Upon written approval, an accelerating admixture conforming to ASTM C 494, Type C or E may be used, ,4 provided it contains no calcium chloride. Do not use calcium chloride. 3.5 HOT WEATHER REQUIREMENTS A. When the ambient temperature during concrete placing is expected to exceed 85 degrees F, place and finish the concrete with procedures previously submitted and as specified herein. Deliver the concrete at a temperature to the forms that does not exceed the temperature shown in the table below when measured in accordance with ASTM C 1064. Cool steel forms and reinforcements as approved prior to concrete placement when steel temperatures are greater than 120 degrees F. Cool conveying and placing equipment, if necessary,to maintain proper concrete-placing temperature. During periods of hot weather, take the following precautions to prevent the formation of plastic shrinkage cracks resulting from excessive loss of moisture from the concrete: Maximum Allowable Concrete Placing Temperature Relative Humidity, Percent, Maximum Allowable Concrete During Time of Temperature Concrete Placement Degrees 03300 - 8 Greater than 60 90 F 40 to 60 85 F Less than 40 80 F 3.6 PREVENTION OF PLASTIC SHRINKAGE CRACKING A. Be alert to the tendency for plastic shrinkage cracks to develop and shall institute measures to prevent this during hot weather with low humidity, and particularly with appreciable wind, as well as interior placements when space heaters produce low humidity. Take particular care if plastic shrinkage cracking is potentially imminent and especially if it has developed during a previous placement. Periods of high potential for plastic shrinkage cracking can be anticipated by use of Fig. 2.1.5 of ACI 305R. In addition further protect the concrete placement by erecting shades and windbreaks and by applying fog sprays of water, sprinkling, ponding or wet covering. Fill plastic shrinkage cracks that occur by injection of epoxy resin as directed, after the concrete hardens. Do not trowel over plastic shrinkage cracks or fill with slurry. 3.7 CONCRETE FINISHING A. Provide formed concrete surfaces to be left exposed with smooth rubbed finish. B. Apply non-slip broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as shown on the Plans or in the schedules. Immediately after trowel finishing, slightly roughen the concrete surface by brooming in the direction perpendicular to the main traffic route. Use fiber-bristle broom unless otherwise directed. Coordinate the required final finish with the ENGINEER before application. C. Steel trowel surfaces which are scheduled to be exposed. T D. In areas with floor drains, maintain floor elevation at walls. Pitch surfaces uniformly to drains at nominal slope indicated on the Plans. 3.8 CURING AND PROTECTION A. Curing shall conform to the requirements of ACI 308. B. Curing operations shall follow finishing operations within 2 hours and shall continue for 7 days. C. Curing shall be accomplished by one of the following methods: 1. Ponding or continuously sprinkling. 2. Absorptive mats or fabrics kept continuously wet. 3. Use of approved curing compounds. Curing compounds shall not be used on any surface which will receive additional concrete or where 03300- 9 vi2 concrete hardeners or terrazzo floors are scheduled to be installed. Remove the compound film from all exposed surfaces at the end of the curing period. 3.9 FIELD QUALITY CONTROL A. Independent Testing Laboratory to provide testing services. Testing and inspection services to include the following items: 1. Review concrete mix design for each class of concrete. 2. If required by OWNER/ENGINEER, inspect concrete batching, mixing and delivery operation. 3. Provide testing of concrete for every 75 cubic yards of each class of concrete placed. If the total quantity of concrete placed on a given day is less than 75 cubic yards make one set of test cylinders. A set of test cylinders is defined as four concrete cylinders. Make the concrete cylinders per ASTM C 31. Test each set of test cylinders for the following items and prepare test reports and send to the OWNER, ENGINEER and CONTRACTOR: a. Compressive Strength Testing: Perform test per requirements of ASTM C 39. Test one cylinder at 7 days, two cylinders at 28 days. Extra cylinder will be tested at 56 days, if required. b. Determine slump for each set of test cylinders per requirements of ASTM C 143. C. Determine temperature of each set of test cylinders per requirements of ASTM C 1064. d. Determine amount of air content in each set of test cylinders per ASTM C 138, ASTM C 173 or ASTM C 231. Independent Testing Agency to determine the appropriate test method. 4. When required by ENGINEER or OWNER,test hardened concrete as follows: a. Nondestructive Testing: Use the rebound hammer per requirements of ASTM C 805 or pulse velocity method per requirements of ASTM C 597. b. Core concrete per the requirements of ASTM C 42.Take one additional test cylinder during cold weather concreting and cure on job site under the same conditions as concrete it represents. 3.10 PATCHING A. Allow OWNER/ENGINEER to inspect concrete surfaces immediately upon removal of forms. B. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify OWNER/ENGINEER upon discovery. C. Repair form tie holes requiring repair and other defects whose depth is at least as great as their surface diameter but not over 4 inches, by the damp-pack mortar method. Ream form tie holes and cut out other similar defects to sound 03300 - 10 L concrete. Thoroughly clean, thoroughly wet, brush-coat with a thin coat of neat cement grout and fill the void with mortar. Provide a stiff mix of mortar of 1 part portland cement to 2 parts fine aggregate passing the no. 16 mesh sieve, and minimum amount of water. Only use sufficient water to produce a mortar which, when used, will stick together on being molded into a ball by a slight pressure of the hands and will not exude water but will leave the hands damp. Mix mortar and allow to stand for 30 to 45 minutes before use with remixing performed immediately prior to use. Thoroughly tamp mortar in place in thin layers using a hammer and hardwood block. Completely fill holes passing entirely through walls from the inside face by forcing mortar through to the outside face. Pack all " holes full. Moist cure damp-pack repairs for at least 48 hours. D. Remove defective concrete, extend removal into completely sound concrete. Use only approved equipment and procedures which will not cause cracking or microcracking of the sound concrete. If reinforcement is encountered, remove concrete so as to expose the reinforcement for at least 2 inches on all sides. Outline all such defective areas greater than 12 square inches by saw cuts at least 1 inch deep. Outline defective areas less than 12 square inches by a 1 inch deep cut with a core drill in lieu of sawing. Provide all saw cuts with straight lines in a rectangular pattern in line with the formwork panels. After concrete removal, thoroughly clean the surface by high pressure washing to remove all loose material. Keep surfaces continually saturated for the first 12 of the 24 hours immediately before placing mortar and keep damp but not wet at the time of commencing mortar placement. Either hand-placed mortar or mortar placed with a mortar gun may be used. If hand-placed mortar is used, provide the edges of the cut perpendicular to the surface of the concrete. Brush coat the prepared area with a thin coat of neat cement grout. Make the repair using a stiff mortar, preshrunk by allowing the mixed mortar to stand for 30 to 45 minutes and then remixed,thoroughly tamped into place in thin layers. If hand-placed mortar is used, test each repair area for drumminess by firm tapping with a hammer and inspect for cracks, in the presence of the independent testing agency, immediately before completion of the contract, and to replace any showing drumminess or cracking. If mortar placed with a mortar gun is used, use a small compressed air-operated gun to which the mortar is slowly hand fed and which applies the mortar to the surface as a high-pressure stream, as approved. Repairs made using shotcrete equipment will not be accepted. The mortar used to be the same mortar as specified for damp-pack mortar repair. If gun-placed mortar is used, bevel the edges of the cut toward the center at a slope of 1:1. Keep all surface applied mortar repairs continuously moist for at least 7 days. Provide moist curing consisting of several layers of saturated burlap applied to the surface immediately after placement is complete and covered with polyethylene sheeting, all held closely in place by a sheet of plywood or similar material rigidly braced against it. Keep burlap continually wet. 3.11 DEFECTIVE CONCRETE A. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. 03300 - 11 B. Repair or replacement of defective concrete will be as determined by the OWNER or ENGINEER. C. Do not patch, fill, touch-up, repair or replace defective concrete except upon express direction of OWNER or ENGINEER for each individual area. 3.12 SCHEDULE - CONCRETE TYPES A. Class "I"concrete shall be steel reinforced and shall include the following: 1. Foundations 2. Walls 3. Slabs 4. Beams 5. Girders 6. Columns 7. Equipment Bases. B. Class "Il"concrete shall be placed with or without forms and shall be unreinforced. It is intended for use in the following applications: 1. Concrete fill 2. Working slab. 3.13 SCHEDULE - CONCRETE FINISHES A. All interior surfaces shall receive protective coating per City of Fort Worth Standard Specifications. END OF SECTION 03300 - 12 SECTION 15051 FIBERGLASS SEWER PIPE (FRP) PART 1 -GENERAL 1.1 SCOPE A. The Contractor shall furnish all labor, materials,tools, equipment, and perform all Work and services necessary for or incidental to the furnishing and installation, complete, of all Fiberglass Pipe (ASTM D3262) and fittings as shown on the Plans. B. All supplementary, miscellaneous, appurtenances, and devices incidental to or necessary for a sound, secure, complete, and compatible installation shall be furnished and installed as part of this scope. C. Pipe and fittings shown on piping drawings are general in nature. Contractor shall determine exact lengths and fittings required and make field adjustments necessary to complete piping and avoid conflicts. Changes to Plans and profiles of piping shall be submitted to the Engineer for approval. Pipe and fittings not incorporated into the project shall remain the property of the Contractor. Costs will not be paid by the Owner for materials not used in the Project, even if shown on the Plans. Additions and deletions to the scope shall be incorporated by Change Order. 1.2 REFERENCED SPECIFICATIONS This specification references certain standard specifications, which are made a part hereof by such reference and shall be the latest edition and revision thereof. A. ANSI/AWWA C950- Fiberglass Pressure Pipe B. ASTM D-3681 -Test Method for Chemical Resistance of"Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe in a Deflected Condition. C. ASTM D-3262 - Specification for"Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Sewer Pipe. D. ASTM D-4161 - Specification for"Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Seals. E. ASTM F-477-Specification for Elastomeric Seals (Gaskets)for Jointing Plastic Pipe. F. ASTM D2992 - Method for Obtaining Hydrostatic Design Basis for Reinforced Thermosetting Resin Pipe and Fittings. 15051-1 G. ASTM D3567 - Deforming Dimensions of Reinforced Thermosetting Resin Pipe (RTRP) and Fittings. H. ASTM D3754 - Specification for Fiberglass (Glass-Fiber-Reinforced Thermosetting-Resin) Sewer Force Main Industrial Effluents. 1.3 QUALITY ASSURANCE A. All pipes, joints and fittings supplied under this specification to, as a minimum, conform to the requirements of ASTM D-3262. 1.4 SUBMITTALS A. Contractor shall submit load and pipe calculations confirming selected pipe behavior. Load calculations shall include, but not be limited to, buckling resistance, pipe deflection, pipe wall strain cracking and wall crushing load. All design calculations shall be sealed by a Registered Professional Engineer of the State of Texas. B. Product data submittals to include the following are as a minimum: 1. Details of the proposed pipe. 2. Details of proposed manholes. 3. Properties, strengths, etc. of the pipe. 4. Joint detail drawing, including maximum interior joint gap opening, in the deflected position and in the straight alignment. 5. Instructions on storage, handling, transportation, and pipe installation. 6. Standard catalog sheets. 7. Gasket type and composition showing ability to withstand the chemicals and conditions within sanitary sewers. 8. Pipe laying schedule. 9. Connections to all proposed structures including water stop. 10. Certificates of compliance with all referenced standards. PART 2 - MATERIAL 2.1 PRODUCT MATERIAL A. Resin Systems: The manufacturer shall use only approved quality polyester resin systems for which he can provide a proven history of performance in this particular application. The historical data shall have been acquired from a composite material of similar construction and composition as the proposed product. B. Glass Reinforcement: The reinforcing glass fibers used to manufacture the components shall be of the highest quality commercial grade of E- glass filaments with binder and sizing compatible with impregnating resins. 15051-2 C. Fillers: Sand may be used. Sand shall be minimum 98% silica with a maximum moisture content of 0.2%. D. Additives: Resin additives, such as pigments, dyes, and other coloring agents, if used, shall be in no way detrimental to the performance of the product nor shall they impair visual inspection of the finished product. E. Rubber Gaskets: Gaskets shall meet the requirements of ASTM F-477. The chemical composition of the gaskets shall be compatible with the environment found in sanitary sewers. F. The Contractor, during the fabrication of the pipe, shall retain at his expense the services of a testing laboratory to make all tests of materials to be incorporated into the pipe and maintain control of the acceptance of these materials for fabrication of the pipe. During the fabrication of the pipe, the laboratory representative shall periodically inspect the work to insure the pipe being fabricated is in accordance with design. When, in his opinion, the pipe is not being fabricated in accordance with design, such pipe shall be rejected for use by the Owner. Tests may be witnessed by the Engineer. The Contractor shall submit certificates of compliance with referenced standards for all products used in the manufacture of the FRP. G. Each piece of pipe shall bear the approval stamp of the laboratory. The selection of this testing laboratory shall be subject to the approval of the Owner and all its work subject to the Engineer's review. H. Joints shall be made with fiberglass sleeve couplings with elastomeric sealing rings. Joints must meet the performance requirements of ASTM D4161. 2.2 DESIGN A. The manufacturer shall be responsible for design of all FRP sewer pipe. All FRP sewer pipe shall be designed in accordance with referenced standards and shall withstand a minimum of 50 feet of hydrostatic head and the maximum loads expected from burial, which shall include all anticipated live loads, dead loads and external hydrostatic loads from ground water extending either to the ground surface or to the 100 year flood plain elevation,whichever is the greater. The stiffness is to be measured in accordance with ASTM D2412 and shall in no case be less than 46 psi for open cut installation or slip lining installation. All designs shall be sealed by a Texas Registered Professional Engineer. 2.3 MANUFACTURE AND CONSTRUCTION A. Pipes: Pipe shall be furnished in the diameters shown on the Plans, within the tolerances specified herein. Pipe shall be manufactured in a way as to result in a dense, nonporous, corrosion-resistant, consistent composite structure to meet the operating conditions. Stiffening ribs or rings are not to be used. 15051-3 B. Joints: Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve couplings that utilize elastomeric sealing rings as the sole means to maintain joint watertightness. The joints must meet the performance requirements of ASTM D4161. The joint sleeves on jacking pipe shall have a maximum outside diameter no greater than the outside diameter of the pipe. C. Fittings: Flanges, elbows, reducers, tees, wyes and other fittings, when installed, shall be capable of withstanding all operating conditions. Fittings may be contact molded or manufactured from mitered sections of pipe jointed by glass fiber reinforced overlays. Thrust blocks or other means of restraint may be used as necessary. D. Acceptable Manufacturers: 1. Hobas, USA 2. Amitech America, Ltd. 3. Approved Equivalent 2.4 DIMENSIONS A. Diameters: The actual internal diameter of the pipe shall be the nominal diameter t1 percent. B. Wall Thickness: The minimum average wall thickness shall be per the manufacturer's design in accordance with ASTM D3567. The minimum single point thickness to be not less than 90 percent of the stated design thickness. Minimum wall thickness required for this project shall meet the requirement of these specifications and shall be submitted to engineer prior to manufacture of pipe or fittings. C. End Squareness: All pipe ends to be square to the pipe axis. D. Tolerance of Fittings: The tolerance of the angle of an elbow and the angle between the main and leg of a wye or tee to be t2 degrees. The tolerance on the laying length of a fitting to be f2 inches. 2.5 MARKING A. Each pipe shall be clearly marked on the interior surface of the pipe barrel with the nominal diameter, pipe stiffness, date of manufacture, the name or trademark of the manufacturer and the manufacturer's Quality Assurance stamp of approval in accordance with ASTM standards. Marking shall be painted thereon with waterproof paint. 15051-4 PART 3 - EXECUTION 3.1 INSTALLATION BY OPEN CUT A. Installation: Bedding backfill and general installation requirements shall be in accordance with project plans and specifications and manufacturer's recommendations. B. Pipe Handling: Use of slings, ropes or forklift is recommended. Do not use chains or cables. C. Jointing: 1. Thoroughly clean the pipe bell coupling grooves and rubber gaskets to ensure no dirt is present. 2. Apply a pipe lubricant to the pipe ends and gaskets. Use only the lubricant supplied by the manufacturer. 3. Use suitable methods to push or pull the pipes together without damaging the pipes. 4. Contact manufacturer for the maximum angular deflection allowed. D. Field Testing: 1. Infiltration/Exfiltration Test: Maximum allowable leakage shall not exceed local specification requirements. 2. Low Pressure Air Test: Each run of pipe shall be tested with air pressure (max 5 psi). The system passes the test if the pressure drop due to leakage through the pipe or pipe joints is less than or equal to the specified amount over the prescribed time period. E. Deflection: Maximum allowable long-term deflection shall not exceed 5% of the initial diameter. 3.2 TESTING AND INSPECTION A. The Contractor will provide the Engineer with test reports certifying that the pipe has been tested in accordance with and exceeds all minimum requirements of ASTM D-3681 and ASTM D-2992. The Owner may elect to witness these tests. Advance notification of testing date shall be provided. B. The physical properties and characteristics of the pipes used in the project to have been determined by prototype testing of the manufactured product. These tests need not be conducted specifically for this project if prior tests on similar product of the same stiffness class and diameter have been previously completed. The Contractor is to obtain copies of all 15051-5 test results which must be retained and are to be made available to the Engineer. C. Joints: Coupling joints to be qualified per the tests of Section 7 of ASTM D-4161. The Owner may elect to witness these tests. Advance notification of testing date shall be provided. D. Installed Pipe: Joints are to be individually tested. E. Rejected pipe must be identified by the manufacturer in a manner that will insure it will not be used on this project. The Owner must agree to the method of identification of rejected pipe. m F. Deflection: The maximum allowable deflection shall be 3% at 30 days for pipe used in direct bury and tunnel operation. Use the maximum allowable deflection recommended by the manufacturer if the manufacturer requirements are more stringent. G. NOTE: All tests shall be witnessed by an independent testing laboratory. 3.3 MEASUREMENT AND PAYMENT A. Measurement for payment will be based on the actual linear feet of pipe installed, which shall not include manholes unless the installed pipe is an integral part of the manhole. Payment will be at the contract unit price per linear foot of pipe as shown on the Plans and listed in the Bid Proposal. Radius pipe, bends and fittings where called out on the plans, shall be considered subsidiary to the standard pipe cost. END OF SECTION 15051-6 SECTION E1 - MATERIAL SPECIFICATIONS SECTION E2- CONSTRUCTION SPECIFICATIONS JANUARY 1, 1978 (REVISED 1/20/88) TABLE OF CONTENTS E Section E Specifications E(1) E1-2 Backfill E1-2(1) E2-2.11 Trench Backfill E2-2(1) a ib I Yr it L L SECTION E SPECIFICATIONS JANUARY 1, 11978 All materials, construction methods and procedures used in this project shall conform to Sections E1, 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 E1, E2, and E2A of the Fort Worth 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 copied 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 E1 MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS w SECTION E1 - MATERIAL SPECIFICATIONS MATERIAL STANDARD E1-2 JANUARY 1, 1978 (APRIL 20, 1981) E1-2 BACKFILL E1-2.4 BACKFILL: (Correct minimum compaction requirement to 95% Proctor density and correct P.I. values as follows:) C. Additional backfill requirements were approved for use in streets: (1) Type B Backfill (a) Maximum plastic index(PI) shall be 8. (2) Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by jetting. (b) Material meeting requirements and having a PI of 9 or more shall be considered for use only with mechanical compaction. i SECTION E2- CONSTRUCTION SPECIFICATIONS CONSTRUCTION STANDARD E2-2.11 JANUARY 1, 1978 (APRIL 20, 1981) E2-2.11 TRENCH BACKFILL: (Correct minimum compaction requirement wherever it appears in this section to 95% Proctor density except for Paragraph a.1. where the"95% modified Proctor density' shall remain unchanged). L VENDOR COMPLIANCE TO STATE LAW i VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. The law that, in order to be awarded a contract as low bidder, non-resident bidders (out-of state contractors whose corporate offices or principle place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principle 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 principle 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), or principle place of business, are not required to underbid resident bidders. UBOur principle place of business or corporate offices are in the State of Texas. BIDDER: SJ L4WS. CV"A 1-"0A o f bs.W. By: LXI V, wk;*&A, Company I (please print) �� S �� IiNe• rYQ ��o g Signature:/2�O IIIGURS-f1t�� �XA� -l�Wy� Title: GWMA City State Zip (please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No. 3755 and City of Fort Worth Sewer Project No. P172-070172141050 PA �ONTRACT R By: r Name:-vS V. &ASLOLI& a Title: C4– .�4 Date: STATE OF TEXAS COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared LLS . Vi ice`^" , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of S-: Lams Cis pan 4F Tim a 1.— for the purposes and consideration therein expressed and in the capacity therein stated. "5 Given Under My Hand and Seal of Office this day of -9A4. ;�, PDA , nAM 1 -..r- L838JdX3ye a 1. '� ISSIWW O AW ` Notary Pu is and for the State of Texas d �'1JG': 1ii� vk TEX FEB-01-2005 (TUE) 15: 13 Becky Jones (FAK) 8174770320 P. 002/011 1 I i CERTI):ICATE OF INSURANCE TO: CITY OF FORT WORTH Date; I NAME OF PROJECT: SANITARY SEWER MAIN M272-13 REALIGNMENT PHASE ii I PROJECT NUMBER: P172-070172141050 IS TO CERTIFY THAT: SJ.LOUIS CONSTRUCTION OF TEXAS LTD 1 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 standard policies used by this Company,and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. 1 TYPE OF u'S'JFt 41VCE Policy Effective Expires Limits of Liability Worker's Compensation 072.010 11 I d /r i of son re, r00 1 j Comprehensive General Bodily Injury: I Liability Insurance(Public L D?3 07loo N/t/0 y ft/� G r Ea_Occurrence S ^I oma; Liability) / Property Damage:^ 1 Ea-Occurrence: S /100.0 Blasting t;GO 3o930a It i aI, t� i pr Ea.Occurrence: S I ai• Collapse of Building or structures adjacent to Ea.Occurrence: S/i I excavations 64093o7?00 Damage to Underground Utilities 040910 7,200 //��oy ////X. Ea Occurrence: S Dna i Builder's Itis rats ( Z I 7 O r o y �i o f �' i—o 0 Comprehensive 7463 B o,ily Inju o I Automobile Liability TA/'930 71( E a rs : 3 �`SL (<///0 y lr/j/0 r Ea.O rrcnce:S ��QQO Perty amage: 1 E c nce:S Bodily Injury: Contractual Liability Ea.Owurm=--: S 1, 000 7140 11/1/09, fI//Or Property Damage: 1 Ea.Occurrence: 31 00 0 Other q !ic ;7r-w h / e 6f7 /,X- Locations •tLocations covend: At d Description of operations co Bred: d ff /dei-VAN ..a.e/ The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or 1 t canceled by the insurer in less than five(5)days after the insured has received written notice of such changetor cancellation _... Where applicable local laws or regulations require more than five(5)days actual notice of change or cancellation to be 1 assured,the above policies contain such special requirements,either in the body thereof or by appropriate endorsement thereto attached- The ttachedThe City,its officers,employees and servants shall be endorsed as an additicnal insured on Contractor's insurance policies s excepting employer's liability insurance coverage under Contractor's worker's compensation insurance policy. Aaenev Insurance Co.: 2 x/`• /CV , 1 Fort Worth Agent By . �it-.••-y+" CSG y j Address y'-?CW /J1� �/��:�,7'fe ,y,� Title I � r • Bond No. 190-013-829 PERFORMANCE BOND 1 THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: t COUNTY OF TARRANT § That we (1) SJ. LOUIS CONSTRUCTION OF TEXAS LTD as Principal herein, and (2) Liberty Mutual Fire Insurance Companya corporation organized under the laws of the State of Massachusetts ,and who is authorized to issue surety bonds in the State of Texas, Surety herein,are held and firmly bound unto the City of Fort Worth,a municipal corporation Located in Tarrant and Denton Counties,Texas,Obligee herein,in the sum of ONE MILLION EIGHT HUNDRED TWENTY-TWO THOUSAND SEVEN HUNDRED SIXTY AND 491100...................................................................................................................._..._..... Dollars(SI.82Z.760A9j for the payment of which sum we bind ourselves,our heirs,executors,administrators, successors and assigns,jointly and severally,firmly by these present. • MAR 2 4 2005 WHEREAS, Principal has entered into a certain written contract with the Obligee dated the of 1 .2005 a copy of which is hereto attached and made a part hereof for all purposes,for the construction of: SANITARY SEWER MAIN M272-13 REALIGNMENT PHASE II t 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 bold harmless the Obligea 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 t this obligation shall be void;otherwise,to remain in full force and effect. PROVIDED,HOWEVER,that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such 1 statute,to the same extent as if it were copied at length ttgttt herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this_day of .2005. MAR 2 4 2001 i QST: S.J.LOUIS COI\STRUMON OF TEXAS LTD (Principal)Secretary PRINCIPAL BY: (SEAL) Title: Les .Whitman, General Manager 510 S.6TH AVE. AA MANSFIELD,IN 7 063 Witness as to Principal k, LIBERTY MUTUAL FIRE INSURANCE COMPANY Surety B Name: Laurent R. Laventure ATTEST: (Attorney-in-fact) N/A Address: 4300 MarketPointe Drive ecce Bloomington,MN 55435 ( E Telephone Number. 952-830-3000 Wi NOTE: (1) Correct name of Principal(Contractor). 40 (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 Attomey-in-Fact. The date of the bond shall not be prior to date of Contract. LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this )3g,-) day of a,ec 2005 before me personally appeared Les V. Whitman to me known, who being by me duly sworn that he is the General Manager the S. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described in and which executed the foregoing instrument; that he signed his name thereto by order of the Board of Governors of said Limited Partnership. ONES Notary Public BECKY PIRES ( ary�al) ..,, ._ MY COMMISSION EX *: 20 Decembe119, ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this a 3xo day of /� Arc N , 2005 before me appeared Laurent R. Laventure to be known, who being by me duly sworn, did say that he is the aforesaid Attorney-in-Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. 1 , Notary Public, (Notary Seal) KATHLEEN SORENSON Notary Public-Minnesota My COmmissOn Expires Jan 31.2010 Liberty Mutual Surety Bond Number 190-013-836 NOTICE FROM SURETY REQUIRED BY TERRORISM RISK INSURANCE ACT OF 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (referred to hereinafter as the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: Liberty Mutual Insurance Company; Liberty Mutual Fire Insurance Company; LM Insurance Corporation; The First Liberty Insurance Corporation; Liberty Insurance Corporation; Employers Insurance Company of Wausau (formerly "EMPLOYERS INSURANCE OF WAUSAU A Mutual Company"); Peerless Insurance Company; and any other company that is a part of or added to the Liberty Mutual Group for which surety business is underwritten by Liberty Mutual Surety (referred to collectively hereinafter as the "Issuing Sureties"). NOTICE FORMS PART OF BOND This notice forms part of surety bonds issued by any one or more of the Issuing Sureties. DISCLOSURE OF PREMIUM The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will reimburse the Issuing Sureties for ninety percent (90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. LMIC-6539 11/15/04 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 2766 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire Insurance Company (the 'Company'), a Massachusetts stock insurance company,pursuant to and by authority of the By-law and Authorization hereinafter set forth,does hereby name,constitute and appoint CRAIG REMICK, TONY D. BECKER, NATHAN P. HUGHES, STEVEN C.ARONSON, JANET D. BUERG, TERESA HAMMERS, LAURENT R. LAVENTURE, KATHLEEN SORENSON, JOHN D. MOORE, JAMES R. PERKINS, STANLEY L. PEARSON, ALL OF THE CITY OF BLOOMINGTON, STATE OF MINNESOTA............................................. ,each individually if there be more than one named, its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND OOh00*********'** ******* DOLLARS($ 50,000,000.00***** -)each,and the execution of such undertakings, bonds, reccgnizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such Z attomeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be < as binding as if signed by the president and attested by the secretary. 1 By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attomeys-in-fact: C Pursuant to Article XIII,Section 5 of the By-Laws,Garnet W.Elliott,Assistant Secretary of Liberty Mutual Fire Insurance Company,is hereby E authorized to appoint such attomeys-in-fact as may be necessary to act in behalf of the Company to make,execute, seal,acknowledge and _ 1 3 deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. tp 3 That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. j IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of m Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting,Pennsylvania this 10thday of_ may 0 r 3 2004 Q t DD ` LIBERTY MUTUAL FIRE INSURANCE COMPANY Ir Byl4 nr4-r- W- -• QO. 1 Garnet W.Elliott,Assistant Secretary 0-6. COMMONWEALTH OF PENNSYLVANIA ss t m COUNTY OF MONTGOMERY On this 10th day of May 2004 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and E0.5 acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he :a « executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the 4 0 direction of said corporation. d L - v IN TESTIMONY WH P � unto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year E d first above written. Q. p{iONWfi No?a iat Seat ; Teresa Pestoi lymoNotary P County � C C1 OF Put„n'1'wR.,Moo C ntgomery eunly p my Commission Expires Mar.28,2006 BY (y Member.Pennsylvania Assoc arW,a Notaries Ter sa Pastella,Notary Public 0 CERTIFICATE 1, the undersigned, Assistan ecretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate;and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attomeys-in-tact as provided in Article XIII,Section 5 of the By-laws of Liberty Mutual Fire Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Fire Insurance Company at a meeting duly called and held on the 12th day of March,1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds,shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said company,thIXAR 2 4 21111 day of Da4MB y *Assiptgnt . ey, cretary Liberty Mutual. Important Notice TO OBTAIN INIFORMATION ABOUT THIS BOND, TO MAKE A COMPLAINT OR TO FILE A NOTICE OF CLAIM: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, complaints, or surety company address at: : 800-252-3439 You may write the Texas Department of Insurance at: P. 0. Box 149104 Austin, TX 78714-9104 : This notice is for information purposes only and does not become a part of or a condition of the attached document. It is given to comply with Section 2253.048, Govemment Code, and Section 5.3.202, Property Code,Effective September 1, 2001 Member of Liberty Mutual Group Bond No. 190-013-829 PAYMENT BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (1) S.J. LOUIS CONSTRUCTION OF TEXAS LTDas Principal herein, and (2) a corporation organized and existing under the laws of the State of(3) Massachusetts 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 EIGHT HUNDRED TWENTY-TWO THOUSAND SEVEN HUNDRED SIXTY AND 49/100........................Dollars (51.822,760.49) for the payment wbereot the said Principal and Surety bind themselves and their heirs,executors,administrators, successors and assigns,jointly and severally,firmly bythese presents: ** Liberty Mutual Fire Insurance Company i'IIAR 2 4 2005 WHEREAS,the Principal has entered into a certain written contract with the Obligee dated C day of A.D. ,2005,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 MAIN M272-B REALIGNMENT PRASE II NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant(as defined in Chapter 2253,Texas Government Code,as amended)supplying labor or materials in the prosecution of the work under the contract,then this.obligation shall be void;otherwise,to remain in full force and effect. ' PROVIDED,HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas.Government Code, as amended, and all liabilities on this bond shall be'determined in accordance with the provisions of said statute,to the same extent as if it were copied at length herein. r IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument SIGNED AND SEALED this_day of 2003. I iAR 2 4 2005 ■ 1 ■ S.J.LOUIS CONSTRUCTION OF TEXAS LTD ATTEST: PRINCIPAL yq- BY. 1 (Principal) ecretary L,--/ — Name: Les V.Whitman Title: General Manager 1 ' (SEAL) 520 S.6TH AVE. MANSFIELD,TX 76063 ■ Witness as to PTUcipal LIBERTY MUTY4 FIRE INSURANCE COMPANY 1 SURE'1LY ATTEST: By: N/A Name: Laurent R. Laventure Secretary Attorney in Fact 1 ulsstl Address: 4300 MarketPointe Drive Bloomington, MN 55435 Telephone Number: 952-830-3000 NOTE: 1 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 Attomey-in-Fact. The date of bond shall not be prior to date of Contract. a 1 1 1 1 1 r LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT ' On this�day of ,� t4 , 2005 before me personally appeared Les V. Whitman tome known, who being by me duly sworn that he is the General Manager the S. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership ' described in and which executed the foregoing instrument; that he signed his name thereto by order of the Board of Governors of said Limited Partnership. i Notary Public ' t�Y•4 BECKYJONES MYCOMMISSIOFtIXPtRES Nory al) December 18,2006 ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this�n day of MoW4 , 2005 before me appeared Laurent R. Laventure to be known, who being by me duly sworn, did say that he is the aforesaid Attorney-in-Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. i Notary Public, (Notary Seal) i KATHLEEN .. ' SORENSON Notary public-Minnesota My Co son Expires Jen 31.2010 Liberty Mutual Surety Bond Number 190-013-836 NOTICE FROM SURETY REQUIRED BY TERRORISM RISK INSURANCE ACT OF 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (referred to hereinafter as the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: Liberty Mutual Insurance Company; Liberty Mutual Fire Insurance Company; LM Insurance Corporation; The First Liberty Insurance Corporation; Liberty Insurance Corporation; Employers Insurance Company of Wausau (formerly "EMPLOYERS INSURANCE OF WAUSAU A Mutual Company"); Peerless Insurance Company; and any other company that is a part of or added to the Liberty Mutual Group for which surety business is underwritten by Liberty Mutual Surety (referred to collectively hereinafter as the "Issuing Sureties"). NOTICE FORMS PART OF BOND This notice forms part of surety bonds issued by any one or more of the Issuing Sureties. DISCLOSURE OF PREMIUM The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will reimburse the Issuing Sureties for ninety percent (90%)of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. LMIC-6539 11/15/04 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 2767 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire Insurance Company (the 'Company'), a Massachusetts stock insurance company,pursuant to and by authority of the By-law and Authorization hereinafter set forth,does hereby name,constitute and appoint CRAIG REMICK, TONY D. BECKER, NATHAN R HUGHES, STEVEN C.ARONSON, JANET D. BUERG, TERESA HAMMERS, LAURENT R. LAVENTURE, KATHLEEN SORENSON, JOHN D. MOORE, JAMES R. PERKINS, STANLEY L. PEARSON, ALL OF THE CITY OF BLOOMINGTON, STATE OF MINNESOTA............................................. ,each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and dead,any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100 DOLLARS($ 50,000,000.00 )each,and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make, W execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such 'a attomeys-in-fact,subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their a) signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be C • as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attomeys-in-fact: T C Pursuant to Article XIII,Section 5 of the By-Laws,Garnet W. Elliott,Assistant Secretary of Liberty Mutual Fire Insurance Company,is hereby W W authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. W O Im vy7 That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of C E Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting,Pennsylvania this 11 Othday of May Q 2004 a r9 p LIBERTY MUTUAL FIRE INSURANCE COMPANY L"a 3 � C� CL G sEo O 0 a Garnet W.Elliott,Assistant Secretary O .., COMMONWEALTH OF PENNSYLVANIA ss t at COUNTY OF MONTGOMERY 4+ d O On this 10th day of May 2004 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and •— acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he .� +i executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the r W direction of said corporation. 00 c0i IN TESTIMONY WHP ^� unto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year y first above written. �. tpONW,-- ! EC14 ' NOiarlel Seal w� Tarosa E°p-vc,hBFC�mo y Ck Oc. 0 , OF Ftyese,;n Yom.,RAc+xtgromary GvuefvO O My Cammiaalar Lzpifas Mar.2$c^pka By 144� V T �P Member,Pennsy yfma Assodarw of Notaries Ter sa Pastella,Notary Public 10� CERTIFICATE '4E?Y 1, the undersigned, Assistan ecretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attomeys-in-fact as provided in Article XIII,Section 5 of the By-laws of Liberty Mutual Fire Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Fire Insurance Company at a meeting duly called and held on the 12th day of March,1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds,shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said company,this MAR Z 4 2005jay of IC! By S,* David M.Carey,Assipt6ffi Secretary Liberty Mutual. Important Notice TO OBTAIN IN'FORMATION ABOUT THIS BOND, TO MAKE A COMPLAINT OR TO FILE A NOTICE OF CLAIM: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, complaints, or surety company address at 800-252-3439 You may write the Texas Department of Insurance at: P. 0. Box 949104 Austin, TX 78714-9104 t This notice is for information purposes only and does not become a pert of or a condition of the attached document. It is given to comply with Section 2253.048, Govemment Code, and Section 53.202, Property Code,Effective September 1, 2001 Member of Liberty Mutual Group ■ ■ Bond No. 190-013-836 ■ MAINTENANCE BOND THE STATE OF TEXAS § ■ COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: That S.J. LOUIS CONSTRUCTION OF TEXAS LTD(Contractor), as principal, and Liberty Mutual Fire Insurance GompaVcorporation organized under the laws of the State of MA .(Surety), do hereby ■ acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas,("City") in Tarrant County, Texas the sum of ONE MILLION EIGHT HUNDRED TWENTY-TWO THOUSAND SEVEN HUNDRED SIXTY AND 49l100..........»...»».»..Dollars(S1.822.760.49)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 successor$,jointly and severally. This obligation is conditioned,however;that, ■ WHEREAS,said Contractor has entered into a written Contract with the City of Fort Worth,dated the MAR 2 4 2005 day of Z 0_5copy of which is hereto attached and made a part hereof,the performance of the following described public improvements, g SANITARY SEWER MAIN M272-B REALIGNMENT PHASE U the same being referred to herein and in said contract as the.Work and being designated as project F172- 070172 L41050aud 172- 070172141050aud said contract,including all of the specifications,conditions,addenda,change orders and written instruments referred to therein as Contract Documents being incorporated herein and trade a pan 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 Two (2)Years after the date ■ of the final acceptance of the work by the City;and WHEREAS,said Contractor binds itself to maintain said work in good repair and condition fur 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 Water Department of the City of Fort Worth, 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 reconstnut said work in accordance with all the terms and conditions of said Contract,these_prosents shall be null . and void,and have no force or effect Otherwise this Band shall be and reatain in full.force and effect,and the City shall have and recover from the Contractor and Surety damages in the premises prescribed by said Contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. I I I IN WITNESS WHEREOF, this instrument is executed in 3 counterparts, each one of which shall be deemed an original,this_day of .A.D. 2005. ATTEST: MAR 2 4 2005 1 (SEAL) S.J.LOUIS CONSTRUCTION OF TEXAS LTD Contractor eA By: 4:: A- r i«sv 1 Secretary Name: LesV. Whitman Tide: General Manager _ 1 ATTEST: NSA (SEAL) LIBERTY MUTUAL FIRE INSURANCE COMPANY Surety 1 BY. i ne Name: Laurent R. Laventure 1 Title: Attorney-in-Fact 1 4300 MarketPointe Drive Bloomington, MN 55435 1 Address 952-830-3000 1 1 1 I I I I LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this Veto day of 4*4cs4 , 2005 before me personally appeared Les V. Whitman to me known, who being by me duly sworn that he is the General Manager the S. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described in and which executed the foregoing instrument; that he signed his name thereto by order of the Board of Governors of said Limited Partnership. *ya` y BECKY JONES Notary Public " MY COMMISSION EXPIRES (N ry aI) S;f'pF;E+i December 19,2008 ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this 5kU day of IVAgej4 , 2005 before me appeared Laurent R. Laventure to be known, who being by me duly sworn, did say that he is the aforesaid Attorney-in-Fact of i the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. �J Notary Public, �- (Notary Seal) KATHLEEN SORENSON Notary Public-Mi as Mota Y Commission Expires Jan 31 10 r r Liberty Mutual Surety Bond Number 190-013-836 1 NOTICE FROM SURETY REQUIRED BY r TERRORISM RISK INSURANCE ACT OF 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (referred to r hereinafter as the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: Liberty Mutual Insurance Company; Liberty Mutual Fire Insurance Company; LM r Insurance Corporation; The First Liberty Insurance Corporation; Liberty Insurance Corporation; Employers Insurance Company of Wausau (formerly "EMPLOYERS INSURANCE OF WAUSAU A Mutual Company"): Peerless r Insurance Company; and any other company that is a part of or added to the Liberty Mutual Group for which surety business is underwritten by Liberty Mutual Surety (referred to collectively hereinafter as the "Issuing Sureties"). NOTICE FORMS PART OF BOND This notice forms part of surety bonds issued by any one or more of the Issuing Sureties. DISCLOSURE OF PREMIUM r The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1)of the Act is Zero Dollars ($0.00). r DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES r The United States will reimburse the Issuing Sureties for ninety percent(90%) of any covered losses from terrorist acts certified under the Act exceeding the r applicable surety deductible. r I 1 LMIC-6539 11/15/04 I r 12768 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire Insurance Company (the 'Company`), a Massachusetts stock insurance company,pursuant to and by authority of the By-law and Authorization hereinafter set forth,does hereby name,constitute and appoint CRAIG REMICK, TONY D. BECKER, NATHAN P. HUGHES, STEVEN C.ARONSON, JANET D. BUERG, TERESA HAMMERS, LAURENT R. LAVENTURE, KATHLEEN SORENSON, JOHN D. MOORE, JAMES R. PERKINS, STANLEY L. PEARSON, ALL OF THE CITY OF BLOOMINGTON, STATE OF MINNESOTA............................................. ,each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its, behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100 DOLLARS($ 50,000,000.00 )each,and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the fallowing By-law and Authorization: ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make, cc execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such 'a attomeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be C as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attomeys-in-fact: C Pursuant to Article XIII,Section 5 of the By-Laws,Garnet W. Elliott,Assistant Secretary of Liberty Mutual Fire Insurance Company,is hereby i authorized to appoint such attomeys-in-fact as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and C deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. O 3 That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. C E IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of 16, Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting,Pennsylvania this 10thday of May r o 3 2004 Q M 0 LIBERTY MUTUAL FIRE INSURANCE COMPANY00 E _ tel" d p Garnet W.Elliott,Assistant Secretary 2 Q ., COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY t*� On this 10th day of May 2004 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and 0 C acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he .� d executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation. d O r v IN TESTIMONY WH P unto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year _Co O first above written. Q. �,oNM�, ! E I Notarial Seal w� 3 Teresa Pasteila,Notary r><Co 5 Q V OF Ptymouin Twp.,Morrtga-nory Cpurrly My Commission Expires Mar.29,21M By Member,Panisyivarlia AssWallon of Nota iss Ter sa Pastella,Notary Public 0 CERTIFICATE '9RY I, the undersigned, Assistan ecretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attomeys-in-fact as provided in Article Xllf,Section 5 of the By-laws of Liberty Mutual Fire Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Fire Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds,shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said company,this MAP, , Q$ay of By r Davi6 M.Carey,Assi, t Secretary Liberty Mutual Important Notice TO OBTAIN IN'FORMATION ABOUT THIS BOND, TO MAKE A COMPLAINT OR a TO FILE A NOTICE OF CLAIM: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, complaints, or surety company address at: r 800-252-3439 You may write the Texas Department of Insurance at: r P. O. Box 149104 Austin, TX 78714-9104 t r This notice is for information purposes only and does not become a pert of or a condition of the attached document. /t is given to comply with Section 2253.048, Government Code, and Section 53.102. Property Code,Effective September 1, 2001 Member of Liberty Mutual Group ' PART G -CONTRACT THE STATE OF TEXAS § COUNTY OF TARRANT § 9 THIS CONTRACT, made and entered into the _Mrl��yor L. S. 2005and between the City of Fort Worth, a home-rule municipal corporation located in Tarrant County, Texas, acting through its City Manager ' thereunto duly authorized so to do, Party of the First Part, hereinafter termed "OWNER", and S.J. Louis Construction of Texas, Ltd.the City of Mansfield County of TARRANT and State of TEXAS, Party of the Second Part, hereinafter termed"CONTRACTOR". WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (Owner), said Party of the Second Part (Contractor) hereby agrees with the said party of the First Part (Owner) to commence and complete certain improvements described as follows: SANITARY SEWER MAIN M272-B REALIGNMENT PHASE II And all extra work connected therewith, under the terms as stated in the Contract Documents, and at his (their)own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendent, labor, ' bonds, insurance, and other accessories and services necessary to complete the said construction, in accordance with all the requirements of the Contract Documents, which include all maps, plats, blueprints and other drawings and printed or written explanatory matter thereof, and the specifications thereof, as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon, together with the Contractor's Written Proposal and the other parts of the Contract Documents hereto attached, including the Fort Worth Water Department General Contractor Documents and General Specifications, all of which are made a part hereof and collectively and constitute the entire contract. The Contractor hereby agrees to commence work within ten(10)days after the date written notice to do so shall have been given to him,and to substantially complete same within the time stated in the proposal. The Owner agrees to pay the contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefore, subject to additions and deductions, as provided in the Contract Documents and all approved modifications thereof,and to make payment on account thereof as provided therein. IN WITNESS WHEREOF,the Parties to these presents have executed this Contract in 3 counterparts in the year and say first above written. City of Fort Worth,Texas(Owner) ATTEST: Party of the First part �arc A.Ott,Assistant City Manager City Secretary (Seal) WITNESSES: S.J. LOUIS CONSTRUCTION OF TEXAS, LTD. By its General Partner: S.J. LOUIS,LLC By: Les V.Whitman,General Manager 520 S. Sixth Avenue Mansfield,TX 76063 (� Contractor By: �Y GGf�/ JYI44--- Title: Les V . Whitman , General Manager APPROVED: A oved as to Form and Legality: /tea A. Douglas Rademaker, P.E. Director Asst.City orey Department of Engineering Contract Au orizition Bate vii �v�W �K02N � � ER,F ■ ■ UNANIMOUS CONSENT TO ACTION IN LIEU OF ANNUAL OR SPECIAL MEETING OF THE MEMBERS AND GOVERNORS OF ■ S. J. LOUIS, LLC July 7, 2004 w The governors and members of S. J. Louis, LLC, by unanimous written consent, take the following action, as if a meeting had been properly called pursuant to notice; and all governors and members entitled to vote on the matters presented herein had been present and voting in favor of such action. RESOLVED, the following persons are hereby appointed, or their appointments reaffirmed if previously appointed, to the offices of this Company set opposite their respective names to hold office until their respective successors are chosen and qualify: a James L. Schueller President/ Chief Manager Les Whitman Executive Vice President / General Manager . David Dickerson Vice President/ South Texas Area Manager Peter Stahl Secretary and Treasurer/ Senior Project Manager RESOLVED FURTHER, that the President is hereby authorized and empowered to sign all documents necessary for the performance of the business of S.J. Louis, LLC. RESOLVED FURTHER, the Executive Vice President, Vice President, and the Secretary and Treasurer are authorized to sign all documents necessary for the performance of the business of S.J. Louis Construction of Texas, Ltd. in the capacity of S.J.Louis, LLC, Managing General Partner of S.J. Louis Construction of Texas, Ltd. i RESOLVED FURTHER, that all actions of the Board of Governors of this Company since the last Meeting of Governors and Members as set forth in resolutions recorded in the minute book of the Company, and all acts pursuant thereto taken by members of the Board of Governors or by Officers of the Company, are hereby ratified and approved in all respects. IN WITNESS WHEREOF, the undersigned, constituting all of the governors and members of the Company entitled to vote on the matters presented herein, have executed this Unanimous Consent to Action in Lieu of Annual or Special Meeting, effective June 29, 2004. i am L. Schueller, Sole Member/ Sole Governor i APPENDIX A ~ EASEMENTS PE 1 SANITARY SEWER M-15R 525 N. HENDERSON ST. FT. WORTH BLOCK 1 TANCOR ADDITION NO.3 EXHIBIT A VARIABLE WIDTH SANITARY SEWER EASEMENT BEING AN EASEMENT SITUATED IN BLACK 1, TANCOR ADDITION NO. 3, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AS RECORDED IN VOLUME 388-119, PAGE 60 OF THE PLAT RECORDS OF TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: COMMENCING AT A 60D NAIL FOUND IN THE SOUTH RIGHT-OF-WAY LINE OF HENDERSON STREET, A VARIABLE-WIDTH RIGHT-OF-WAY, FOR THE MOST NORTHERLY CORNER OF SAID BLACK 1; THENCE SOUTH 40 DEGREES 10 MINUTES 00 SECONDS WEST, 30.04 FEET WITH A NORTHWEST LINE OF SAID BLOCK 1 TO THE POINT OF BEGINNING; THENCE SOUTH 46 DEGREES 56 MINUTES 00 SECONDS EAST, 23.69 FEET; THENCE SOUTH 11 DEGREES 34 MINUTES 20 SECONDS WEST, 64.00 FEET; THENCE SOUTH 44 DEGREES 12 MINUTES 35 SECONDS WEST, 227.04 FEET; TO THE BEGINNING OF A CURVE TO THE LEFT; THENCE 68.34 FEET WITH THE ARC OF SAID CURVE TO THE LEFT, THROUGH A CENTRAL ANGLE OF 08 DEGREES 04 MINUTES 26 SECONDS, WITH A RADIUS OF 485.00 FEET, A TANGENT LENGTH OF 34.23 FEET, AND A CHORD WHICH BEARS SOUTH 40 DEGREES 10 MINUTES 22 SECONDS WEST, 68.29 FEET; THENCE SOUTH 36 DEGREES OB MINUTES 09 SECONDS WEST, 716.21 FEET; THENCE SOUTH 23 DEGREES 09 MINUTES 12 SECONDS WEST, 13.74 FEET TO A POINT IN A WEST LINE OF SAID BLOCK 1, FROM WHICH A 60D NAIL FOUND BEARS SOUTH 29 DEGREES 40 MINUTES 30 SECONDS EAST, 119.69 FEET; THENCE NORTH 29 DEGREES 40 MINUTES 30 SECONDS WEST, 36.27 FEET WITH SAID WEST LINE OF SAID BLOCK 1, TO A POINT FROM WHICH A 60D NAIL FOUND BEARS NORTH 29 DEGREES 40 MINUTES 30 SECONDS WEST, 23.94 FEET; THENCE NORTH 36 DEGREES 08 MINUTES 09 SECONDS EAST, 714.73 FEET TO THE BEGINNING OF A CURVE TO THE RIGHT; THENCE 72.57 FEET WITH THE ARC OF SAID CURVE TO THE RIGHT, THROUGH A CENTRAL ANGLE OF 08 DEGREES 04 MINUTES 26 SECONDS, WITH A RADIUS OF 515.00 FEET, A TANGENT LENGTH OF 36.35 FEET,-AND A CHORD WHICH BEARS NORTH 40 DEGREES 10 MINUTES 22 SECONDS EAST, 72.51 FEET; THENCE NORTH 46 DEGREES 45 MINUTES 35 SECONDS EAST, 216.26 FEET; THENCE NORTH 11 DEGREES 34 MINUTES 20 SECONDS EAST, 49.63 FEET; THENCE NORTH 40 DEGREES 10 MINUTES 00 SECONDS EAST, 20.47 FEET TO THE POINT OF BEGINNING AND CONTAINING 0.744 ACRES (32402 SQUARE FEET) OF LAND MORE OR LESS. g OF WII.I.IS CAREY DARBY•til 04622 +.r-''e 3 U Ft G. 2, oo G:\SURVEYVOB\020620\ESMTS-020620E 1 RENS.DOC VARIABLE WIDTH N SANITARY SEWER EASEMENT 0.744 Acres (32402 S.F.) 3 w0 Ow N40'10'00"E 20.47' 60D NA1L G9 Jd � P.o. . ti CbF = 200' Nil'34'9.63 e41- . 5- 600 A•08.04'26" N R•515.00' ►'? h / f y 0 L•72.57' �e9 T•36.35' two L.C.-N40'10'22"E ?R 1`�j / 7R 72.51' / /•�7 O 511'34'20"W 600 i % 1001,1'L� 64.00' d-08.04'26" - `10 ( R•485.00' T-34.23' IZq. %�1^ L.C.-540.10'22"Y� JPAQi9P /� ^ 68.29' J hl N � (Y (, .r0 / / TAD NO.03092911 �' Z PSV F�1 OJT wp / 525 i Fat Worth 01 P Q- Ro i Shock Crporotion• 1, . 1 QQ'�Q �ti '/ /� PO Bo■ 16430 5{�e Torf worth T. 7610, 1,,,• / Toncor MAtion•J Bk 1 Lot M BLOCK 1, TANCOR ADDITION NO. 3 ,00 qD v 600 i i VOL.388-119, PG.60 NAL o S23'09'12"W 5 ,•, 13.74' / ^� >?1• "00 �g Jas ,�°ate' G > G ft '0j- NOD �0 / AL OF ,S TERfO 9 PE 1 ...:.....................:... SANITARY SEWER N- 2728 WLLIS CAREY DARBY ■ DOE N0. ..y...............•••••%.. Sts N.HE►DERSON ST :•0 4622FORT WORTH- ' < T OR ADO.•J ''.0 SS,O'A'�Q- BLK 1.L07 ALL ......**9��.SUR -{ o is 0 0 ti EXHIBIT B 0 SHOWING A VARIABLE WIDTH 6.2.zOb SANITARY SEWER EASEMENT SITUATED IN BLOCK 1 . TANCOR ADDITION NO. 3 0 N t0 REVISED 05-25-04 0 DRAWN BY: ALK SHT. NO. / DATE: 02/19/04 DGN. NO.: 020620E,R.OGN CONSULTANTS, L.L.C. L Engineering, Planning and Surveying Amr APPROVED BY: WCD T7<!1RNER pN MTE 61D]FORT WORTH,Tx.76ID7 /1,1.171335-9900/FAX4817)335-1-5 PE 3 SANITARY SEWER M-272B N. HENDERSON ST. FT. WORTH A. ROBINSON SURVEY LOT 48, LESS NWC EXHIBIT A VARIABLE WIDTH SANITARY SEWER EASEMENT BEING AN EASEMENT SITUATED IN THE A ROBINSON SURVEY, ABSTRACT NO. 1289, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: COMMENCING AT A 60D NAIL FOUND IN THE SOUTH RIGHT-OF-WAY LINE OF N. HENDERSON STREET, A VARIABLE-WIDTH RIGHT-OF-WAY, FOR THE MOST NORTHERLY CORNER OF BLOCK 1 TANCOR ADDITION NO. 3, AS RECORDED IN VOLUME 388-119, PAGE 60, OF THE PLAT RECORDS OF TARRANT COUNTY, TEXAS; THENCE SOUTH 40 DEGREES 10 MINUTES 00 SECONDS WEST, 30.04 FEET WITH A NORTHWEST LINE OF SAID BLOCK 1 TO THE POINT OF BEGINNING; THENCE SOUTH 40 DEGREES 10 MINUTES 00 SECONDS WEST, 20.47 FEET WITH SAID LINE; pp THENCE NORTH 11 DEGREES 34 MINUTES 20 SECONDS EAST, 23.97 FEET; THENCE SOUTH 46 DEGREES 56 MINUTES 00 SECONDS EAST, 11.49 FEET TO THE POINT OF BEGINNING AND CONTAINING 0.003 ACRES (117 SQUARE FEET) OF LAND MORE OR LESS. oa t E WILLIS CAREY DARBY,117 • r ' 4&22 Q• fyO,�ssM o y0 lee G:\SURVEY\JOB\02062MMTS\02062OE3RFNS-DOC . N VARIABLE WIDTH SANITARY SEWER EASEMENT 0.003 Acres (117 S.F.) sQ60 A ROBINSON SURVEY, LLJ 17 �O 100' A-1289 = ' o '9' F S40010'00W TAD NO.02484226 (v N Henderson Sl.Fort Wath 600 NAIL 30.04 ' TarrantCount, WaterDistrict.PO Boa 4soe Fort Worth Ta 76164 P.O.C. _ RobinsonMtia+ L Rili / • OI 46 Leff NSC V 0 R.O.B. y lQ v ' • py tK t O `O 600 NAL i -DO 1f NAIL I I BLOCK 1. TANCOR MITIOIV NO. 3 VOL.388.119. PC-Go ' da 'O 0 3 � .,.LV1 ' � JOy• i �.� OF ti if SANITARY SEWER M-2728 WILLIS CAREY DARBY 11 ` DOE N0. ..Y.... .....V. .n . ............ . 525 N.HENDERSON ST :4 4622 Y:° o FORT WORTH. ���A,E 5 5;C.y0� o TANCOR ADD.e3 - BLOCK 1.LOT ALL SUR% o EXHIBIT B SHOWING A VARIABLE WIDTH SANITARY SEWER EASEMENT SITUATED IN THE A. ROBINSON SURVEY. A-1289 N REVISED 05-25-04 N O • DRAWN BY: ALK SHT. NO. N DATE: 03/01/04 �.6� CONSULTANTS, LLC. DGN. No.: 020620E7R.DGN Engineering, Planning and Surveying APPROVED BY: WCO 1701 RIVER RUN /SITE 61D/FORT WORTH,1X.76107 /(817)335-4900/FAX-(817)335-9955 PE 4 SANITARY SEWER M-272B 525 N. HENDERSON ST. FT. WORTH TR 28A , WILLIAM BUSSELL SURVEY, A-151 EXHIBIT A 30 FOOT SANITARY SEWER EASEMENT BEING AN EASEMENT SITUATED IN THE WILLIAM BUSSELL SURVEY, ABSTRACT NO. 151, LOCATED IN THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AS DESCRIBED BY DEED TO TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT NUMBER 1 AND RECORDED IN VOLUME 1287, PAGE 201 OF THE DEED RECORDS OF TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: COMMENCING AT A 60D NAIL FOUND IN THE WEST RIGHT-OF-WAY LINE OF W. PEACH STREET, A 50.00 FOOT RIGHT-OF-WAY, FOR THE SOUTH CORNER BLOCK 1, TANCOR ADDITION NO. 3, AS RECORDED IN VOLUME 388-119, PAGE 60, OF THE PLAT RECORDS OF TARRANT COUNTY, TEXAS; THENCE NORTH 70 DEGREES 02 MINUTES 35 SECONDS WEST, 198.30 -FEET WITH A SOUTHERLY LINE OF SAID BLOCK 1, TO A 60D NAIL FOUND; THENCE NORTH 29 DEGREES 40 MINUTES 30 SECONDS WEST, 119.69 FEET, WITH A SOUTHERLY LINE OF SAID BLOCK 1, TO THE POINT OF BEGINNING; THENCE SOUTH 23 DEGREES 09 MINUTES 12 SECONDS WEST, 332.02 FEET; •,•,. THENCE SOUTH 46 DEGREES 43 MINUTES 01 SECONDS WEST, 292.60 FEET; THENCE SOUTH 12 DEGREES 23 MINUTES 07 SECONDS WEST, 534.14 FEET; m� THENCE NORTH 79 DEGREES 19 MINUTES 09 SECONDS WEST, 30.01 FEET; THENCE NORTH 12 DEGREES 23 MINUTES 07 SECONDS EAST, 544.29 FEET; THENCE NORTH 46 DEGREES 43 MINUTES 01 SECONDS EAST, 295.61 FEET; THENCE NORTH 23 DEGREES 09 MINUTES 12 SECONDS EAST, 348.51 FEET TO A POINT IN A SOUTHERLY LINE OF SAID BLOCK 1, FROM WHICH A- 60D NAIL FOUND BEARS NORTH 29 DEGREES 40 MINUTES 30 SECONDS WEST, 22.56 FEET; THENCE SOUTH 29 DEGREES 40 MINUTES 30 SECONDS EAST, 37.65 FEET, WITH SAID SOUTHERLY LINE, TO THE POINT OF BEGINNING AND CONTAINING 0.808 ACRES (35,207 SQUARE FEET) OF LAND MORE OR LESS. G:\SURVEY\JOB\020620\ESMTS-020620-E4-FNS.DOC 30 FOOT FOAL SANITARY SEWER EASEMENT e`�� ` N 0.821 Acres (35,767 S.F.) - o � P�� JPh�Q �x,A o` � 1 � im ♦Q BLOCK 1, TANCOR 1 rr = 2 00' �p4� �� ADDITION NO. 3 g VOL.388-119, PG.60 v 600 P.R.T.C.T. C! NAIL N29.4o 3o-w P.O.B. 22.56' / N29'40'30"W S29°40'30"E 7.:j, 179.69' 37.65' `V ro Gj N23-09'12"E �� %of Ory 600 �0'o?.J5.. 4 .e 348.51' i �Win% NAIL 19 30 W �11/� G �r', P.O.C.NAl �� WILLIAM BUSSELL SURVEY A-151 FOREST PARK 8� • TAD NO.03761193 2001 Dokolo Sl,Fort worth Torronl County �` Wol"District pjh•% %' \` -\\ • P.O.Boa 4508 Fort Worth,T. 76106 - William Bussell Surrey - A-151,TR 28A 546°43'01"W 292.60' \ BLOCK 1, LOT 1 PIER 1 ADDITION % s'3 ' CAB.A, SLIDE 8029 P.R.T.C.T. 0 IRK • N ' LOT 1,BLOCK 1 PIER 1ADDITION Z CAB.A. SL.8029 N79.19,09,.W 30.01' tF �p•�G 1 S T r Re.'•-{ 1p PE 1 �__�__.� ...:.....................:... • Y SEWER Y- 2728 WILLIS CAREY DARBY 6 DOE NO ••v......••••••......... 2001 NO. W.Sth STREET ..0 4622 _ r: a .. WORTH. TR 28A �.y���E S St. v W.BUSELL SURVEY ��•SUR�F'� 66 0 o EXHIBIT B SHOWING A 30—FOOT SANITARY SEWER EASEMENT SITUATED IN THE WILLIAM BUSSEI_L SURVEY, A-151' ti o N " O - - DRAWN BY: ALK SHT. NO. m w DATE: 07/01/04 �.r&.° A CONSULTANTS, L.L.C. DGN. NO.: 020620E4.DCN Engineering, Planning and Surveying „ APPROVED BY: MCD 1701 RIVER RUN/SUTE 610 /FORT WORTH,706107 1(817)335-9900/FAX:(811)335.9955 APPENDIX B GEOTECHNICAL REPORT w - IZ . , --- - PIO y i r i T r s OaV� • sr'r_ � � ' � • • 1 1 1 • A�3 JD C ! _ ; G .3mr Mas TEK Engineering & Associates, Inc. January 20, 2004 Mr. David Sanford Phn: (817) 735-6138 Carter & Burgess Fax: (817) 735-6148 777 Main Street Fort Worth, Texas 76102 Re: Geotechnical Investigation Trinity River South Bank Sewer Extension North of 5°i Street Fort Worth, Texas Mas-Tek Project No. E03-0404 Dear David, Mas-Tek Engineering and Associates is pleased to submit this geotechnical report for the above referenced project. Please find enclosed our report summarizing the results of the geotechnical investigation performed at the above referenced site. We trust the recommendations derived from this investigation will provide you with the information necessary to complete your project successfully. For your future construction materials testing and related quality control requirements, it is recommended that the work be performed by Mas-Tek Engineering & Associates, Inc. in order to maintain continuity of inspection and testing services for the project under the direction of the geotechnical project engineer. We thank you for the opportunity to provide you with our professional services. If we can be of further assistance, please do not hesitate to contact our office at (972) 709-7384. Sincerely, MAS-TEK ENGINEERING & ASSOCIATES, INC. �� Michael D. Roland Mark J. Farr P.E. Pr' rp 'h Project Manager Senior Geotechnical Cg It""r tJ '-!�p i MA:�ii FFCS`4vN � 1.0na a a 4 0 s r e a a Geotechnical Consultingesting 2550 Beddeymeade,Suite 105 Dallas,Texas�� 972 709-7384 TABLE OF CONTENTS PAGE 1.0 INTRODUCTION- -----------------___-_ 2 1.1 PROJECT DESCRIPTION2 1.2 FIELD INVESTIGATION --- -- 2 1.3 LABORATORY TESTING---------_M------ __ 2 2.0 LOCATION AND GENERAL GEOLOGY-------------__ __3 3.0 UTILITY CONSTRUCTION----------------=-----------__ _ ____ 4 3.1 TRENCH EXCAVATIONS ---- -------- ----- 4 3.2 OPEN CUTS----- ------ 4 3.3 TRENCH SHORING---------- ----------- ---- 5 4.0 DEWATERING REQUIREMENTS ------- 5 4.1 DEWATERING OF TRENCH EXCAVATIONS-------------------------------------5 5.0 MANHOLE STRUCTURES- ------- 6 6.0 AERIAL CROSSING --- ------ 5 6.1 ALLOWABLE LATERAL RESISTANCE------------------------ 6 6.2 DRILLED SHAFT SOIL INDUCED UPLIFT LOADS---------- - 6 6.3 DRILLED SHAFT CONSTRUCTION CONSIDERATIONS 6 7.0 EARTHWORK GUIDELINES 9 7.1 TRENCH BACKFILL- 9 7.2 FIELD SUPERVISION AND DENSITY TESTING-----------------------=----9 8.0 LIMITATIONS----- 10 ILLUSTRATIONS FIGURE PLAN OF BORINGS LOGS OF BORINGS- 2 thru 9 LEGEND - KEY TO LOG TERMS & SYMBOLS ___ 1p SIEVE ANALYSES----------_------------ 11 thru 18 RECOMMENDED SLOPE RATIOS FOR THE RESPECTIVE 9 DESIGN OF TRENCH BRACING --_______ _______________�___-________-_� APPENDIX A BORING LOGS FROM PREVIOUS INVESTIGATION MAS-TEK ENGINEERING & ASSOCIATES E03-0404 PAGE 1 GEOTECHNICAL INVESTIGATION TRINITY RIVER SOUTH BANK SEWER EXTENSION _ NORTH OF STM STREET FORT WORTH, TEXAS 1.0 INTRODUCTION 1.1 PROJECT DESCRIPTION The project will consist of a 54-inch sanitary sewer along the south bank of the Trinity River. The 1,000-foot length of sewer will extend along Forest Park Boulevard to the Tandy parking lot helicopter pad in Fort Worth, Texas. This will require an aerial crossing over the existing shallow tributary to the Trinity River south bank. The sewer invert depth will be less than 25 feet. Twenty-five foot deep manhole structures will be required along the alignment. 1.2 FIELD INVESTIGATION The field investigation for this project consisted of drilling six (6) test borings at locations staked by Carter & Burgess (C & B). A truck-mounted auger drill rig was used to advance these borings and to obtain samples for laboratory evaluation. The borings were located at the locations shown on the Site Plan on Figure 1. The ground elevations reported on the boring logs were surveyed by C & B. All borings were grouted upon completion. The upper 12 inches was plugged with on-site soil. Undisturbed samples of cohesive soils were obtained at intermittent intervals with standard, thin-walled, seamless tube samplers. These samples were extruded in the field, logged, sealed, and packaged to protect them from disturbance and maintain their in-situ moisture content during transportation to our laboratory. The granular soils were sampled with split spoon samples in conjunction with standard penetration tests. The limestone strata encountered in the test borings were evaluated by the Texas Department of Transportation (TxDOT) Cone Penetration Test. The TxDOT Cone is driven with the resulting penetration in inches recorded for 100 blows. The results of the TxDOT -- MAS-TEK ENGINEERING & ASSOCIATES E03-0404 PAGE 2 Cone Penetration Tests are recorded at the respective testing depths on the Logs of Borings. The limestone formation was also continuously cored to allow core examination and compression testing of rock core samples. The results of the boring program are presented on the Logs of Borings (Figure 2 thru 9). A key to the descriptive terms and symbols used on the logs is presented on Figure 10. 1.3 LABORATORY TESTING Laboratory tests were performed on representative samples of the soil to aid in classification of the soil materials. These tests included Atterberg Limits tests, moisture content tests, and dry unit weight determinations. Hand penetrometer tests were performed on the soil samples to provide indications of the swell potential and the foundation bearing properties of the subsurface strata. Unconfined compressive strength tests were performed on soil samples to provide indications of their foundation bearing properties. To provide additional information about the grain size characteristics of these soils, Sieve tests were performed on selected samples of the alluvial soils. The results of our testing program are presented on the Logs of Borings (Figures 2 thru 9) and on the sieve summaries (Figures 11 thru 18). 2.0 LOCATION AND GENERAL GEOLOGY Based on geologic mapping and available geotechnical data, the proposed alignment is underlain by existing fill soils and deep alluvial soils. The fill soils were encountered to depths of 1 to 8 feet below existing grade and consist of broken rock, brick, asphalt, concrete, sand, and clay soils. The deeper alluvial soils consist of silty clay and sandy clay soils having a PI generally ranging from about 20 to 30 with interbedded layers of sand and gravel. The silty clay soils below depths of 10' are generally wet and soft. Thick sand and gravel layers were encountered above the Fort Worth Limestone Formation. Hard to very hard gray limestone with calcareous shale layers was encountered at Boring B-7 at a depth of about 32 feet (EI. 492). MAS-TEK ENGINEERING & ASSOCIATES E03-0404 PAGE 3 At the time of this investigation, groundwater levels generally ranged from 5 to 14 feet below existing grade (EI 517 to EI 520). 3.0 UTILITY CONSTRUCTION 3.1 TRENCH EXCAVATIONS It is understood that trench excavations to depths of about 20 to 25 feet will be required at this site. As indicated on the boring logs, and based on geologic mapping and available geotechnical data, the proposed alignment is underlain by existing fill soils and deep alluvial soils. The fill soils were encountered to depths of 1 to 8 feet and consist of broken rock, brick, asphalt, concrete, sand, and clay soils. The fill soils were very soft in some areas. The deeper alluvial soils consist of silty clay and sandy clay soils having a PI generally ranging from about 20 to 30 with interbedded layers of sand and gravel. The silty clay soils below depths of 10' are generally wet and soft. Thick sand and gravel layers were encountered above the hard to very hard Fort Worth Limestone Formation, encountered at Boring B-7 at a depth of 32 feet (E1492). At the time of this investigation, groundwater levels generally ranged from 5 to 14 feet below existing grade (EI 517 to EI 520). For trench excavations less than five feet in depth, and in stable clay soils, trench excavations may be cut near vertical in accordance with OSHA regulations. For excavations to any depth in sand, gravel, soft clay, non-compact fill, submerged soil; or unstable rock (fractured shale), or where seepage, or sloughing is observed, it will be necessary to employ either sloped excavations or temporary bracing. For excavations to depths in excess of five feet, it will be necessary to employ either sloped excavations or temporary bracing, regardless of the soil conditions encountered. General guidelines for the design of these two alternatives are discussed in the following sections. 3.2 OPEN CUTS Recommended slope ratios for the respective soil conditions are presented graphicatiy on Figure 19. Trench excavations encountering submerged soils or soft clay should be cut back in accordance with OSHA regulations for Type C soils as indicated on Figure 19. Trench excavations to depths of less than five feet in unstable soil or rock conditions should be cut back in a similar manner as described above. It should be recognized that free MAS-TEK ENGINEERING & ASSOCIATES E03-0404 PAGE 4 �. standing slopes will be less stable when influenced by groundwater or saturated by rain. Surcharge loads, such as those resulting from excavation spoil, or equipment, should be placed no closer than two feet from the crest of the slope, in accordance with OSHA regulations. Vehicle traffic should be maintained at least five feet from the edge of the crest. Based on the recent borings, OSHA Type C soils are generally present along the proposed alignment. Excavations may encounter non-compact fill soils placed during previous construction of underground utilities. If encountered, these fill soils should be sheeted, shored, and braced, or laid back on slopes no steeper than 2 (H): I (V). 3.3 TRENCH SHORING Where site limitations require excavations to have vertical sidewalls, an internal bracing system will be necessary. Bracing may consist of timber or steel shoring or manufactured steel trench braces. The lateral pressure distribution to be used in the design of trench bracing may be determined as presented on Figure 20. It should be recognized that pressures are not included from hydrostatic pressures,. surcharge loads, construction equipment, or traffic live loads at trench side walls, which if present, must be included in bracing design. In lieu of a shoring system, a trench shield consisting of a prefabricated rigid steel unit adequate to withstand anticipated lateral pressures may be used. 4.0 DEWATERING REQUIREMENTS 4.1 DEWATERING OF TRENCH EXCAVATIONS At the time of this investigation, groundwater levels generally ranged from about 5 to 14 feet below existing grade (El 517 to EI 520). It should be anticipated that groundwater will be encountered in trench excavations and in excavations for the below grade manhole �a structures. Groundwater levels will be encountered at relatively shallow depths, particularly after periods of heavy rain or during periods of elevated water levels within the Trinity River. In areas where groundwater is encountered, a system of ditches, sumps, staged well point systems, and pumping will be required to provide groundwater control to suitable depths below required excavations. The design of the actual dewatering systems required is the contractor's responsibility. This includes the control of tail water flow through previous backfilled sections. MAS-TEK ENGINEERING &ASSOCIATES E03-0404 PAGE 5 5.0 MANHOLE STRUCTURES It is understood that manhole structures founded at depths of about 25 feet will be required at each end of the alignment. The following design and construction considerations will be relevant for these structures. 1. Dewatering should be performed to depths of at least 5 feet below the required excavation depth. After excavation to the required depth, a Mas-Tek Engineer should verify the presence of stiff clay or compact granular soils. If soft to medium clay or loose granular soils are encountered, they should be removed and replaced with lean concrete. 3. A minimum 6-inch thick lean concrete mud slab should be placed below all structures. Prior to placement of, any lean concrete, compaction. of the excavation subgrade should be performed for a depth of 8 inches to 98% ASTM D698. 4. The manhole structures may be designed for an allowable soil bearing capacity of 3,500 psf. 6.0 AERIAL CROSSING An aerial crossing is proposed across a tributary to the Trinity River (between Borings B-2 and B-7). Due to the presence of soft submerged soil conditions at the boring locations, it is recommended that the aerial crossing be supported by cased straight shaft piers founded in hard to very hard gray unweathered limestone. The unweathered limestone was encountered at a depth of about 32 feet at Boring B-7 (EI 492). It should be recognized that the depth of unweathered limestone near the tributary may be deeper due to river erosion and weathering of the bedrock. It is recommended that the drilled shafts penetrate unweathered and unfractured hard gray limestone a minimum of three (3) feet to develop the allowable end bearing pressure. The allowable end bearing pressure and skin friction (side resistance) provided in Table 1 have been developed based on the assumption that a minimum 2 pier diameter clear spacing will be provided between piers. Where the clear spacing between piers will be less than 2-pier diameter (2D), a reduction factor should be applied to the allowable skin friction for the determination of required pier penetrations. For piers touching (clear spacing is zero). a reduction factor of 50% should be used. For a clear spacing of 2D, where D is the diameter MAS-TEK ENGINEERING & ASSOCIATES E03-0404 PAGE 6 of the largest adjacent pier, no reduction is necessary. A straight-line interpolated reduction should be used where the clear spacing is between zero and 2D. TABLE 1. ALLOWABLE BEARING VALUES FOR UNWEATHERED HARD GRAY LIMESTONE ALLQ� NAM-E SHAFT LOADING -Lao Axial End Bearing 40,000 psf Skin Friction Side Resistance 10,000 psf The allowable skin friction values may be counted on for penetrations into the hard gray unweathered and unfractured limestone bearing stratum exceeding 2 feet or one (1) pier diameter whichever is greater. During pier drilling operations, the upper layer of weathered gray limestone (identified by presence of tan bands or iron-stained fractures) should not be counted on for the required pier penetration during installation. The design shaft penetrations should be counted for penetrations only in continuous hard gray unweathered and unfractured limestone. If a tan layer is encountered within the gray limestone stratum, the pier should be deepened and the design penetration started again from the surface of the continuous hard gray unweathered and unfractured limestone stratum. 6.1 ALLOWABLE LATERAL RESISTANCE We understand that the proposed aerial crossing will be subject to lateral loads. A linearly increasing allowable passive soil resistance value of 100 psf per foot of depth should be used for that portion of the pier shaft in direct contact with the stiff to very stiff undisturbed soils. A maximum passive resistance value of 1500 psf should not be exceeded within the over burden soils (above the limestone formation). Lateral shaft resistance should be neglected along the upper 5 feet of the pier shaft or to a depth of 3 feet below the anticipated scour depth of the tributary, whichever is deeper. A uniform passive resistance value of 10,000 psf is recommended for the gray limestone for penetrations in excess of 1 D into the unweathered and unfractured gray limestone (where D is the pier diameter). MAS-TEK ENGINEERING & ASSOCIATES E03-0404 PAGE 7 �r Due to the requirement that the shafts be socketed into limestone, the bottom of the pier shafts will be fixed and will not be free to deflect laterally. It should therefore be assumed that the point of contraflexure is one (1)foot below the surface of the unweathered limestone stratum. If calculations indicate that the lateral forces on the pier shafts are resisted entirely by the soil strata above the unweathered limestone bearing stratum, the point of contraflexure can be assumed to be located at the depth in which all lateral forces are resisted. 6.2 DRILLED SHAFT SOIL INDUCED UPLIFT LOADS Drilled shafts will be subject to uplift loads as a result of heave in the overlying clays. Our studies indicate that straight shaft piers socketed into the unweathered gray limestone as described above should have adequate anchorage to resist potential uplift loads. The drilled shafts should be provided with sufficient continuous vertical reinforcing steel extending to the base of the shafts to resist the computed uplift loads. The magnitude of the uplift loads varies with the shaft diameter, soil parameters, and the depth of the active clays acting on the shaft. The uplift pressures can be approximated at this site by assuming a uniform uplift pressure of 1,000 pounds per square foot acting on the shaft perimeter for a depth of 10 feet from the top of pier. 6.3 DRILLED SHAFT CONSTRUCTION CONSIDERATIONS Drilled straight shafts socketed into the unweathered gray limestone as described above should experience settlements of less than one-quarter inch. Most of the settlement should occur elastically soon after loading. Temporary casing will be required during all pier installations to seal out groundwater and caving soils. Temporary casing should be seated in the unweathered gray limestone and properly sealed to prevent seepage into the drilled shafts. Care must then be taken that a sufficient head of plastic concrete is maintained within the casing during extraction. Shaft penetration should not be counted on within that portion of the shaft through which the casing is set. MAS-TEK ENGINEERING & ASSOCIATES E03-0404 PAGE 8 ,, Concrete used for the shafts should have a slump of 5 inches plus or minus 1 inch and be placed using a tremie to limit the free fall of the concrete to five (5) feet in a manner to avoid striking the reinforcing steel and walls of the shaft during placement. Complete installation of individual shafts should be accomplished within an 8-hour period in order to help prevent deterioration of bearing surfaces. The drilling of individual shafts should be excavated in a continuous operation and concrete placed as soon as practical after completion of the drilling, particularly if groundwater seepage is detected. No shaft should be left open for more than 8 hours. We recommend that Mas-Tek be retained to observe and document the drilled pier construction. The engineer, or his representative, should document the shaft diameter, depth, cleanliness, plumbness of the shaft, temporary casing, and the type of bearing material. Significant deviations from the specified or anticipated conditions should be reported to the owner's representative and to the structural engineer. The drilled pier excavation should be observed after the bottom of the hole is cleaned of any mud or extraneous material, and dewatered, if necessary. 7.0 EARTHWORK GUIDELINES 7.1 TRENCH BACKFILL The excavated soils can be used for trench backfill. Use of rock or shale fragments greater than six (6) inches in any dimension should be prohibited, since attaining a uniform moisture and density without voids would be difficult. Fill should be placed in maximum eight (8) inch lifts and compacted to a minimum of 95% Standard Proctor density (ASTM'D698) at a moisture content ranging from -2% to +2% of the optimum proctor value. Where fill depths exceed 15 feet, compaction levels should be increased to a minimum of 98% ASTM D698. Fill depths in excess of 25 feet should be compacted to 100% ASTM D698. r 7.2 FIELD SUPERVISION AND DENSITY TESTING Field density and moisture content determinations should be made on each lift of fill with a minimum of one test per lift per 100 linear feet of trench backfill. Many problems can be avoided or solved in the field if proper inspection and testing services are provided. It is recommended that manhole construction, site preparation, r MAS-TEK ENGINEERING & ASSOCIATES E03-0404 PAGE 9 concrete placement, and fill compaction be monitored by a qualified engineering technician. Density tests should be performed to verify compaction and moisture content of any earthwork. Inspection should be performed before and during concrete placement — operations. Mas-Tek employs a group of experienced, well-trained technicians for inspection and construction materials testing who would be pleased to assist you on this project. 8.0 LIMITATIONS The professional services, which have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices. The possibility always exists that the subsurface conditions at the site may vary somewhat from those encountered in the boreholes. The number and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalities, while considering the nature of loading, size, and cost of the project. If there are any unusual conditions differing " significantly from those described herein, Mas-Tek should be notified to review the effects on the performance of construction and the recommended foundation systems. The recommendations given in this report were prepared exclusively for the use of Carter and Burgess and their consultants. The information supplied herein is applicable only for the design of the previously described improvements to be constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose. We will retain the samples acquired for this project for a period of 30 days after the submittal date printed on the report. After this period, the samples will be discarded unless otherwise notified by the owner in writing. MAS-TEK ENGINEERING & ASSOCIATES E03-0404 PAGE 10 ~ Mas T1Ex E,ngineet�g N Ix`! 8�AmSeeiates, Inc. NTS L. 41 = 01.E •7 SRF-1i�r�__ •. ► F� - _ 80k.::HOSE • BORE L` f fl: / wo 46 .... ......./ .;k :'HOLE •1 I/ is ? r /I 012 e` r - `^W r ...t'F:. :Eii:'• 'sswetr�.. Geotechnical Consulting & Material TksjHhg 2550 Beckleymeade,Suite 105 Dallas,Texas 75237 PHN (972)709-7384 zj a t r LOG OF BORING B-2 Project: Trinity River South Bank Sewer-Ft.Worth,Texas Project No.: E02-0711 r Date: 7128102 Elev.: 528.1 Location: See Figure 1 Depth to water at completion of boring: 10' Depth to water when checked: End of Day was: 10' Depth to caving when checked: End of Day was: 12' ELEVATION/ SOIL SYMBOLS DEPT,+ SAMPLER SYMBOLS DESCRIPTION MC LL PL 200 Do P.PEN UNCON Seri (/eel 8 FIELD TEST DATA % % % % pd Is1 ksf % {° Brown sandy CLAY - 4.5- ■ 3.5 325 5 3.25 r 2.25 19 42 17 25 520 ■ 1.73 ,o t j' ;; Brown &light gray silty sandy CLAY w/calcareous 21 43 17 2e 75 +++ a--, ,,-5 ,- f is nodules -soft between 9'to IT t �1: -seepage at 12' i A:. -soft below 17' 5}q 22 82 107 0.8 20 9.8 15 a• SOS S as ravel layer @ 24.5'to 25.0' 02 Boring terminated at 25 feet 7 5o0 �s Notes: Completion Depth: 25' FIGURE MAS-TEK ENGINEERING&ASSOCIATES 0 t LOG OF BORING B-7 Project: Trinity River Southbank Project No.: E03-0404 Date: 11-26-03 Elev.: 524± Location: See Figure 1 Depth to water at completion of boring: 5 feet Depth to water when checked: End of Day was: 5 feet Depth to caving when checked: was: ELEVATIOM SOIL SYMBOLS MC LL PL 200 DD P.PEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION % % PI (feet) &FIELD TEST DATA % % Pd td ka % 0 Brown CLAY, slightly silty and sandy (FILL) 2.2s Brown sandy CLAY w/gravel, rock fragments, brick °S+� and asphalt (FILL) 4.5«' 520-- 5 20 5 — I Dark brown silty_QLAY w/sand seams (FILL) 27 97.1 0.5 0.9 15.0 I C -seepage at 5' -very soft fill c@ 4.5'to 8.5' ao s, z, 30 ss 93.4 0.2 s,5 � Dark brown silty sandv CLAY wl sand seams _ ,o are- -strong petroleum odor 8.5'to 10' ; i I Ire" s,a —}— �s ;' .. Brown sandy gravelly CLAY w/sand seams o Light brown CLAY w/silt and sand seams 8t sand layers Sos are' 5,s- I 20 6W I i Light brown and light gray sandy clayey GRAVEL soo g- „ 21 .;/ 16/6' zs rns- ass 15/6' i 18W 3D are- 30 5W.s' 5ore.5" Harts to very hard gray LIMESTONE w/calcareous y shale layers ago 50/0.25' 5=25" -6" calcareous shale @ 35' 339.3 1.0 Notes: Completion Depth: 45' CITY 6' C-1iE �,�Uff ALLIANCE GEOTECHNICAL GROUP f U� `�!" '. I2I IGURE:3 LOG OF BORING B-7 Project: Trinity River Southbank Project No.: E03-0404 Date: 11-26-03 Elev.: n.a. Location: See Figure 1 Depth to water at completion of boring: 5 feet Depth to water when checked: End of Day was: 5 feet Depth to caving when checked: was: ELEVATION! SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION 1� LL pl .200 DO P.PEN LWCON Strji (feet) 8 FIELD TEST DATA % % % % pd % Hard to very hard gray LIMESTONE w/calcareous ,�. shale layers 5W - 5"shaley limestone at 38' -4" calcareous shale @ 39' 152.1 F82.8 t 45 50/0.5" 500' Boring terminated at 45 feet. so 5s r ao as t 70 75 ii Wit• Notes: Completion Depth: 45' FIGURE: ALLIANCE GEOTECHNICAL GROUP Project: Trinity River Southbank LOG OF BORING B-8 Project No.: E03-0404 Date: 11-20-03 Elev.: 532.5± Location: See Figure 1 Depth to water at completion of boring: 16 feet Depth to water when checked: End of Day was: 14 feet µ Depth to caving when checked: End of Day was: 17.5 feet ELEVATION! SOIL SYMBOLS MC LL PL1-200 DD P.PEN UNCON Stra;DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI % pd to ksl (feet) 8 FIELD TEST DATA Brown sandy CLAY w/gravel and rock fragments 3.9 (FILL) 4.5++ 530 4.5++ & 4.5++ 444 s 5014" Tan broken LIMESTONE (FILL) Brown sandy CLAY w/trace gravel 525 12 4.5+ ,a I Dark brown silty CLAY w/sand seams&sand layers 4.5+ 520 -soft below 12' 31 43 21 22 91.8 0.9 1S 01 Tan fine to medium coarse SAND w/clay layers and _ S,s gravel layers -seepage at 16' ,va- ,0/r ,ae- 5,0 Light brown sandy gravelly CLAY w/ clayey gravel ',- seams 84 25 50/4.75" 5W 505 ;fr 2W Brown sandy clayey GRAVEL w/sand and gravel 12T-[1 24 5013.75" seams 30 Boring terminated at 30 feet. 5w- 4% Notes: Completion Depth: 30' FIGURES ALLIANCE GEOTECHNICAL GROUP Project: Trinity River Southbank LOG OF BORING B-9 Project No.: E03-0404 I Date: 11-20-03 Elev.: 530.5± Location: See Figure 1 Depth to water at completion of boring: 16 feet Depth to water when checked: End of Day was: 10.5 feet Depth to caving when checked: End of Day was: 26 feet ELEVATION/ SOIL SYMBOLS DEPTH SAM LER SYMBOLST DESCRIPTION M`C % % pl 1-200 DO P.P N UfCON S%ir 5 ° Dark gray and dark brown sandy CLAY (FILL) 2:5 1.7 Brown CLAY and trace silt 2.2 _ 2.25 3.5 g 5 19 44 17 27 ( 3.0 2.5 2.0 10 - 520 Light brown and light gray silty sandy CLAY w/fine sand seams and sand layers 0.75 15 -soft below 13' 61$ 000 000 i 25 40 18 24 86 102.0 0.6 1.2 14. 20 s,a 00 0 -gravel seams below 22' 23 71 104.2 0.5 1.0 14.; 25 505 _.. Light brown clayey gravelly SAND w/sand seams 3516" 11 26 44W 30 50/5.5" + SIX Boring terminated at 30 feet. 495 N Notes: Completion Depth: 30' FIGURE r ALLIANCE GEOTECHNICAL GROUP LOG OF BORING B-10 Project: Trinity River Southbank Project No.: E03-0404 Date: 11-20-03 Elev.: 531± Location: See Figure 1 Depth to water at completion of boring: 14 feet Depth to water when checked: End of Day was: 14 feet Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL PL 1-200 DD P.PEN UNCON StrainDEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI % pd W % f d FIELD TEST DATA 5900 Brown CLAY w/sand and gravel (FILL) ' 4.5+ 4s++ Brown CLAY w/trace silt and fine sand 4.5— ——a 4.5++ 1.57+ LI 1.57+ 525 4.57+ 1a Light brown CLAY w/trace silts 19 43 18 —2i- 52=0 7 s2o i -seepage at 14' 2.75 ,s ' s,s 1.75 j m 510 Light brown sandy CLAY w/sand seams & sand layers 2` 73 +07.8 1.0 1-4 150 21 107.8 1.0 1.4 15.0 25 505 j Light brown clayey sandy GRAVEL24 14 1s 30 eK+: s — sflo Boring terminated at 30 feet. 36 40 Notes: Completion Depth: 30' FIGURE:7 ALLIANCE GEOTECHNICAL GROUP LOG OF BORING B-11 Project: Trinity River Southbank Project No.: E03-0404 Date: 11-21-03 Elev.: 529.5± Location: See Figure 1 Depth to water at completion of boring: 14 feet Depth to water when checked: End of Day was: 10 feet Depth to caving when checked: End of Day was: 18 feet ELEVATION/ SOIL SYMBOLS DEPTH BAFIELD SYMBOLS DESCRIPTION % % % P� 2,�°D3DD ! say, ° Dark gray and dark brown CLAY w/sandy clay layers (FILL) 4_s, Light brown'CLAY, slightly silty,w/fine sand seams i2-- 4.5- 4.5-- 45 24.5-- 45 Light brown silty CLAY w/sand seams -soft _ sm 26 0.5 10 _ Dark brown silty CLAY -seepage at 10' I , Sts LZ— -slight petroleum odor c@ 14'to 15' y.a '500 f 00X 0I 0 00 Tan and light gray clayey gravelly SAND — - 16/6" 10 10 5t0 2016" !r. 18/6" 8/60 Light brown silty CLAY,w/fine sand seams &sand 22 47 17 30 9/6layers 1.5 25 9/6' 00 100 0 00 41W 24 65 9{1Q6/6" 5Ar Boring terminated at 30 feet. I 33 Notes: Completion Depth: 30' FIGURE:- ALLIANCE GEOTECHNICAL GROUP LOG OF BORING B-12 Project: Trinity River Southbank Project No.: E03-0404 Date: 11-21-03 Elev.: 530.5± Location: See Figure 1 Depth to water at completion of boring: 14 feet Depth to water when checked: End of Day was: 11 feet Depth to caving when checked: End of Day was: 25 feet ELEVATION/ SOIL SYMBOLS DESCRIPTION MC u PL PI .200 DO P_PEN LINCON Sbr.in DEPTH SAMPLER SYMBOLS (feet) &FIELD TEST DATA % X X % pct tsf Icsf X 530 ° Tan gKraqvXeQI) SAND FILL Brown and dark brown sandy CLAY w/fine sand 4.5. seams 4.5++ 4.5++ 14 40 17 23 1.5++ s 5254.s.+ 1.5++ Olive gray CLAY w/trace silt _ 26 46 19 29 1.9 10 520- -seepage at 11' -sandy clay below 11' _ 24 ss o.s 1s 515 a Brownish gray clayey sandy GRAVEL 17/6" 13 17 ^M;a� 1916" 20 vr�4 16/6" Light brown silty sandy CLAY 4/6- 21 23 15 6 s/6" 6/s- sos Tan very sandy CLAY z2 57 srs• srs- s°o Boring terminated at 30 feet. Notes: Completion Depth: 30' FIGURE:9 ALLIANCE GEOTECHNICAL GROUP KEY TO LOG TERMS & SYMBOLS Symbol Description Symbol Description Strata symbols .r Description not given for: ■ �j♦ ":OG" CLAY i .r Description not given for: CLAY, •.. sandy Description not given for: CLAY, ��- "S08" silty Misc. Symbols Description not given for: z Water table "ZCS" when checked 0" Description not given for: _- Water table o° "SCY". at boring completion • !, Description not given for: Boring continues "S GO" .� Limestone Cave In ® Standard _ Penetration Test 17-7711 Soil S m THD Cone ,. SAND amAlers Penetration L-J Thin Wall Test !: Shelby Tube Rock t' ' Description not given for: m "CSG" Core a� Auger Notes: r 1. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs. 3. Results of tests conducted on samples recovered are reported on the boring logs. Abbreviations used are: DD = natural dry density (pcf) LL = liquid limit ($) MC = natural moisture content ($) PL = plastic limit ($) Uncon.= unconfined compression (tsf) PI = plasticity index P.Pen.= hand penetrometer (tsf) -200 = percent passing #200 4. Rock Cores REC = (Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD = (Rock Quality Designation) sum of core sample recovery 4" or greater in length divided by the run, expressed as percentage. FIGURE:, ALLIANCE GEOTECHNICAL GROUP GRAIN SIZE DISTRIBUTION TEST REPORT (ASTM D - 422) Project: T. R. Sewer Date: 12/08/2003 U.S.Standard Sieve Opening In Indies U.S.Standard Sieve Numbers Hydrometer N N O O O 110 - 100 90 80 70 m 3 60 m c LL c� c d am 40 - 20- 10- 1000 020101000 100 10 1 0.1 0.01 0.001 Grain Size-mm Project Boring Depth, Percent Percent Percent No. No. ft. Gravel Sand Silt/Clay LL PI E03-0404 B-7 23:5-25 55.3 24.1 20.6 Technican: SW Supervisor: KLA II GRAIN SIZE DISTRIBUTION TEST REPORT (ASTM D - 422) Project: T. R. Sewer Date: 12/08/2003 U.S.Standard Sieve Opening In Inches U.S.Standard Sieve Numbers Hydrometer est tgNr �M � r+ N N 110 - 100 - 90 1010090 f 1 80 1 70 as I 60 c c U. 50 M c m no 40 --- 30 - 20 - 10 -- 0 0302010 0 1000 100 10 1 0.1 0.01 0.001 Grain Size-mm �r I Project Boring Depth, Percent Percent Percent No. No. ft. Gravel Sand Silt/Clay LL PI E03-0404 B-8 19-20 3.7 54.6 41.7 Technican: SW Supervisor: KLA 12 GRAIN SIZE DISTRIBUTION TEST REPORT (ASTM D - 422) Project: T. R. Sewer Date: 12/08/2003 U.S.Standard Sieve Operwg In Inches U.S.Standard Sieve Numbers Hydrometer N 5 O O 7 O p o tDa MNr N � N 110 100 - 90 80 t 70 X Im 3 T 60 a c U- 50 - C m CL 40 �r. 30- 20- 10 - 0 020100 1000 100 10 1 0.1 0.01 0.001 Grain Size-mm Project Boring Depth, Percent Percent Percent No. No. ft. Gravel Sand Silt/Clay LL PI E03-0404 B-8 28.5-30 40.7 35.1 24.2 Technican: SW Supervisor: KLA t r3 GRAIN SIZE DISTRIBUTION TEST REPORT (ASTM D - 422) Project: T. R. Sewer Date: 12/08/2003 U.S.Standard Sieve Opening In Inches U.S.Standard Sieve Numbers Hydrometer t7 N T M r CN t C O � N 110- 100 - 70 - P 1010070 C1 3 � 60 m � 50 m � a 30 - 20 10 0 1000 100 10 1 0.1 0.01 0.001 Grain Size-mm Project Boring Depth, Percent Percent Percent No. No. ft. Gravel Sand Silt/Clay LL PI E03-0404 B-9 24-25 0.9 27.7 71.4 Technican: SW Supervisor: KLA GRAIN SIZE DISTRIBUTION TEST REPORT (ASTM D - 422) Project: T. R. Sewer Date: 12/08/2003 U.S.Standard Sieve Opening In Indies U.S.Standard Sieve Numbers Hydrometer N N OCD1 O O t0 CO fV r r- C' N N 110 100 - 90 - 80 - 70 - M> 0090 8070a 60 m i a 50 c I m a� 40 30 I 20 i 10 b Ij 0 E 1000 100 10 1 0.1 0.01 0.001 Grain Size-mm Project Boring Depth, Percent Percent Percent No. No. ft. Gravel Sand Silt/Clay LL PI E03-0404 B-9 29-30 33.2 40.9 25.9 9, Technican: SW Supervisor: KLA �S GRAIN SIZE DISTRIBUTION TEST REPORT (ASTM D - 422) Project: T. R. Sewer Date: 12/08/2003 U.S.Standard Sieve Opening In Inches U.S.Standard Sieve Numbers Hydrometer 7 N CO C� 0 � 't Cl) C*4 � � N N 7 110 100 - 90 - 80 - 70 - >- 00908070 m 3 60 - 50- 40 - 30 0504030 20 - 10 - 0 0100 E-- 1000 100 10 1 0.1 0.01 0.001 Grain Size-mm Project Boring Depth, Percent Percent Percent No. No. ft. Gravel Sand Silt/Clay LL PI E03-0404 B-10 1 29-30 1 46.1 1 29.4 24.5 Technican: SW Supervisor: KLA /6 GRAIN SIZE DISTRIBUTION TEST REPORT (ASTIR D - 422) Project: T. R. Sewer Date: 12/08/2003 U.S.Standard Sieve Openng In Indies U.S.Standard Sieve Numbers Hydrometer N O O N 7 N 110 100 90 80 70 m 3 a 60 m c a 50 - 40 - 30 - 20 --- 10 - 0 - 1000 04030201001000 100 10 1 0.1 0.01 0.001 Grain Size-mm Project Boring Depth, Percent Percent Percent No. No. ft. Gravel Sand Silt/Clay LL PI E03-0404 B-11 18.5-20 40.8 49.3 9.9 Technican: SW Supervisor: KLA GRAIN SIZE DISTRIBUTION TEST REPORT (ASTM D - 422) r Project: T. R. Sewer r Date: 12/08/2003 U.S.Standard Sieve Opening In Inches U.S.Standard Sieve Numbers Hydrometer N 110 - 100 - 90 - 80 - 70 - >% 101009080 70>% 60 I I ITI Im U. u m � a 30 --- "0 -. IIIIII 10 w 0 1000 100 10 1 0.1 0.01 0.001 Grain Size-mm .. Project Boring Depth, Percent Percent Percent No. No. ft. Gravel Sand Silt/Clay LL PI E03-0404 B-12 18.5-20 46.7 36.6 16.7 b Technican: SW Supervisor: KLA i8 RECOMMENDED SLOPE RATIOS Short Term Long Term Bedding (under 12 hours (over 12 hours Cu SOIL/ ROCK H V H V Z (ft. Gravelly sand, sand, soft clay,soft silty clay, or soft sandy clay (hand penetrometer of 1.0 tsf or less) above groundwater 1-%2 1 2 1 0 level Submerged soils, and/or weathered shale from which water is , * 1—/2 1 2 1 0 seeping Non-Compact fill and very soft clay, silty clay; or sandy 2 1 2 1 0 clay (hand penetrometer of 0.5 tsf or less) Stiff to hard clay above existing groundwater level 1 1 1 1 0 40 q H H I Z", x �s * In accordance with the best interpretation of OSHA regulations, submerged soil is defined as water bearing granular soils, fissured clay soils, fractured weathered rock (shale or limestone) or soil from which groundwater is seeping. ** Maximum bedding cut for trench excavations less than 12 feet deep in dry soil and rock which are open less than 8 hours (not recommended for this project). NOTE: Recommended slope ratios will be subject to reduced stability and sloughing under the influence of groundwater or saturation by rain and particularly by a lack of dewatering resulting in groundwater seepage through sloped excavation. TRINITY RIVER SOUTH BANK RECOMMENDED FIGURE �— FORT WORTH,TEXAS SLOPE RATIOS 1 A M.ss—T�rc Enginc.�►ing ■ V S. A&== iaso:, !oa DATE: January 21,2004 PROJECT NO: E03-0404 LATERAL EARTH PRESSURES FOR INTERNALLY BRACED EXCAVATIONS Ground Surface H/4 H 3H/4 Excavatlo n T Bottom ` I sh - k g H WHERE: sh = Lateral Earth Pressure, psf. g = Saturated Unit Weight of Soil; Use 130 pcf H = Height of Excavation (ft.) k = Earth Pressure Coefficient, Use 0.30 NOTES: 1) If water is not allowed to drain from behind shoring or bracing, full hydrostatic pressure must be considered. 2) Surcharge loads and traffic live loads, if present, must also be considered. Trinity River South Bank LATERAL EARTH FIGURE ! t Fort Worth,Texas PRESSURES Mas-T�c Engineering 20 8i Azscocl'ts'Inc. DATE: January 21,2004 PROJECT NO: E03-0404 APPENDIX A BORING LOGS FROM PREVIOUS INVESTIGATION MAS-TEK ENGINEERING & ASSOCIATES E03-0404 MAs TEK Engineering.,, & Associates, Inc. ,w 1 TA�Ip�/ P 1 1 1 � na x'02 - 07 it Geotechnical Consulting & Materials Testing 2550 Recklerjea&,Suite 105 Dallas,Texas 75237 972 709-73$4 LOG OF BORING B-1 Project: Trinity River South Bank Sewer-Ft.Worth,Texas Project No.: E02-0711 Date: 7/28/02 Elev.: 523.0 Location: See Figure 1 Depth to water at completion of boring: 4' Depth to water when checked: End of Day was: 4' Depth to caving when checked: End of Day was: 7' ELEVATIO14 SOIL SYMBOLS DEPTH SAMPLERSYMBOLsDESCRIPTIQN MC 11 PL PI -200 DD p•JNCON SV,:, °$ feel 3 FIELD TEST DATA % % % % pd ksf % ° Dark brown sandy CLAY w/sand seams - 4.5-+ N. 4.5+- 4.5 520 4.5" Dark brown &brown sandy CLAY w/clay layers 4.0 ® 25 225 s 3/6�: Dark gray sandy CLAY to clayey sand 5/6.00' -loose to soft below 6' 216.00- 6/6.00• 595 6/6.00' 22 -seepage at 9' 3/6.00• Dario gray medium to fine SAND w/clayey sand layers & is 9/6.00" trace fine gravel ,. 510 8/6.00- 13/6.00' 1S 21/6.00' S0s- Gray coarse to fine gravelly clayey SAND 9/6.00- 15/6.00- 17/6.00' 41 Tan gravelly clayey SAND w/clay inclusions and clayey gravel layers 60a 2s B 24 4.5 +iJM 4¢5 9 30 4.5 Boring terminated at 30 feet 49D �5 4U Notes: Completion Depth: 30' FIGURE:2 MAS-TEK ENGINEERING&ASSOCIATES LOG OF BORING B-2 Project: Trinity River South Bank Sewer-Ft.Worth,Texas Project No.: E02-0711 Date: 7/28102 Elev.: 528.1 Location:. See Figure 1 Depth to water at completion of boring: 10' Depth to water when checked: End of Day was: 10' Depth to caving when checked: End of Day was: 12' ELEVATION/ SOIL SYMBOLS DEPTH SAMPLERSYA180LS DESCRIPTION � % % PI -200 DD ?_oEH 4---- (feet E FIELD TEST DATA --------------- a Brown sandy t Axa C:.• :s �f 25 I:. 19 42 17 25 I �• i i Brown &light gray silty sandy CLAY w/calcareous z, 43 17 26 7s 1T, -, !i 3 nodules f -soft between 9'to 13' ' -seepage at 12' sts � ; rob is { i -soft below 17' s10 I S 22 20 82 107 0.8 1.6 15 505 25 ravel layer 24.5'to 25.0' 0.3 Boring terminated at 25 feet soo fi9S 36 Notes: Completion Depth: 25' FIGURE: MAS-TEK ENGINEERING&ASSOCIATES d LOG OF BORING B-3 Project: Trinity River South Bank Sewer-Ft.Worth,Texas Project No.: E02-0711 Date: 7/27/02 Elev.: 535.8 Location: See Figure 1 Depth to water at completion of boring: 20' Depth to water when checked: End of Day was: 20' Depth to caving when checked: End of Day was: 22' ELEVATIOW SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL PI -2DO DD P.PEN UNCON SU in (feel &FIELD TEST DATA % % % % pd Isf kst % s35 ° Dark gray to tan CLAY wl trace limestone fragments — 3—s FILL 4.5 Dark gray sandy CLAY w/trace sand 4s• 20 4.0 s E Dark brown silty sandy CLAY _ 4.5 — Z10 19 3.75 3.75 19 39 15 24 425 10 cur 525 a 1s Brown silty sandy CLAY 1a 3.25 — s�0 4.25 20 515 Yellowish brown silty CLAY — — - -seepage at 22' -soft below 22' 25 93 101 0.7 0.7 8.6 —25 -gravel layer 24.5'to 25.0' 5t0 Boring was terminated at 25 feet 30 I s0o Notes: Completion Depth: 25' FtGURE:4 MAS-TEK ENGINEERING&ASSOCIATES LOG OF BORING 13-4 Project Trinity River South Bank Sewer-Ft.Worth,Texas Project No.: E02-0711 Date: 7/27/02 Elev.: 535.1 Location: See Figure I Depth to water at completion of boring: 17* Depth to water when checked: End of Day was: 15* (15' after 24 hrs.) Depth to caving when checked: End of Day was: 17' ELEVATIOW ;OIL SYMBOLS DEPTH SAMPLER SYMBOLS IELD DESCRIPTION MC LL PL -200 DO TEST DATA % % PI P-PEN UNCON St, % kd % Dark brown &tan CLAY w/some limestone fragments— (FILL) 2.0 Tan broken LIMESTONE w/clay(FILL) 18/6.00' 20/6.00: 2916.00 2016.00: 22/6.00 30/6-00' Dark gray sandy CLAY w/sand seams 2.5 Dark brown &dark gray sandy CLAY 19 41 17 24 3.25 y 1 Brownish gray�ASA�ND ,20 _-15 0.5 -loose to soft Medium gray sandy CLAY soft 24 64 100 0.75 0.91 3.3 515 20 CA Ino 25 Boring terminated at 25 feet saa s0° as Notes- Completion Depth: 25' FtGURE MAS-TEK ENGINEERING&ASSOCIATES LOG OF BORING B-5 Project Trinity River South Bank Sewer-Ft.Worth,Texas Project No.: E02-0711 Date: 7/27/02 Elev.: 534.8 Location: See Figure 1 Depth to water at completion of boring: 22' Depth to water when checked: End of Day was: 17'(15' after 24 hrs.) Depth to caving when checked: End of Day was: 17.5' ELEVATION' SOIL SYMBOLS 6FELD TESPLER TMDTADPH DESCRIPTION Ye Y ;� PI DO P PEN UNCON sl,z:, - % Pd Isf ksf % C Brown clayey SAND and gravel (FILL) - 3-75 - - Grayish tan sandy CLAY w/numerous w/tan limestone - 4.0 - - fragments (FILL) 21s 14/6.00' 1016.00' 14/6-00' 530 s 20/6.00' 18/6.00' 25/6.00' Dark brown sandy CLAY w/trace reddish brown sand _ S2S 21 2 25 I +c -sand seams below 10' 520 25 +s 1.5' = Dark gray sandy CLAY w/silty sand seams Sn 20 1.5 a 77 _ Dark gray very sandy.to silty CLAY - - - - -soft 510--2526 7+ 101 0.8 1.2 12 Boring terminated at 25 feet sos ao Sm � Notes: Completion Depth: 25' FIGURE:6 MAS-TEK ENGINEERING&ASSOCIATES LOG OF BORING B-6 Project Trinity River South Bank Sewer-Ft.Worth,Texas Project No.: E02-0711 Date: 7/29/02 Elev.: 534.5 Location: See Figure 1 Depth to water at completion of boring: 16' Depth to water when checked: End of Day was: 15'(15' after 24 hrs.) Depth to caving when checked: End of Day was: 22' ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % % % -200 DD P.PEN UNCON Saab (feet) 8 FIELD TEST DATAATA PI Pd tsf ksf 14 0 Dark brown sandy CLAY to clayey sand w/broken - - 4,$ asphalt&concrete(FILL) 4.5 4.5+ 4.5 3.70 5 3.7 4.5 Brown sandy CLAY w/sand seams - - - - ,v Brown very silly CLAY w/clayey sand layerso_s - ~ -loose to soft 53D t5N 0.8 515Brownish gray very sillyCLAY w/clayey sand seams z4 33 o-7s - — za -seepage at 19' -soft 20 Grayish brown very sandy to silty CLAY w/silty sand - - seams, coarse to fine sand&gravel 32 79 02 z5 -soft to very soft [ST 1416 00" �=�=FNi M.00' Gray&tan weathered SHALE, fissured - - - Boring terminated at 30 feet 500 35 Notes: Completion Depth: 30' FIGURE MAS-TEK ENGINEERING&ASSOCIATES KEY TO LOG TERMS& SYMBOLS Symbol Description Symbol Description i Strata symbols Misc. Svmbols LCLAY, �_L Water table sandy when checked 4 SAND Depth to caving SAND 'Z7 Water table gravelly at boring clayey completion CLAY _Soil Samplers silty sandy ® Thin Wall CLAY Shelby Tube - ® Standard CLAY, Penetration Test silty Limestone SAND, clayey { SHALE, weathered Notes- 1. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs. 3. Results of tests conducted on samples recovered are reported on the boring logs. Abbreviations used are: DD - natural dry density (pcf) LL = liquid limit (�) MC = natural moisture content ($) PL - plastic limit ($) Uncon.= unconfined compression (tsf) PI = plasticity index P.Pen.= hand penetrometer (tsf) -200 - percent passing #200 4. Rock Cores REC = (Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD = (Rock Quality Designation) sum of core sample recovery 40 or greater in length divided by the run, expressed as percentage. N am lI 1 v��'C� ��s5��� ' (�E• 8 MAS-TEK ENGINEERING&ASSOCIATES ��, �i7��1U�0 156ti� •