Loading...
HomeMy WebLinkAboutContract 33507 Y SECRETARY. .. ).E. FILE y Y CONTRACTOR'S BONDING CO SPECIFICATIONS " r . CONSTRUCTION'S COPY AND CITY SECRETARY CONTRACT DOCUMENTS CONTRACT NO. FOR WALNUT CREEK SANITARY SEWER PHASE 1 — SEWER DEPARTMENT PROJECT NO. P274-703140034383 DOE NO. 4440 CITY PROJECT NO. 00343 CHARLES BOSWELL MICHAEL J. MONCRIEF CITY MANAGER MAYOR ROBERT GOODE, P.E. S. FRANK CRUMB, P.E. DIRECTOR DIRECTOR — TRANSPORTATION AND WATER DEPARTMENT PUBLIC WORKS A. DOUGLAS RADEMAKER, P.E. — DIRECTOR DEPARTMENT OF ENGINEERING �t� DECEMBER 2005 `� '' �• � # r' _•�� TEF;RY L.RFOYT 57636 - CarteruBurgess = 1 CARTER & BURGESS, INC. 777 MAIN STREET FORT WORTH, TX 76102 _: W 817-735-6000 �. 1a Orr. =l ° C&B No. 013706.010 . GENAL rg Rome I Council Agenda I H&C ( Employee Directory I Morning Report I Ads I PRS I IT Onfins I Departmernts r Site Map Print M&C COUNCIL ACTION: Approved on 4/25/2006 DATE: 4/25/2006 REFERENCE NO.: C-21421 LOG NAME: 30WALNUT-SJL CODE: C TYPE: NON-CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of Contract with S. J. Louis Construction of Texas Ltd., for Walnut Creek Sanitary Sewer, Phase I (City Project No. 00343) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with S. J. Louis Construction of Texas Ltd., in the amount of$2,386,560.89 for Walnut Creek Sanitary Sewer, Phase I. DISCUSSION: On March 11, 2004, (M&C C-19993) the City Council authorized an Interlocal Agreement with the City of Benbrook for the extension of the Walnut Creek Sanitary Sewer Interceptor to provide sewer service to future developments in both cities. On August 10, 2004, (M&C C-20200) the City Council authorized an engineering agreement with Carter& Burgess, Inc., for design of the interceptor. On December 20, 2005, (M&C C-21227) the City Council authorized Amendment No. 1 to the Interlocal Agreement with Benbrook. The amendment updated the original cost responsibility of each City due to increased project cost as a result of increased sewer main footage and material costs. As part of the amendment, the estimated construction cost was revised to $2,471,189.00 with Fort Worth being responsible for $1,280,171.00 and Benbrook for$1,191,018.00. Benbrook subsequently deposited a check with the City for its cost share of the estimated construction cost along with $23,820.00 (2% of its share) for inspection costs. The project consists of the installation of approximately 7,200 linear feet of primarily 36-inch sanitary sewer pipe. The project was advertised for bid on December 8 and 15, 2005. On February 16, 2006, the following bids were received: Bidder Amount Time of Completion S. J. Louis Construction of Texas Ltd. $2,386,560.89" 180 Calendar Days William J. Schultz, dba Circle $2,388,420.00 Wright Construction Company, Inc. $2,393,382.75 Oscar Renda Contracting, Inc. $2,752,967.50 Gin-Spen, Inc. $3,297,451.95 "The current contract cost for Fort Worth's section of the project is $1,211,825.18 and the cost for Benbrook's section is $1,174,735.71. In addition to the contract cost, $285,365.00 is required for inspection, survey and other construction related tasks and $71,597 is required for project contingencies. S. J. Louis Construction of Texas Ltd., is in compliance with the City's M/WBE Ordinance by committing to 17% M/WBE participation. The City's goal is 17%. The project is located in COUNCIL DISTRICT 3. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P274 541200 703140034383 $1,903,397.89 P558 539140 070580176330 $483,163.00 Submitted for Cit)Manager's Office by: Marc Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) ATTACHMENTS 5z S.J. LOUIS CONSTRUCTION OF TEXAS LTD. 520 South 6th Ave., P.O. Box 834 817/477-0320 Office•817/477-0552 Fax Mansfield,Texas 76063 Equal Opportunity Employer / Contractor May 5, 2006 City of Fort Worth, Texas 1000 Throckmorton Street Fort Worth, Texas 76102 Re: Walnut Creek Sanitary Sewer Phase I On the contracts for the above referenced project it is ok to change the signature block to include "Vice President of S.J. Louis LLC, its general partner." Please contact me if you have any questions or require additional information. Thank you, Les V. Whitman General Manager S.J. Louis Construction of Texas, Ltd. do 1�w— L_ UCC Business_Qrganizations Trademarks Account Help/Fees ( Briefcase Logout BUSINESS ORGANIZATIONS INQUIRY-VIEW ENTITY Filing Number: 800270310 Entity Type: Foreign Limited Liability Company (LLC) Original Date of Filing: November 18, 2003 Entity Status: In existence Formation Date: N/A Tax ID: 32013440253 FEIN: 364255290 Name: S.J. Louis, LLC Address: 520 S 6TH AVE MANSFIELD,TX 76063-2310 USA Fictitious Name: N/A Jurisdiction: DE, USA Foreign Formation August 6, 1998 Date: REGISTERED FILING ASSUMED ASSOCIATED AGENT HISTORY NAMES MANAGEMENT NAMES ENTITIES Last Update Name Title Address March 22, 2006 JAMES SCHUELLER MANAGER 3072 COUNTY RD 138 WAITE PARK, MN 56387 USA March 22, 2006 LES WHITMAN VICE PRESIDENT 520 S 6TH AVE MANSFIELD, TX 76063-23 10 USA March 22, 2006 MICHAEL VICE PRESIDENT 3032 COUNTY ROAD 138 SWANHORST WAITE PARK, MN 56387 USA March 22, 2006 DAVID DICKERSON SECRETARY 520 S 6TH AVE MANSFIELD, TX 76063-23 10 USA March 22, 2006 DAVID DICKERSON TREASURER 520 S 6TH AVE MANSFIELD, TX 76063-2310 USA 'Order R' um'to'Search I Instructions: v To place an order for additional information about a filing press the'Order' button. ADDENDUM NO. 1 CITY OF FORT WORTH WALNUT CREEK SANITARY SEWER,PHASE I Sewer Project No. P274-703140034383 City Project No. 00343 DOE Project No. 4440 Addendum No. I Issue Date: January 4,2006 Bid.Receipt Date:February 2,2006 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents(inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. Prospective bidders are hereby informed that the bid opening date has been postponed from January S,2006 until February 2,2006. All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force and effect. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Receipt Acknowledged: Department of Engineering A. Douglas Rademaker,P.E. Director By ' Title: - Mrh,rfa2 By: ion5kJ'J Tony Sholola,P.E. -� Engineering Manager, DOE ADDENDUM NO.1 � � NMtnn M (D n OO n (D f+ Q) ntoetrO Mto Nt- O tq nQ m O m to rt n N N Ln (o Q (Ny C) O �p rn 0 0 m O 0 P- O co �- q N r NN; (' O ow N. YI � qfItO17 199 qN � N (l? 19 nnfl- nn tl- (Vtl- NN fl- (14 nto r r r r r CC) r t- r r n n r n r N OOOOONM 0) O CC) O0) O (3) 00 ((Npp T- CD ((DDCO�t000 O � CJO (D (Mo o � (D W r M 0 M (T1 N In 0) n n M to O O M r r U7 M 17N T n .- N M O r L? M 19 O O cp (D t� N r 0 r t7 r r N M Q r CO r- CV) nnNCl) '[FM SOV- rn 0) t� X T 'T v L9 C? q (Q '? 'TNn CV N (09 CL ntl- nrn Nt- nNN N I- V) r r r r f-- CO r n r r n n r n r �y 00 CO O co m N O of O 00 0) O O O 00 N N in m O N V M m m O V- O N Q Ln Q co N r L aro — Ow r- n M (DO N Q (D r0I Cl. IV (0D (rD cO 0 (D 1- (ND LO (r0( ND U-) uoi (o tin (DD 0 Q) nnnnnnn tin nnn n n nn �r in d3i N fn W � xxxxx �Cx x x x x x xg U) r— � w x n m Im ❑ 0 m JCr n Y Ot acv a)co Q) 2 0 a n ca ,c a► t�wt Q '�°° LO m z r v r [ a r Y = r E c Arco C r) � ootco $ � � 7o o � o w Q � LL LL W m r C C j N C 7 m 't7 C A) c C 00 — .� 0) .: m 0Q) oar - ;9 toa > c m 0o UYLLU- U-2: X ULL 0� Ud LL � N >. � UE � o a -Y 3 1° 0 P a o > > m d omm � a �p — x 9) co 03 m mi c ro - € co a •r a� G p c 0j (D C14 0 _� O c d M c ❑ w r C T 0 F Y J LL w G a U tOn 0 Q L y N 00 E M In m7MO � NMM nn COm0 m c UUj co N O O M O O r r M r N N O O r (p (n N tU O NCO r" �- N r Q O (D M N O M O V, O (o r J F- oto N3 U) t- Un Ut) r Q r to 10 N N it (D M r W N Q U Cl) Q O C UJ Lu to m O DU Z W Z CLo LU uj LL a p o V 0 W W Z W �. Q y U C y N o (n U C to C me zip W L) O C 0 COL) O C; yiU UU O C U) U) UHW Zt- N V CV � U •ax = aci N U p ❑ ❑ L) In U W U W 9 4) � c d 0 t a� � � � Lo Lo r = WH � ... ❑ W � n- W LUMz 0 � # F- � rj a0i -j w ror0) 0 � 0 � pa � a� o a,o a�0i c; wO ❑ 0: ❑ w0: � �' 00 O C C N � m o ON m oN inCCtnN � a N � E E a -i ¢ a < a. 4maaU UCSF- Urn � SZCLC) 0 < v- 0rQQ „�np FEB. 1. 2006 .5:01PM 817-735-6148 N0, 116 OJ P, 212 S OF ADDENDUM NO. 2 � -�y CITY OF FORT WORTH egg % WALNUT CREEK SANITARY SEWER, PHASE 1 - TERRY L FpYT Sewer Project No. P274-703140034383 .,.�...,..._.__,. City Protect No, 00343 ° 57636 D.O.E. No. 4440 10 Addendum No.2 Issue Date: January 31,2006 Revised Bids Receipt Date:Thursday, February 16,2006 To: Prospective Bidders and Plan Holders This addendum forms a part of the Contract Documents and Plans referenced above and modifies the Original Contract Document and Plans. Acknowledge receipt of this Addendum in the space provided at bottom of this page, at the end of the proposal section, and on the outer envelope of your bid submittal. Failure to acknowledge the addendum could subject the bidder to disqualification. Prospective bidders are hereby informed of the following: 1, THE BID OPENING DATE HAS BEEN POSTPONED FROM FEBRUARY 2,2006 UNTIL FEBRUARY 16,2006. 2. CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS a. THE STORM WATER POLLUTION PREVENTION PLAN (SWPPP) is hereby provided with this addendum. b. PART B—BID PROPOSAL Replace the Bid Proposal section in its entirety with the attached Revised Bid Proposal. t, PART DA—ADDITIONAL SPECIAL CONDITIONS Replace the additional special conditions with the Revised DA section d. PART E—TECHNICAL SPECIFICATIONS Delete section 15051 —Fiberglass Sewer Pipe (FRP) (DA items 119 thru 121). This section is now included in Part DA above. e. APPENDIX B—PERMITS The Union Pacific Right of Entry Agreement and Pipeline Crossing Agreement is hereby attached. 3. CONSTRUCTION PLANS Sheets 6,8,10,11,12813 of 19—Delete all references to"36"Ductile Iron Pipe w/Protecto 401 Coating"and replace with"36"Sanitary Sewer Pipe". In addition,"Replace 48-inch Steel Casing Pipe"with"54-inch Steel Casing Pipe". .. 4. The entire addendum package will be sent overnight no later than February 2,2006 to all prospective bidders All other provisions of the plans, specifications and contract documents for this project which are not expressly amended herein shall remain in full force and effect. RECEIPT ACKNOWLEDGED: - A. Douglas Rademaker, P.E. Director, Dept. of Engineering By; Title: C'/F// 7� E�1 rYJi3lalZ A01262Zr c,/0/,5i Tony Sholola, P.E. Engineering Manager, DOE Page 1 of 15 ADDENDUM NO.2 "' January 31,2006 FEB. 15. 2006 ,9:50AM. 817-735-6148 NO 1249 ADDENDUM NO. 3 CITY OF FORT WORTH WALNUT CREEK SANITARY SEWER, PHASE 1 Sewer Project No. P274.703140034383 City Project No. 00343 D.O.E. No. 4440 Addendum No. 3 Issue Date: February 14, 2006 Revised Bids Receipt Date: Thursday, March 2, 2006 To: Prospective Bidders and Plan Holders This addendum 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 at bottom of this page, in the proposal page, and acknowledge receipt on the outer envelope of you bid. Failure to acknowledge could subject the bidder to disqualification. Prospective bidders are hereby informed of the following: 1. THE BID OPENING DATE HAS BEEN POSTPONED FROM FEBRUARY 16,2006 UNTIL MARCH 2, 2006. 2. CONSTRUCTION CONTRACT DOCUMENTS (SPECIFICATIONS) a. PART B-BID PROPOSAL Remove revised Bid Proposal pages B-2R and B-6R from Addendum No. 2 in its entirety and replace with the attached Bid Proposal pages 13-2R and B-6R. _ 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. RECEIPT ACKNOWLEDGED: A. Douglas Rademaker, P.E. Director, Dept. of Engineering By: Title:—(2N/&F ltisi Iry1A—nne-Aaj!u— N*,466-roy 011 - Tony Sholola, P.E. Engineering Manager, DOE Pages 1 of 3 _ ADDENDUM NO. 3 FEBRUARY 14,2006 FE�. 15. 2006 .9:51AM. 817-735-6"4 K 1249-P. 2/3 WALNUT CREEK -- SANITARY SEWER PHASE 1 Section A—City of Fort Worth PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID (Furnish and install, including all appurtenant work, complete in place, the following items) (D-No, refers to related items in the Part D Special Conditions) 1. 2,211 L.F. 136"Sanitary Sewer Main by Open Cut(<20' of depth) Including Embedment and Backfill: Dollars & Cents per Linear Foot. $ $ 2. 1,075 L.F. '36"Sanitary Sewer Main by Open Cut(>20' of depth and adjacent to casing pipe) Including Embedment and Backfill: Dollars & Cents per Linear Foot. $ $ 3, 680 L.F. 236"Sanitary Sewer Main Including 54" Diameter 0.375"thick Steel Casing by Open Cut(all depths): Dollars & Cents per Linear Foot. $ $ " 4. 284 L.F. 2'6" Including 54'Diameter 0.5"thick Steel Casing by Other Than Open Cut(all depths), DA-6: Dollars& Cents per Linear Foot. $ $ 1)Identify pipe material using city approved product list on page B-11 R. 2)Identify pipe material using Gly approved product list on page 8-11 R. B-2R ADDENDUMNO.3 FEBRUARY 14,2006 ttb. l�. 1UUb 9:51 AM; all-lJy-V4ii WALNUT CREEK SANITARY SEWER PHASE 1 Section B—City of Benbrook PAY I APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID (Furnish and install, including all appurtenant work, complete in place, the following items) (D-No, refers to related items in the Part D Special Conditions) 1. 480 L.F. 136"Sanitary Sewer Main by Open Cut(<20' of depth) Including Embedment and Backfill: WW Dollars& Cents per Linear Foot. $ $ 2. 1,636 L.F. 136"Sanitary Sewer Main by Open Cut (>20' of depth and adjacent to casing pipe) Including Embedment and Backfill: Dollars & Cents per Linear Foot. $ $ 3. 210 L.F. 236"Sanitary Sewer Main Including 54" Diameter 0.375"thick Steel Casing by Open Cut(all depths): �^ Dollars & Cents per Linear Foot. $ $ 4. 585 L.F. 136"Sanitary Sewer Main Including 54" Diameter 0.375"thick Steel Casing by Other Than Open Cut(all depths), DA-6: Dollars & Cents per Linear Foot. $ $ 1)Identify pipe material using city approved product list on page B-11 R. 2)Identify pipe material using city approved product list on page B-11 R. B-6R ADDENDUMNO. 3 FEBRUARY 14, 2006 L SPECIFICATIONS AND ; CONTRACT DOCUMENTS FOR WALNUT CREEK SANITARY SEWER PHASE 1 SEWER DEPARTMENT PROJECT NO. P274-703140034383 DOE NO. 4440 CITY PROJECT NO. 00343 CHARLES BOSWELL MICHAEL J. MONCRIEF CITY MANAGER MAYOR ROBERT GOODE, P.E. S. FRANK CRUMB, P.E. DIRECTOR DIRECTOR TRANSPORTATION AND WATER DEPARTMENT PUBLIC WORKS A. DOUGLAS RADEMAKER, P.E. DIRECTOR DEPARTMENT OF ENGINEERING DECEMBER 2005 �?,�'' °'°•' .t�'� � TERRY L FOYT CartermousBurgess \l s CARTER& BURGESS, INC. 777 MAIN STREET FORT WORTH, TX 76102 817-735-6000 C&B No. 013706.010 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 02200—Earthwork 02222—Structural Excavating, Backfilling and Compacting 03100—Concrete Formwork 03200—Concrete Reinforcement 03300—Cast-in-Place Concrete 15051 — Fiberglass Sewer Pipe -City of Fort Worth Material (E-1) and Construction (E-2) Specifications (See latest revision from City) -Specifications —Water Department (Not Included Herein) 8. Vendor Compliance to State Law 9. Contractor Compliance with Worker's Compensation Law 1.0. Part F: Bonds and Insurance (City of Fort Worth) - Certificate of Insurance - Performance Bond - Payment Bond - Maintenance Bond 11. Part G -Contract (City of Fort Worth) 12. Wage Rates 13. Appendix A-Geotechnical Report 14. Appendix B- Permits 15. Appendix C- Easements sm am mm im am me on PART A NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS saw SPECIAL INSTRUCTIONS TO BIDDERS (WATER DEPARTMENT) M/WBE DOCUMENTS NOTICE TO BIDDERS Sealed proposals for the following: For. WALNUT CREEK SANITARY SEWER PHASE DOE#4440 CITY PROJECT NO. 00343 SEWER DEPARTMENT PROJECT NO. P274-703140034383 Addressed to Mr. Charles Boswell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 p.m., January 5, 2005 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, after Tuesday December 13, 2005, for a non-refundable fee of$30.00. Additional sets may be purchased on a non-refundable basis for thirty-dollars ($30.00) per set. The major work on the above referenced project shall consist of the following: • 4,849 LF of 36" Sanitary Sewer Main by Open Cut • 553 LF of 36" DIP Sanitary Sewer Main w/ Protecto 401 Coating by Open Cut • 890 LF of 36" DIP Sanitary Sewer Main w/ Protecto 401 Coating Including 48" Steel Casing by Open Cut • 869 LF of 36" Sanitary Sewer Main w/ Protecto 401 Coating Including 48"Steel Casing by Trenchless Construction • 8'x8'x13' Deep Cast-in-Place Junction Box With Removal Lid, Manhole Access and Odor Control • 25 EA. 5' Diameter Manhole 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. Bidders are advised that the City of Fort Worth has not acquired Railroad, TxDOT, TXU permits nor all necessary easements for the construction of the project shown in the Plans. Bidders are hereby notified that the city anticipates obtaining the necessary permits by the start of construction. In the event that the necessary easements and/or right-of-entry are not obtained, the City reserves the right to cancel the award of the contract at any time before the Contractor begins any construction work on the project(s). In addition Bidders shall hold their unit prices until the City has completed the acquisition of all easements. For additional information, please contact Mr. Liam Conlon, Project Manager at the City of Fort Worth, at(817) 392-6824, or Mr. Tent' Foyt, P.E. Carter & Burgess, Inc. (817) 735-2889. Advertising Dates: December 8, 2005 December 15, 2005 Fort Worth, Texas A- 1 COMPREHENSIVE NOTICE TO BIDDERS Sealed Proposals for the Following: For: WALNUT CREEK SANITARY SEWER PHASE DOE#4440 CITY PROJECT NO. 00343 SEWER DEPARTMENT PROJECT NO. P274-703140034383 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 5. 2005and 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. A thirty-dollar($30.00) deposit is required for the first set of documents and additional sets may be purchased on a non-refundable basis for sixty-dollars ($30.00)for each set. These documents contain additional information for prospective bidders. The major work on the above referenced project shall consist of the following: • 4,849 LF of 36" Sanitary Sewer Main by Open Cut • 553 LF of 36" DIP Sanitary Sewer Main w/Protecto 401 Coating by Open Cut • 890 LF of 36" DIP Sanitary Sewer Main w/Protecto 401 Coating Including 48" Steel Casing by Open Cut • 869 LF of 36" Sanitary Sewer Main w/Protecto 401 Coating Including 48"Steel Casing by Trenchless Construction • 8'x8'x13' Deep Cast-in-Place Junction Box With Removal Lid, Manhole Access and Odor Control • 25 EA. 5' Diameter Manhole 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. m AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90)days from the date bids are opened. The award of Contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Proposal form. Bids that do -. not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at(817) 392-7941. A-2 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 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. Bidders are advised that the City of Fort Worth has not acquired Railroad, TxDOT, TXU permits nor all necessary easements for the construction of the project shown in the Plans. Bidders are hereby notified that the city anticipates obtaining the necessary permits by the start of construction. In the event that the necessary easements and/or right-of-entry are not obtained, the City reserves the right to cancel the award of the contract at any time before the Contractor begins any construction work on the project(s). In addition Bidders shall hold their unit prices until the City has completed the acquisition of all easements. �. For additional information, contact Mr. Liam Conlon, Project Manager at the City of Fort Worth, at (817)392-6824, or Mr. Terry Foyt, P.E. Carter& Burgess, Inc. (817) 735-2889. CHARLES BOSWELL MARTY HENDRIX CITY MANAGER CITY SECRETARY Department of Engineering A. Douglas Rademaker, P.E. irector By: Assistant Director, Engineering Services - Rick Trice, P.E Advertising Dates. December 8, 2005 December 15, 2005 4. A-3 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. 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, A-4 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 r provisions of Right to Audit, under paragraph L of Section Cl: Supplementary Conditions To Part C— General Conditions, pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a)and (b)above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City "- reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601 g,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 nonresidents principal place of business in located. "Nonresident bidder"means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is $25,000.00 or less,the contract amount shall be paid within forty-five (45)calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy("Policy")of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors,while engaged in performing this contract,shall, in connection with the employment, advancement or discharge of employees or in connection with the terms,conditions 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 A- 5 unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM (`with Documentation")and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m.,five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation)and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12. FINAL PAYMENT,ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment(less retainage)from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. C. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period.shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due A- 6 and payable. n 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. A-7 FORT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY " If the total dollar value of the contract is"$25,0p0 o"r more;the M/WBE'goal iss'appllcable." " If the notal dollar value of the contract is less.'than$25 a9Q;the M/WBE goal-is dot applicable.:. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual 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 MNVBE goal on this project is 17 %of the total bid(Base bid applies to Parks and Community Services). �• COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE 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. The Offeror shall deliver the MWBE documentation in person to the appropriate employee of the managing department and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed copy will not be accepted. 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:- opening date,exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date,exclusive of the bid opening date. FAILURE'TO COMPLY_ WITH THE CITY!S;M/WBE ORDI,NANCE,yWILL":RESULT'IN THE.BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at(817)392-6104. Rev.11/11/05 ATTACHMENT 1A FORT WORTH Page 1 of - City of Fort Worth Subcontractors/Suppliers Utii'izationForm Rcvu ,.,. PRIME COMPANY NAME: Check applicable block to describe prime 5.J Lou I-s Co 5T o LTD MNWDBEX NON-M/W/DBE PROJECT NAME: BID DATE WALNUT CREEK SANITARY SEWER PHASE I MAWZ City's MIWBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER DOE PROJECT NO.4440 '^ 17% 17 7% % CITY PROJECT NO.00343 SEWER DEPARTMENT PROJECT NO. P274-703140034383 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract With the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9)county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL MIWBEs 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 1A Page 2 of 4 FORT x Primes are required to identify ALL subcontractors/suppliers,regardless of status; i.e., Minority,Women and non-M/WBEs. Please list MNVBE firms first,use additional sheets if necessary. Certification N ° SUBCONTRACTOR/SUPPLIER T (check one) n Company Name i N T Detail Detail Address e M yy C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D VY R O B E E C T E .� A T M. MAray./ALS 0 sb ATN TQoy 8wow4 ✓ ✓ SA1-10 $47, 460. — p0. Box 49, E7a1rr1 ►r ALVORADo T-X 36zZ5- 'Ra�►AR �;�P�,v wC. 3scc," P'YC 8° R M-494- AoAIR AP40 # 35'8 254 . PI 96- 214 rsZl4 3s7- ZDLo M I Kc Ai t3E'Rr #vC CAsr w pLAC 0 ATN: MIKE A-sex'r' `Co►tCl�"tL-- � 1 is Ism P.O. Scx ZI1044 v STRvCTVKC� �. OPMOFORO TX -7(09S MIsL o0 ACT 'PAPE 'r .Su p pl-y �'�IATG .tAt-S � ATM= pr�dib SH►w Cr�5��1G soaccs ZSB5 NE Zen' :Sr. FoR�- Waen+. TX M n,,l �- 7(0l1 1 IA) -161 838 ._ _.. C L.6 ICC A►•►O PPATW.rvE 5j 60 PLY MA,4 HC:-C /VTTN: BOO, L14GL.E CcAn•�GS 771(c S 6T-. rX i; ' bl L Z31 -364,r,, CRf41G a-OCI XNSC, 1iCae.�c- P frMIJ '. C,MK+ eq-0-e\%, R , Q.O. 60A bto0 ✓ LnT7.c: ELM T% 7SM8 ��--Rev'373010 i ��, a. �. a•a .,�a ��• � � � _ � �. � �i ,, .; F�' - 1 � •_ r �� a �,•',:, . �,� -.j. 7f r ♦• ♦ Ya • � ii s a.'a `` " .f�y�- • � � r� y . a 'Jd'. .. . ,.i .1.°� Y. i �� a • � ,'"� .. J�.� � . i",.; i I . - � � r 1 l `, a a � 1 a „ • • , �� � � a •.. _ .. to ti.a •1 � �� � � { � s i Or ATTACHMENT IA FORT. _ IVORTH Page 3 of 4 go 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) SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address M wC X M Subcontracting Work Supplies Purchased Dollar Amount r B B T D VY Telephone/Fax R O B E E C T E A U TI t_ I TY A-+-1 10 T•V. T-'S T►+J 4 i dNVI PON M0-J T)°3L 5,W-Vux 5 ArA d ►4i7t1: �5ttr'Q_Y 5r" r1-) �/f�CUJ,-v� TL-'STh�IG PC, Box 6-4ZnjS Dg�.a,,mss T=x A 6 ?5354 &-L9/3 RFYN01-05 fASPNr�Y-7- A61PItAc.T' bro pa. Box 3-T0 ✓ PA-46),,&-N-r Ar., 7Ze E'vLz--,5 TA Rev.5/30/03 FORT WO I?f ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 405, 15 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 3.591 -479- 96 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 765, 194 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of 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. M1 C14A4ZL_. T�. (�SMU5 Autho ' ed Signature Printed Signature �1sF E's7'i�vt,gra2. �Aiao;r�c.�- NI Ay,l�4GER Title Contact Namerritle(if different) ST 40JLS 0_a4S7>21errAJ inP� Tit rs LT[l, 6i1:') 417-03W Company Name Telephone and/or Fax 520 t, (2M Av&a,luc= m l y en (20M Address E-mail Address Mi-1.1 T 76063 City/State/Zip Date Rev. 5/30/03 RECD FEB 03 !oq& ± BID PROPOSAL (This Proposal must not be removed from this book of Contract Documents) TO: Mr. Charles Boswell Fort Worth, Texas City Manager February 2006 City of Fort Worth,Texas FOR: WALNUT CREEK SANITARY SEWER PHASE DOE#4440 CITY PROJECT NO. 00343 SEWER DEPARTMENT PROJECT NO. P274-703140034383 Includes the furnishing of all materials (except as specified to be furnished by the City), equipment and labor for the installation of 36"sanitary sewer pipe, all necessary appurtenances and incidental work to provide a complete and serviceable project. Pursuant to the foregoing "Notice to Bidders,"the undersigned bidder, having thoroughly examined the contract documents, including plans,special contract documents, and the General Contract Documents and General Specifications for Water Department Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material necessary to fully complete the inspection and approval of the Director of the City Water Department 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 proposes to do the work within the time stated and for the following sums: (Furnish and install including all appurtenant work, complete in place,the following items): B- 1R ADDENDUM NO.2 January 31,2006 6. .2H6 9:51AM 817-135-° iru. IL`►7 WALNUT CREEK SANITARY SEWER PHASE 1 Section A— City of Fort Worth PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID (Furnish and install, including all appurtenant work, complete in place, the following items) (D-No, refers to related items in the Part D Special Conditions) 1, 2.211 L.F. '36"Sanitary Sewer Main by Open Cut(<20' of depth) Including Embedment and Backfill: OA/E #vNDREp —FvE Lr ✓ oo ON 00 Ls'Dollars & y'3zD $ oo $ �_0 -• A✓o Cents per Linear Foot. 2. 1,075 L.F. '36"Sanitary Sewer Main by Open Cut(>20' of depth and adjacent to casing pipe) Including Embedment and Backfill: dNE i,/yyD.e�� Dollars & 9 Ir ao ea VU Cents per Linear Foot. $ 3. 680 L.F. 236"Sanitary Sewer Main Including 54" Diameter 0.375"thick Steel Casing by Open Cut(all depths): T�eF�E �u.UD,e.ED 46' u6m ry Dollars & 40 Cents per Linear Foot. 4. 284 L.F. X36" Including 54' Diameter 0.5"thick Steel Casing by Other Than Open Cut(all depths), DA-6: U Dollars & N� Cents per Linear Foot. 1)Identify pipe material using city apprcved product list on page B-11 R, 2)Identify pipe material using Gly approved product list on page B-11 R. B-2R ADDENDUMNO.3 FEBRUARY 14,2006 A WALNUT CREEK SANITARY SEWER PHASE I PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 5. 13 EA Standard 5'Diameter Manhole with 32" Pamrex(Non-ventillated Locking)Manhole (Frame and Cover) H-20 Loading or Approved Equal, 0-6 Ft. Depth, D-27&DA--122: Dollars & ✓ 11149Cents per Each. $ h��ca $ �� 900 n 6. 147 V.F. Extra Depth for 5'Diameter Manholes,6 Ft. and greater, D-27: DiV6 AMOA6D Iix Ty Dollars& Me Cents per Vertical Foot. $`� $,�,�520 7. 2 EA. Manhole Vent(See detail on Sheet 16): GWS Ti4�GU�ANO Dollars& v Cents per Each. $ $ g. 4 EA. Concrete Manhole Collar, D-27: Fives ,�uwidy'fo� ,, Dollars& Nn Cents per Each. g. 222 V.F. 3Protective Manhole Coating for all Manholes: Dw� �uwo� �i�Ty Dollars&. Ale Cents per Vertical Foot. $ 3 3�. 3)Identify protective coating method on page B-11 R. B-3R ADDENDUM NO.2 January 31,2006 WALNUT CREEK SANITARY SEWER PHASE 1 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 10. 39 S.Y. Permanent Concrete Pavement Repair per figure 2000-2, D-25: J Dollars& 00 /VCS Cents per Square Yard. $C� $ 11. 927 S.Y. Permanent Asphalt Pavement Repair per figure 2000-1A, D-25: OCiFry Dollars& elo NO Cents per Square Yard. 12. 30 C.Y. Flowable Fill at Creek Crossings: Owry Dollars& 140 Cents per Cubic Yard. $ 4 d $ ' 13. 90 C.Y. Rock Rip Rap 15"—8",2'deep: r � ellor� t"1 tx, Dollars& /Jo Cents per Cubic Yard. 14. 4,250 LF Post-Construction TV Inspection, D-38: Ido Dollars& Cents per Linear Foot. $ �� $ �'�r• 15. 13 EA Vacuum Testing of Sanitary Sewer Manholes, D-36: I v' Louts !'1undy-A Dollars& 1�® Cents per Each. $ $ B-4R ADDENDUM NO.2 January 31,2006 WALNUT CREEK SANITARY SEWER PHASE I PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 16. 2,824 S.Y. Hydromulch Seeding of Disturbed Earth—10' wide strip, D-45: v' TL✓o Dollars& Cents per Square Yard. $ ZoO $ 17. 3,968 L.F. Trench Safety System (greater than 5-feet), �J D-26: No Dollars& r o� DA1E Cents per Linear Foot. $ $ 39•d 8�• 18. 54 S.Y. Replace 8'wide Concrete Flume: V /Fr) Dollars& r�o A10 Cents per Square Yard. $�� $ Z��p• 19. 900 L.F. Remove and Replace Cable Fence: FI V Lc. Dollars& �IO Cents per Linear Foot. $ v{ � $ 4��/ 20. 50 C.Y., Replace Miscellaneous Gravel at Sta.65+80: V 6F /FTy Dollars& 00 ND Cents per Cubic Yard. $ 26 , $ AMA ao 21, 1 L.S. SWPPP Implementation, D-68: f;u E�NeuS"1, Dollars& ob IVCD Cents per Lump Sum. 00 $Jaa�• SECTION A(CITY OF FORT WORTH)-TOTAL AMOUNT $ B-5R ADDENDUM NO.2 January 31,2006 20ti6 y:5IAM dll-ljh-4 4C NU. IL4V WALNUT CREEK SANITARY SEWER PHASE 1 Section B—City of Benbrook PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID (Furnish and install, including all appurtenant work, complete in place, the following items) (D-No, refers to related items in the Part D Special Conditions) 1. 480 L.F. '36"Sanitary Sewer Main by Open Cut(<20' of depth) Including Embedment and Backfill: f:,'-ry- 5�6#r J ��// Dollars 8� O /t/d Cents per Linear Foot. 2. 1,636 L.F. '36"Sanitary Sewer Main by Open Cut (>20' of depth and adjacent to casing pipe) Including Embedment and Backfill: __. DNS WyAIDA-6D Dollars & Cents per Linear Foot. 5�y3 $ � � 77U 3. 210 L.F. 236" Sanitary Sewer Main Including 54" Diameter 0.375"thick Steel Casing by Open Cut(all depths): / Dollars & /0Cents per Linear Foot. $�/Q $ -4... 565. _._ L.F. - -136"Sanitary Sewer Main Including 54" Diameter 0.375"thick Steel Casing by Other - Than Open Cut(all depths7, DA-6: Dollars & 40 Cents per Linear Foot. S 9 5 1)Identify pipe material using city approved product list on page B-11 R. 2)identify pipe matenal using city approved product list on page 8-11 R. - MR ADDENDUMNO. 3 FEBRUARY 14, 2006 WALNUT CREEK SANITARY SEWER PHASE I M)Y3 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 5. 20 L.F. 10"PVC Sanitary Sewer by Open Cut(all Depths), E1-25: 7?ZV Dollars & O No Cents per Linear Foot. $ O $ 20D o0 6. 1 L.S. 8'x8'x13'Junction Box at Sta.0+20 Including Steel Reinforcement,4000 PSI Class A Concrete,2-36"Pipe Joints(stubouts), Odor Control, Manhole Frame and Cover, Protective Coating, Testing, and all Related Appurtenances: Y Tf�DY�KWWO Dollars& oS�xf 04l Cents per Lump Sum. 7. 10 EA Standard 5' Diameter Manhole with 32" Pamrex(Non-ventillated Locking)Manhole (Frame and Cover)H-20 Loading or Approved Equal,0-6 Ft. Depth, D-27 &DA-122: Dollars& AU /��iJ� Cents per Each. $ $ 79Q0 8. 1 EA Modified 5' Diameter Type A Manhole, D-27, (See detail on sheet 17): N�A(60? y v�vd d' r Dollars& Na Cents per Each. $ g, 1 EA 5' Diameter Type A Manhole, D-27,(See detail on sheet 16): we�u�v- �dE. dv� ✓ Dollars& Ale -Cents per Each. $ B-7R ADDENDUM NO.2 January 31,2006 WALNUT CREEK SANITARY SEWER PHASE I PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 10. 159 V.F. Extra Depth for Standard 5' Diameter Manholes,6 Ft.and greater, D-27: DNS �ya0,�„D o!/X fY Dollars & o Cents per Vertical Foot. 11 2 EA Standard 4'Diameter Manhole, 0-6 Ft. Depth, D-27: 7a�ay �xuNd�Ed Dollars& /V© Cents per Each. $g"' $ 7�Q. 12. 26 V.F. Extra Depth for 4' Diameter Manhole,6 Ft. and greater, D-27: DN>r k0AIdY Dollars & A Cents per Vertical Foot. $ v v 13. 2 EA Manhole Vent(See detail on Sheet 16): OAIE /NDU���I� Dollars& a Qd Cents per Each. $ ��O• zQdO'. 14. 2 EA Plastic Manhole Inserts for 4'Diameter Manholes, D-27: 1 ✓ FN7y - /Uf, Dollars& D Cents per Each. $ 25°" 15. 251 V.F. 3Protective Manhole Coating for all Manholes: Q/Y� ArUIVdY Fi—T—Dollars& 00 D Cents per Vertical Foot. $ ��Q— $3 f 3)Identify protective coating mhod eton page B-11 R. 13-81R ADDENDUM NO.2 January 31,2006 WALNUT CREEK SANITARY SEWER PHASE I PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 16. 100 S.Y. Permanent Asphalt Pavement Repair per figure 2000-1A, D-25: r FFTy Dollars & IVO Cents per Square Yard $d 00 17. 50 L.F. Concrete Curb and Gutter Replacement: 1 �ENTj/- y3#6 Dollars& Alb Cents per Linear Foot $ 2.5 00 $12-640.00 18. 79 C.Y. Flowable Fill at Creek Crossings: ��6 HTy Dollars & No Cents per Cubic Yard. 19. 311 C.Y. Rock Rip Rap 15"—8",2'deep: ,6_4#TY- AIVA5 Dollars & Cents per Cubic Yard. $ 20, 2,911 LF Post-Construction TV Inspection, D-38: A10 Dollars& v B aty TI��,Cents per Linear Foot. $ $ pg:3 tis 21. 1 EA Pre-construction D-Hole: Ai raum AjA34414 Dollars& a0 QO do Cents per Each. $ �J� ' $ /500 B-9R ADDENDUM NO.2 January 31,2006 WALNUT CREEK SANITARY SEWER PHASE I PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 22. 14 EA Vacuum Testing of Sanitary Sewer Manholes, D-36: /'Nz !i�/��,�p Dollars& 40 WO Cents per Each. $ $ 23. 2,323 S.Y. Hydromulch Seeding of Disturbed Earth—10' wide strip, D-45: Dollars& A/0 Cents per Square Yard. $ $ "- 24. 2,346 L.F. Trench Safety System (greater than 5-feet), D-26: f AG Dollars& aif/� Cents per Linear Foot. $ $ �•7p 25. 1 L.S. SWPPP Implementation, D-68: Dollars& N�/ i cU DO o o Cents per Lump Sum. $Z e $ .W�O•-' SECTION B(CITY OF BENBROOK)-TOTAL AMOUNT $ BID SUMMARY SECTION A(CITY OF FORT WORTH)—TOTAL BID AMOUNT SECTION B (CITY OF BENBROOK)—TOTAL BID AMOUNT $ /, �T 7J��.-71 TOTAL BID (SECTION A+ SECTION B) $ 47004v��pO•�9 13-10R ADDENDUM NO.2 January 31,2006 CITY APPROVED PRODUCTS 1. Contractor shall select type of pipe to be used for bid item 1 & 2 on pages 13-211 and 13- 6R. The Contractor must mark the appropriate box to indicate the material used for this bid. Standard Spec No. Size Pipe Name E1-6, E1-32 36" Ductile Iron Pipe, Interior and Exterior Coated DA-126 36" Reinforced Concrete Pipe with 360 degree liner, r ASTM C76 ___�_DA-119 thru 121 36" Fiberglass/Mortar Pipe, ASTM 3262 v� _Ell 00-2 36" PVC Pipe, Standard City Spec No. E100-2 (Open cut installation —20'or less of cover E1-28 36" Thick Wall PVC Pipe, Standard City Spec No. E1- 28 (Open cut installation—20'or less of depth) Consult-with "City of Fort Worth, Texas Standard Product List"to obtain the Generic/Trade Name and the Manufacturer for the pipes listed above. 2. Contractor shall select type of pipe to be used for bid items 3 &4 on pages B-2R and 13- 611 respectively. The Contractor must mark the appropriate box to indicate the material used for this bid. Standard Spec No. Size Pipe Name E1-6 & E1-32 36pp Class 51 Ductile Iron Pipe, Interior and Exterior Coated _DA-119 thru 121 36" Fiberglass/Mortar Pipe,ASTM 3262 Reinforced Concrete Pipe with 360 degree liner, DA-126 36" (ASTM C76) ' Consult with"City of Fort Worth, Texas Standard Product List"to obtaifi the Generic/Trade Name and the Manufacturer for the pipes listed above. 3. Contractor shall select type of manhole protective coating to be used for bid items 9 & 15 on pages B-3R and B-8R respectively. The Contractor must mark the appropriate box to indicate the material used for this bid. Standard Spec No. Interior Manhole Coating DA-14 Spray Wall—Rigid Polyurethane System _J�(_DA-15 Raven 405—Two Part Epoxy Resin System 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 may result in rejection of bid as non-responsive. B-11 R ADDENDUM NO.2 January 31,2006 PIPE LAYING SCHEDULE Beginning End <20' of >20' of (E1-6 & E1-32),(E1-9 & DA-126), or Station Station cover cover (DA-119 thru 121)3 Section A—City of Fort Worth' 5+80 11+43 X 13+40 14+20 X 14+20 26+66 X 26+66 32+27 X 32+27 35+29 X 35+29 38+14 X 38+14 40+66 X 63+00 71+60.4 X Section B—City of Benbrook2 0+00 5+80 X 11+43 13+40 X 40+66 41+66 X 41+66 46+20 X 46+20 58+65 X 58+65 1 63+00 X 1) Limits for section A—City of Fort Worth can be found on sheet 3 of 19 of the plans. 2) Limits for section B—City of Benbrook can be found on sheet 3 of 19 of the plans. 3) Contractor shall install same pipe material from manhole to manhole. Within ten (10)days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth,Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for delay and additional work caused thereby. The undersigrted bidder certifies that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and 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 ten 10 calendar days after issue of the work order, and to complete the contract within 180 CALENDAR DAYS after beginning construction as set forth in the written work order to be fumished by the Owner. B-12R ADDENDUM NO.2 January 31,2006 �} °�� 4 � f $ �>m�„� °����Q �� � � �� ,� � � '� q� � �' '�t� �����r-. I..tNi �ti,.,, r'E I�@ � �� ti a �r d�,� �� �� � �, a�� ,- �� � f� �t„ i��� ���s� i 'o �`� � ttt t�r��a ��� :'s at r�n,� � y'���t � � ,i i t� � itir�3�'' �!�' t � `� P�J �ll SSf �,6 !iS��;� x� � i,i a ��i��� �F a t �' a s1 lKr��ti��f i, Uy, i;. �`�.. q iti�u� nd �;� ti Gl }t �f`hi �lV�I, � 1�;P . ttio g'rw 'I r tl �a�i �1 I°« `�. I �n,��' � } �� It��s tl ?tiff� N�� "i� � q� �" �{` � + i � �r� n�`� �� � '� �;�� � did,7�=: � ,�s,. ii.��� �. ^s, ��� �� v ( �� i� i(�� �"�f � wI '� � lin � P�� per ^� � ; ?';� 'i,; S 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) Cl-1.6 General Conditions Cl-1 (2) Cl-1.7 Special Conditions Cl-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) ,. CI-1.19 Engineer CI-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 C14 (4) C1-1.25 Legal Holidays Cl-1 (4) C1-1.26 Abbreviations C1-1 (4) C1-1.27 Change Order C1-1 (5) Cl-1.28 Paved Streets and Alleys Cl-1 (5) Cl-1.29 Unpaved Streets or Alleys Cl-1 (6) C1-1.30 City Street C1-1 (6) C1-1.31 Roadway C1-1 (6) C1-1.32 Gravel Street C14 (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 (2) C2-2.4 Submitting of Proposal C2-2 (2) ." (1) 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) C44 SCOPE OF WORK C4-4.1 Intent of Contract Documents C44 (1) C4-4.2 Special Provisions C4-4(1) C4-4.3 Increased or Decreased Quantities C44 (1) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C4-4 (2) ON 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) C5=5.5 Emergency and/or Rectification Work C5-5 (2) C5-5.6 Field Office C5-5 (3) •- 05-5.7 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) as 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) +.r 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) i 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) i 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) a� 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) i PART C- GENERAL CONDITIONS M" C1-1 DEFINITIONS SECTION C 14 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 Mft 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 El-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/BASEMENTS PART F-BONDS �► PART G- CONTRACT PART H-PLANS (Usually bound separately) Cm (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 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. . wig 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 requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed an useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. 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) - Cl-1 (2) 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 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. r 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 ,i 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. C1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth,Texas, or his duly authorized representative. 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, or corporation, entering into a contract with the Owner for the execution of work, acting Cl-1 (3) directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, supplying labor and materials or only labor, for the work at the site of the project. 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. P* 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) MN AASHTO - American Association of State MGD - Million Gallons Highway Transportation Officials per Day ASCE - American Society of Civil CFS - Cubic Foot per Engineers Second IAW - In Accordance With Min. - Minimum ASTM - American Society of Testing Mono. - Monolithic Materials % - Percentum AWWA - American Water Works R - Radius Association I.D. - Inside Diameter .. ASA - American Standards Association O.D. - Outside Diameter HI - Hydraulic Institute Elev. - Elevation .� Asph, - Asphalt F - Fahrenheit Ave. - Avenue C - Centigrade Blvd. - Boulevard In. - Inch CI - Cast Iron Ft. - Foot CL - Center Line St. - Street GI - Galvanized Iron CY - Cubic Yard ,.� Lin. - Linear or Lineal Yd. - Yard lb. - Pound SY - Square yard MH - Manhole L.F. - Linear Foot -� Max. - Maximum D.I. - Ductile Iron 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. a 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. 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) i SECTION C - GENERAL CONDITIONS .. C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL r 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 r 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. r 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 cxperience 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) n, 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 r 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) r of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, erasures, or irregularities of any kind, or contain unbalanced value of any items. Proposal tendered or delivered after the official time designated for receipt of a. proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids. .. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the"Notice to Bidders."It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal. shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration must be made in writing, addressed to the City Manager, and filed with him prior to the time set for opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non- consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bider 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. a C2-2 (3) C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly •• opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the"Notice to Bidders."All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which can not be waived. i C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of,but not limited to, the following reasons: a) Reasons for believing that collusion exists among bidders. b) Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. C) The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. „ . d) The bidder being in arrears on any existing contract or having defaulted on a previous contract. e) The bidder having performed a prior contract in an unsatisfactory manner. .. f) Lack of competency as revealed by financial statement, experience statement, equipment schedule, and such inquiries as the Owner may see fit to make. g) Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h) The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part"A"- Special Instructions 2. A current experience record showing especially the projects of a _ nature similar to the one under consideration, which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has .. available for use on the project. The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2(4) 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. Wk. 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 a 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 Oft considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND: A good and sufficient maintenance bond, in _ the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which 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 C3-3 (2) �` 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344, Acts 56h Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety .. Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, �• notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been .. accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner, the Contract and such bonds as may be required in the Contract ® Documents. _ No Contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attomey, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days .. after the contract is awarded shall be considered by the owner as-an abandonment of his proposal, and the owner may annual the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately .. determine the amount of damages occurring to the owner by reason of said awardee's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will C3-3 (3) suffer by reason of such failure on the part of the Awardee and shall thereupon immediately by forfeited to the Owner. — The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3.10 BEGINNING WORK: The.Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3.11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractor's certificate of insurance for approval. The prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in .. hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $50.0,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with$2,000,000 umbrella policy coverage. C. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage,the following insurance: .. 1. Contingent Liability(covers General Contractor's Liability for acts of sub-contractors). C3-3 (4) *� 2. Blasting,prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation (if 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: Linder 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 famished 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 frilly operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other _ wise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate.insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth- Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all .. C3-3 (6) appropriately signed and sealed, as applicable, by the Contractor's responsible offices with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work _ until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County,Texas. a a C3-3 (7) 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) C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the owner reserves the right to make such changes in the Contract Documents and in the .. character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner,provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a "Change order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. C. The actual reasonable cost of(1) labor, (2)rental of equipment used on the �. extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and(4) actual cost of insurance, bonds, and social security .. as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 percent of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work. The fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in(1), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts,bills, vouchers, and records relating to the Extra Work. _ No "Change Order" shall become effective until it has been approved and signed by each of the Contracting Parties. .. No claim for Extra Work of any kind will be allowed unless ordered in writing by.the .. Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work,prior to beginning such work. C4-4(2) �` Should a difference arise as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof as provided under method(Item 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 finnished 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. on 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. 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. 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 furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in controversy. 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 fiunished 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 i 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. i C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, _ the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall, occur day or night, whether the project is scheduled on a calendar-day or a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the C5-5 (2) discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not shoe just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. 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 AN C5-5 (3) Contract Documents. The City Inspector will in no case act as superintendent or foreman or perform any other duties for the Contractor, or interfere with the management or .. operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the ^- obligations of the Contract Documents of the Contract Documents, provided, however, should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in Controversy. C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable .. supervision or inspection. C5-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specially provided, .. or any Extra Work done without written authority,will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost .. thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. C5-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law,ordinance,codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference, make written .. application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the function called for by the general design, be similar and of equal substance to that specified. and be suited to the same use and �- 05-5 (4) capable of performing the same function as that specified ; and identifying all variations ... of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employees by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. C5-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless other wise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change,new tests shall be made prior to the use of new materials. .. C5-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. C5-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions «. shown on the plans relative to the existing utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for C5-5 (5) 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) r "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 MW 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 suffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub- contractor shall assert any claim against the owner on account of damage alleged to have been sustained, the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim. q 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 for any clean-up required on the project. C5-5 (7) C5-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final Inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. C5-5 (8) r PART C -GENERAL CONDITIONS r' 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 e C6-6(1) r, a 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) s 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 `i permitted to use and occupy such portions of the public streets and alleys, or other public places or other nights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or staked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the work shall be carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work. Where the railroad tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public. Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights, and danger signals, shall provide such watchman, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under C6-6(3) construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and 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. i 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) MW Owner; and said Contractor does hereby covenant and agree to assume all liability and �- responsibility of Owner, its officers, agents, servants, and employees for property damage or loss, and/or personal injuries, including death, to any and all person of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents, employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has . been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: 1. The claim has been settled and a release has been obtained from the claimant involved,or 2. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that final ^* payment to the Contractor be made. At the expiration of the six month period, the C6-6(7) Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of +� the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation foe any alleged damage by reason of the acts or omissions of the Owner,lie 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 25h 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 aw 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 ow manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6(8) C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE ^� CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be made at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the City ordinance, or where no ordinances applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. ,.� C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, 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. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6(9) r C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carving out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, and organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owner improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act,the Contractor can probably be exempted in the same manner stated above. �•. Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained from: — Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX r . r C6-6(l 0) PART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced on the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject tot he same requirements. as to character and competency. The Owner will not recognize any subcontractor on the work. The MW Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of ..• the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or — otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any MM states, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. �. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its �- completion within the time limit. C7-7(1) .. The sequence requested of all construction operations shall be at all times as specified in �- the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all _ times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way _ greater than is necessary for proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. .. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, .. shall misconduct himself or to be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. .. The Contractor shall furnish and maintain on the work all such equipment as is .. considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the �- Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjacent property will result from its use. C7-7(2) C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the 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 maybe properly authorized. C7-7.8 EXTENSION OF TANTE 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. s 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. +r C7-7(3) r When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on .. schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time mat be increased by Change Order. ` C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement _ thereof shall be presented by the Contractor to the Engineer and if by the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor ,.. to an equivalent extension of time, his application for shall, however, be subject to the approval of the City Council: and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential �. element of the Contract. Each bidder shall indicate in the appropriate place on the last page of the proposal, the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the proposal section of the Contract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from the monies due the Contractor, not as a penalty,but as liquidated damages suffered by the Owner. C7-7(4) AMOUNT OF CONTRACT AMOUNT OF •- LIQUIDATED DAMAGES PER DAY Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive $ 45.00 $ 15,001 to $ 25,000 inclusive $ 63.00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 $ 500,001 to $ 1,000,000 inclusive $ 315.00 $ 1,000,001 to $ 2,000,000 inclusive $ 420.00 $ 2,000,000 and over $ 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult to calculate due to lack of accurate information, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation.by virtue of such court order. Neither will he be liable to the .i 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 solety 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) on 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) r C. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. i 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 i Sureties, in such event shall assume the Contractor's place in all respects,.and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default �. shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. C7-7(7) In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner �+ has ordered the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such work thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C7-7.15 FULFILLMENT OF CONTRACT:The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. A. NOTICE OF TERMINATION: Any Termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the .. date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any C7-7(8) r r 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 furnished to the Owner. 5. complete performance of such work as shall not have been terminated by the notice of termination; and 6. Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to quantity and quality, of any or all items of termination .� inventory not previously disposed of, exclusive of items the disposition of C7-7(9) 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; 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) .+ �r 2. any claim which the Owner may have against the Contractor in connection with this contract; and 3. the agreed price for, or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of .� termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein, however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. NO LIMITATION OF RIGHTS: Noting contained in this section shall .. limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other right which the Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. ,� C7-7(11) r 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 y` 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, .r 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. .r 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 fiunishing 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 s 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 comiected with the a 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(I) 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 5th day of each month, the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the 10th day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of the work performed since the last partial payment was made exceeds one hundred dollars ($100.00) inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract ... amount is less than $400,000.00, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25) days after the regular estimate period. The City will have the option of preparing .. estimates on forms furnished by the City. The partial estimates may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed * (such payment will be allowed on a basis of 85% of the net invoice value thereof). The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that partial estimates from month to month will be approximate only, all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quantity of sufficiency, or as an acceptance of the work done or the release .. of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this Contract. i 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 Mb 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. NOR All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. ..r 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 •�r 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 acceptancc 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. .r r� C8-8(3) The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project,provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereof approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the Contract Documents, approved modifications thereof, and all alterations thereof. C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to the other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. .. The Owner will give notice of observed defects with reasonable promptness. C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by ^■ documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the Project. .. C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the aft C8-8(4) I site, in good order and annotated to show all changes made during the construction process. These shall be delivered to the Engineer upon completion of the work. rr r r _ C8-8(5) PART Cl SUPPLEMENTARY CONDITIONS TO PART C SECTION Cl: . . SUPPLEMENTARY CONDITIONS TO PART C - GENERAL CONDITIONS A. General .. These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. +�r 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 following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial- estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C - General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and +• replaced with D-3 of Part D- Special Conditions. D. C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised Pg. 1 i` 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 any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or(b)provides Owner with a letter from Contractor's .. liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 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 perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. Revised Pg. 2 10/24/02 r. i i 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. 3EK .. 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 ,ft 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. r. 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 ,.r 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 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 regarding actual work performed by a Minority Business Enterprise(MBE) and/or a Woman Business Enterprise(WBE)on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books,records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation(other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee(3)years. Revised Pg. 7 �` 10/24/02 .a P. (a)The contractor shall comply with all requirements'ofChapter 2258, Texas' Government Code,"inclu`dlpg the"pays lent ofno#less han`the rates determined by the` m be wiCity Wen,accordance wi i Chapter 2258 Texas Government yCode Sue i) 'ai,jpg wage rates we included in these k _u ) ' _ xt. �bntract documents: (b)The contractor shall,for a period of three(3)`years following.the date of acceptance of the work;'iriamtain records that show(i)the name and occupation.of each`worker employed bythe.contractor in the-.,construction of the work provided forin this contract; and(ii),the actual per diem wages aid to:.each,worker; These records,shall be,open at all k reasonable hours for inspection,�by the City The proves;ons of Section C-1,L'-.Right to ,.b , Audit(Rev 9130/02)'pertain to this inspection. W� � (d)With each partial payment�es lunate or payroll penFod whichever is less, an affidavit staffing'that the contractor has ctlmphed with the requ�tmcnts of Ch apter`2258,�Texas` Government Code: Thi; contractor shal l post the prevai Ii ng wage rates in a conspictwous place at the site of the project at all times. r Revised Pg. 8 10/24/02 .. PART D SPECIAL CONDITIONS PART D - SPECIAL CONDITIONS D-1 GENERAL........................................................................................................... .....3 D-2 COORDINATION MEETING..............................................................................................4 .. D-3 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 D-7 CONSTRUCTION TRAFFIC OVER PIPELINES................................................................8 D-8 TRAFFIC CONTROL.........................................................................................................8 D-9 DETOURS.............................................................................................................. D- 10 EXAMINATION OF SITE................................................. ...........................................9 D- 11 ZONING COMPLIANCE.................................................................................................9 D- 12 WATER FOR CONSTRUCTION....................................................................................9 D- 13 WASTE MATERIAL................. D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE......................................................10 D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK.................................10 .. D- 16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES............................10 D- 17 BID QUANTITIES.........................................................................................................11 D- 18 CUTTING OF CONCRETE...............................................................:..........................11 D- 19 PROJECT DESIGNATION SIGN.................................................................................11 D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT......................................12 D-21 MISCELLANEOUS PLACEMENT OF MATERIAL........................................................12 D-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)................15 D-27 SANITARY SEWER MANHOLES................................................................................15 D-28 SANITARY SEWER SERVICES (OMITTED)..............................................................18 D-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES (OMITTED) ...................................................................................................................18 D-30 DETECTABLE WARNING TAPES...............................................................................18 D- 31 PIPE CLEANING..........................................................................................................19 D-32 DISPOSAL OF SPOIUFILL MATERIAL.......................................................................19 D-33 MECHANICS AND MATERIALMEN'S LIEN.................................................................19 D- 34 SUBSTITUTIONS........................................................................................................19 D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER (OMITTED)..................................................................................................................................20 D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES..........................................20 D-37 BYPASS PUMPING.....................................................................................................21 D-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER..........21 D- 39 SAMPLES AND QUALITY CONTROL TESTING.........................................................23 D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL..........23 D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................24 D-42 PROTECTION OF TREES, PLANTS AND SOIL........................... .............................25 D-43 SITE RESTORATION.......................... ..25 D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST..............................................25 D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING.............................................25 D-46 CONFINED SPACE ENTRY PROGRAM.....................................................................31 D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION............................31 D-48 EXCAVATION NEAR TREES ......................................................................................31 D-49 CONCRETE ENCASEMENT OF SEWER PIPE ..........................................................32 D-50 CLAY DAM...................................................................................................................32 09/01/04 SC-1 PART D - SPECIAL CONDITIONS D- 51 EXPLORATORY EXCAVATION (D-HOLE)..................................................................32 D- 52 INSTALLATION OF WATER FACILITIES (OMITTED) ....................... 33 D- 53 SPRINKLING FOR DUST CONTROL..........................................................................33 D- 54 DEWATERING.............................................................................................................33 D-55 TRENCH EXCAVATION ON DEEP TRENCHES.........................................................33 D- 56 TREE PRUNING..........................................................................................................33 D- 57 TREE REMOVAL.........................................................................................................34 D- 58 TEST HOLES...............................................................................................................34 D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION....................................................................... ....35 ............................................. D-60 TRAFFIC BUTTONS....................................................................................................35 D-61 SANITARY SEWER SERVICE CLEANOUTS (OMITTED)..........................................36 •� D-62 TEMPORARY PAVEMENT REPAIR............................................................................36 D-63 CONSTRUCTION STAKES.........................................................................................36 D- 64 EASEMENTS AND PERMITS......................................................................................36 .. D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING (OMITTED)............................37 D-66 WAGE RATES............................................................................................................37 D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE (OMITTED)................37 .. D-68 STORM WATER POLLUTION PREVENTION.............................................................37 D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS....................................................................................................39 D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD.................................................39 D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION .....................................................39 D-72 AIR POLLUTION WATCH DAYS.....................................................................................40 D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS..........................................41 09/01/04 SC-2 PART D - SPECIAL CONDITIONS This Part D — Special Conditions is complimentary to Part C — General Conditions and Part C1 — Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is .. additive to any provision in Part C—General Conditions and part C1 — Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C — General Conditions and Part C1 — Supplementary Conditions of the Contract and this Part D,.Part D shall .. control. FOR: WALNUT CREEK SANITARY SEWER PHASE ONE DOE NO. 4440 CITY PROJECT NO. 00343 WATER DEPARTMENT PROJECT NO. P274-703140034383 D-1 GENERAL r, The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2)years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and .. drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. •• This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: ,. 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRAL TEXAS 09101104 SC-3 PART D - SPECIAL CONDITIONS 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: OR 09/01/04 SC-4 Am _ PART D - SPECIAL. CONDITIONS 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, .. TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project- includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)- includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, .. owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, .. or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. Ma B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor .. providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during .. the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 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 ,,, 09101104 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. 09/01/04 SC-6 r. we 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". _ D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D- 5 CROSSING OF EXISTING UTILITIES .. Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. ..� 09/01/04 SC-7 ow 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 or relocation, and/or temporary o, 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 ow 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 an 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 am Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. .. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Engineer to be accurate as to extent, location, and depth; they are shown on ow the plans as the best information available at the time of design, from the owners of the utilities involved and from evidence 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 0' 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 am The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section- .. Nos. 27, 29, 30 and 31. 09/01/04 SC-8 am PART D - SPECIAL CONDITIONS A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer at (817) 871-8770, at the pre-construction conference. Although work will not begin until the traffic control plan has been reviewed, the Contractor's time 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. 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 i It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D- 11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. .. D- 12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. 09/01/04 SC-9 PART D - SPECIAL CONDITIONS D- 13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- 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 shall not "' commence with water and/or sanitary sewer installation until such time that the survey cut-sheets have been received from the 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. 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. 0910104 SC-10 PART D - SPECIAL CONDITIONS 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCORE) 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 ONCORE, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCORE 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 VAI 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 quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D- 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 1'-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. 09101104 SC-11 PART D - SPECIAL CONDITIONS D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing �- width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. .. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. See DA-24, Replacement of Concrete Curb and Gutter. Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous .placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. 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. D-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION _ Oft 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 .ft stated maximum trench widths are exceeded, either through accident or otherwise, and if the 09/01/04 SC-12 _ PART D - SPECIAL CONDITIONS Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial .. measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special .. Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C' backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or .. "D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C' back-fill material is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used. In general, all backfill material for trenches in existing paved streets shall be in accordance with .. Figure A. Sand material specified in Figure A shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay,soil, loam or vegetable matter and shall meet the following gradation: • 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 �r #8 95-100 All other provisions of this section shall remain the same. i 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 dw sewer line trenches and the top eighteen (18)inches of water line may be rolled 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. .. 09101104 SC-13 PART D - SPECIAL CONDITIONS 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 contract documents as a pre-bid pay item in cubic yards. 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 2000-1 through 2000-3. .. The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be _ backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential _ driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2)feet or less in width. Therefore, at the locations in the project where the trench wall is three (3)feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in _ the opinion of the Owner, the repaving shall be done at the earliest possible date. A permit must be obtained from the 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. am 09101104 SC-14 PART D - SPECIAL. CONDITIONS D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) - A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and �• all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P - Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15)feet. 2. BENCHING SYSTEM - Benching means excavating the sides of a trench to form one or a �• series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels. .� 3. SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM - Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM - Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave-ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT - Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety ., systems shall be based on the linear foot amount of trench depth greater than five (5)feet. E. PAYMENT - Payment shall be full compensation for safety system design, labor, tools, .. materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D-27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract .. Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, 09101104 SC-15 PART Q - SPECIAL CONDITIONS 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. Locking 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 with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3)feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. 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. Certain teed Ductile Iron 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. 09101104 SC-16 PART D - SPECIAL CONDITIONS 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 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 .r 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 Mr 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. A. 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. .� 09/01/04 SC-17 PART D - SPECIAL CONDITIONS Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and " finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"} Tnemec "46- .. 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire ,,,,, brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not " include pavement replacement, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipment and o'' 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 (OMITTED) D-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES (OMITTED) 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 09101104 SC-18 PART D - SPECIAL CONDITIONS not be less than two inches with a minimum unit weight of 2% pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code 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 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 SPOIUFILL 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 09/01/04 SC-19 PART D - SPECIAL CONDITIONS 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 (OMITTED) D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES C. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's ., recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I , below in accordance with ASTM C1244-93: Table 1 MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" HQ(10"Hcy -9"Hg) (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' 09/01/04 SC-20 PART D - SPECIAL CONDITIONS 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 wail or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. D-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 .R to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. ,o 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 rrt 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 p 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. 09/01/04 SC-21 rr PART D - SPECIAL CONDITIONS on When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. r� 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. r•. 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 .,4 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. 09/01/04 SC-22 PART D - SPECIAL CONDITIONS D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be .� per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item - Post-Construction Television Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. "' D-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. .r 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 O► 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, +m fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. ,m 09/01/04 SC-23 go PART D - SPECIAL CONDITIONS -- B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or .� other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such .. limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 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. Ab 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 �r 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 The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall ` be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. 09/01/04 SC-24 SM PART Q - SPECIAL CONDITIONS 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 Mk 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 can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. r 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 .rr 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 .t 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 *M DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. MM 09/01/04 SC-25 PART D - SPECIAL CONDITIONS CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a coo 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 watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot' or "block"; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings,`shall be opened on areas to be sodded. In all -,.. furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping maybe required on terraces. 09101104 SC-26 .w PART D - SPECIAL CONDITIONS b. Block Sodding. .: At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and •• shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance 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 �T 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 aqlfty Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% ,� 09101104 SC-27 ON PART D - SPECIAL CONDITIONS No Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (Ibs.); Pure Live Seed (PLS) Mixture for Clay or Tight Soils Mixture for *ift Sandy Soils Dates (Eastern Sections) (Western Sections) (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 r• 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. .� 09/01/04 SC-28 fts PART D - SPECIAL CONDITIONS ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D- 45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of .. approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the + surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. 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. ow 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 s TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in ,,,r 09/01104 SC-29 PART D - SPECIAL CONDITIONS accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted .. or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of"Seeding". r„ 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 r 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: 09/01/04 SC-30 PART D - SPECIAL CONDITIONS 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. 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. 4. Payment for substantial completion inspection as well as final inspection shall be A 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 Inspection" of PART C- GENERAL CONDITIONS. D-48 EXCAVATION NEAR TREES 6. 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. 7. 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. �► 8. 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. 9. Nothing shall be stored over the tree root system within the drip line area of any tree. a.. ,,,, 09/01/04 SC-31 PART D - SPECIAL CONDITIONS 10. Before excavation (of the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 11.At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized. 12. 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. 13. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 14. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. .� D-49 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D- 50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction .. material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. D-51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole)to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field 09101104 SC-32 r PART Q - SPECIAL CONDITIONS surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. r� D- 52 INSTALLATION OF WATER FACILITIES (OMITTED) D- 53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D- 54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. 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 3. Steel "T" = Bar stakes, 6 feet long. 4. Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 6. Combination Fence: Commercially manufactured combination soil separator fabric on ' wire mesh backing as shown on the Drawings. D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings. ,,, 09101104 SC-33 PART Q - SPECIAL CONDITIONS 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 9. Backfill and compact the trench immediately after trenching. 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil, temperature and minimize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing �- operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. .. D-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 The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and •• whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the. material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and .. maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. 09/01/04 SC-34 PART D - SPECIAL. CONDITIONS D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of •• Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction r.r notification'flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as OR follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the project, DOE number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the ®. name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached. A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Construction office at (817) 871-8306. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D-60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the 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. ,� 09/01/04 SC-35 so PART D - SPECIAL CONDITIONS so D-61 SANITARY SEWER SERVICE CLEANOUTS (OMITTED) D-62 TEMPORARY PAVEMENT REPAIR „ft The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the am entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary ., pavement repair pay item. The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized. The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. -100 D-63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other .n customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever .. practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for "" which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the "W 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 .i• 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. am D-64 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right-of-entry OWN agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for •• properties where construction activity is necessary on City owned facilities, such as sewer lines or manholes. For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject .. property. This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the 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. 09/01/04 SC-36 PART D - SPECIAL CONDITIONS The easements and/or private property shall be cleaned up after use and restored to its original ar 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 (OMITTED) 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) D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE (OMITTED) 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 r be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOI): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOI)form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOI shall be submitted to the TCEQ at least 48 hours prior to-the contractor moving on site and shall include the required $100 application fee. 09101104 SC-37 w PART Q - SPECIAL CONDITIONS .. 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 SW PPP'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 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 09/01/04 SC-38 am PART Q - SPECIAL CONDITIONS 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation ,f 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 It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this +� activity through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief)and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. D-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: 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 „f 09101104 SC-39 am PART D - SPECIAL CONDITIONS as 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: on 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 .n 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. am 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 of the situation. If necessary, the City Manager's Office and the appropriate city aft council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to .i 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. am 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 ORO 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 am 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 altemative 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. 09/01/04 SC-40 PART D - SPECIAL CONDITIONS D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: 1. The street permit fee is $30.00 per permit with payment due at the time of permit application. 2. A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. Payment by the contractor for all street use permits and re-inspections shall be considered o subsidiary to the contract cost and no additional compensation shall be made. .rr 09/01/04 SC-41 r. Doi (To be printed on Contractor's Letterhead) .. Cate; DOE No: 3176 PROJECT NAME:Main C1C4B Sanitary Sewer Drainage Area Part 15 MAPSCO LOCATION: 76L LIMITS OF CONST.: West of 9`h Avenue along FWWR between Rosedale and Oleander Estimated Duration of Construction on your Street : <XX> days 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. C-ONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS ' FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT>AT <TELEPHONE NO.> T. CITY IlNSPEC"I'QRa► AT <TELEPHONE N p.> AF3'ER 4:30 PMO 0 WEEKENDS, PLEB E CALL 871-7970 .. PLEASE KEEP THIS FLYER HANDY WHEN:YOU CALL. a•ri PAIN D - SPECIAL CONDITIONS CITY OF FORT WORTH ,rr 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 r. 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 r. 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 $9.80 rs 09101104 SC-43 FORT WORTH _ DaW- DOE MO. XXXXx;,,,,, Project game: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND .•. IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT .. (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR ~ MR. . AT oT4 TELEPHONE NUMBER) .. ' WILL BE AS'SHORTAS POSSIBLE. THANK Y( U,. .corrrRAc'raR em PART D - SPECIAL CONDITIONS t TEXAS DEPARTMENT OF HEALTH D N1qL q !R)`NUVATION t+OTlfl"Tjp' FORM P N019!CIIICLE ITEIIIIS THAT ARE AM Iii❑ED T D' .H . " NOTIFICATION# ,., i) Ab alernent Cohtractor: TON L+cen$euprnber_ Address. City , ? . a p a INw0 tit Jc S�te_P_Phone t umt�er a r5. p.,!A4G VM rT TC31' i: � u" RgaSdX { - :S�e�p8 r�r Tra�Jed t7n (tp Nlr3k 1AF';IndMdual; rtrrcagotri Cattle' 0 mcalo r,conu�ctcr oEice Phwe Numbe"'d" ii A,a .. city: stall : 2);I?rojeotConwliant4*,Oper�rr ZpN`I: CCSB.°�1111tb : Mailrt Adds m Gilt': ZV,__ Office Phone.Mumiier.f uisIT 3};',Fec1 liy Qa = _- f►98A#rtp AddreSe .�► CR kala x ,,f7 er i tatty l+ltunb t`• "No ioShcho l�Woit a for tt►e itat71WEan fo6,v4l be sunt W the owti of the b�ullc as and tftW 11ng"addreas for`tho levotce will be �abte(ned fr+iom t#ro le€armel8on Thai is prpWdW ln"this secilon: ; ' - '4)•I7esc"pn ar, cWty Name_ ni t�tfion Phone INUrf"0 4oAie loa0 Number A Pftr vea: Futuro ttsa:,. . . � �' Age of 9uitdin�Trscil . ` d):TyPa of Wo c: a Darotgltion Ll Reno4aSoh(;4batement? © Annual C splide#ed flu tae,iuon- 0 ❑ Evening .Q"IVtghti" O'Pta ad rojeKd . Dest�iiCpP�vivrl€schesiule: B)"Is this"a R&U 'I3ul11ding? C YES 0 NO Federal Eac111W❑YES ONO indusWid Vita?t7 YI;S f,NQ NEWW4Wy=Fac!ty'r_ p YES ❑ NO Is'Wdt6g*acil`Ety, ice'?,3,VE25 (3 No 7) Wfteion.Type CHECi€.i7_NLY ONE a 1. CarlgiartnQ c ,� ian CAm' n ❑ Em 9 cryfQrd*ed tfuftlk.ark arrin tdq r§nt,,wttich afrtet Rent nurnlaer fs Ittls? (EttGlow-copy into glrfel �t Mr last areen ent) ... � 6f�ntirt'i�rgen�jf;;!nlw didyau�t�v�dt at Tdhi? _ l=���' aate�endfaur=ol'Erne�a '(HH�!tViiti]!Y1'�' y -� .• - . " D it i8 t lair 1 ,t e ected eves artd explt�rt nn aI blow the e"Ilt causarf tttlfi 8 CdrtclWon$or would cau$e �� w d�n�ge(cd+mN�te�sr trachbter3!.stc. ` ., Zz B ` fpr u oP feNtwue+d in the e�rentthat mutpecdart as#jesEos�e too, or,p W Jjon4iiable ' t#S�xrmbladr It�v .CI te�i41c8d Fo> er 4 s �:s H9aebt $ur }+Pearrneda^ I YES ,1�'>tI} Qatar C 1 7�3FtIn$petdccllleectNa f++let114digj Pf N�❑ITEM O Assumed T Cly I t r8tgr l e Na. ..s (t=ar T�PA(putalfic bull& 74*;an as$eampdc�t ra�et lie mde by a TGEi LlcetrtserlE3 t�eetxipllory of pranraed rlemaildon.or renOuetion ttrgd ,,t 78 aFinatenet. d rnethad(s} l�e�us 19�AO crr0f x,Rrad6S and ertgirteerlrtg c6idrols to bb used,Eo prevwt amiss rw of ssticrsl et the tterr"Ic�tlt#�#` ct�.tbor�. _ � � . r 09101104 SC-45 PART D — SPECIAL CONDITIONS 12)"AU :mims in the totlowing tabla mustbecoornplaw, IF NO ASBESTOS t ';,_ ,SENT trHECK ttEltEU Approximate amount of Cheep unit df measurement r.r Asbe lrCanbiining Building Material Arbeato , "a PIp SuArea Lrt Lr1Q' SQ' Cu mono#�ba ram RAMNOT removed interior Ga" I nart=fHable retro+ •""� E+tteriar6 i _ J n664riatr<e removed t nasi=frtabfs t�OT rambt' I� tl ran-friablaremov0d, x. . cterter t 11 ndn-friable removed Il ran'=tdWe NOT removed �n t1CM StEct�itj+Cr»itpan�t i 3) .IuYnste Tra rter Name: 'TDH License Number. (I$P0 i s` fly; State. - 7tp.. t rrtactt R+etasin'" Phwa I tuanber.'f 1 74) ifaste D�spal tVertte:' Cir St#te Zip: one [ 1 TWRCC Permit Nl rn*er, �1:) Far aIrp*raI unsound fecllltless,a tach a CAPY q(Or►orrt3on,order and identify Governmental Official below: lVamar" Registratger ldo: Gam of ands (tvA1�1ffLiVYY)' t t 1) r#o begin(Mt411D[IYY} f_ l m 18) Sled aetes"of Asbes#oatent ura Stara Completer 17) glad a Qemolflion^enovation(Ml#lCt NY)'dart: 1 I C+r mpteto: r i . �„4 Alt a IEilie s�rtdefe an Ihts.no caftrirr can not b e mat.tlto,TDH Rnglonal or Local PraQram office t t be contacted by phone ptivety tf a tart date ,Fsllure tWdo ao la.p,R"P m'aGcordance to TA1 A, oll-ni2las jI. .. I her9tay t.er#i�► lI anon I have prarvtded is earractrt cxsmptgta�and Grua tb`a haat oFmykrtiowfedgQ t actcrrawrte- Iha 1, n re loo a alt asts of iii4 do n farm.including,but not ItmiEfrpg aartt rf,and suhmisstpn dates. The par%4* on. r. erl t7peaord (PrCribac!trl�ma? (Taleptrona) A BE StOMt=tGia71t7�N t�C 1€7N '�" 5 P1TRiDL Qi4►1SIOf+t E7EIR MEDT&rli .1H T ;Aer�teai* 143538; 'texas aria notac+ceptodl r qtr sc?8 i!4-:tea isH423Oft.1�300s728 ' �" -G►II �,�f�G$S Tf]i�' /fstedtiT/`f3+0�f.'FdYa�Si�#a'rrr? in err».oa�I?-BI10-57$-65+fB A' 09/01/04 SC-46 PART DA ADDITIONAL SPECIAL CONDITIONS on PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMITTED) .....................................................................................................................................4 DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMITTED)..............4 DA-3 PIPE ENLARGEMENT SYSTEM (OMITTED)................:.......................................4 DA4 FOLD AND FORM PIPE (OMITTED) .......................................................................4 DA-5 SLIPLINING (OMITTED)............................................................................................4 DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT..................................................4 DA-7 TYPE OF CASING PIPE................................................................................................7 DA-8 SERVICE LINE POINT REPAIR/CLEANOUT REPAIR (OMITTED)............... 8 .. DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION........8 DA-10 MANHOLE REHABILITATION (OMITTED) ....................................................... 10 DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMITTED) f .........................................................................................................................................10 DA-12 INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM (OMITTED)................................................................................................................................... 10 .. DA-13 INTERIOR MANHOLE COATING-QUADEX SYSTEM (OMITTED)............. 10 DA-14 INTERIOR MANHOLE COATING-SPRAY WALL SYSTEM............................ 10 DA-15 INTERIOR MANHOLE COATING-RAVEN LINING SYSTEM........................ 12 �+ DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER (OMITTED).......................................................................................................,............. . 15 DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMITTED)... 15 '• DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMITTED)..................................... 15 DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMITTED) ............... 15 DA-20 PRESSURE GROUTING (OMITTED)..................................................................... 15 DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMITTED)........... 15 DA-22 FIBERGLASS MANHOLES (OMITTED)................................................................ 15 DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES (OMITTED) .................................................................................................................................. 15 DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER.................................... 15 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS............................................. 16 DA-26 REPLACEMENT OF H.M.A.C.PAVEMENT AND BASE..................................... 16 DA-27 GRADED CRUSHED STONES................................................................................... 17 a DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE (OMITTED)............................ 17 DA-29 BUTT JOINTS-MILLED (OAUT ED)................................................................... 17 DA-30 2"H.M.A.C. SURFACE COURSE (TYPE 111)" MIX).............................................. 17 .. DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER................................... 17 DA-32 NEW 7" CONCRETE VALLEY GUTTER (OMITTED)....................................... 18 DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (OMITTED)................................. 18 DA-34 8" PAVEMENT PULVERIZATION (OML`I'TED)............................................. ...... 18 DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT)............... 18 is DA-36 RAISED PAVEMENT MARKERS............................................................................. 19 DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. 19 DA-38 LOADING,TRANSPORTATION,AND DISPOSAL OF CONTAMINATED SOIL ,,. ..........................................................................................................................................23 11/02/04 ASC-1 ii an PART DA - ADDITIONAL SPECIAL CONDITIONS am DA-39 ROCK RIPRAP—GROUT—FILTER FABRIC.........................................................24 DA40CONCRETE RIPRAP...................................................................................................28 .� DA41 CONCRETE CYLINDER PIPE AND FITTINGS (OMITTED).............................28 DA42 CONCRETE PIPE FITTINGS AND SPECIALS (OMITTED)..............................28 DA43 UNCLASSIFIED STREET EXCAVATION (OMITTED) ......................................28 DA44 6"PERFORATED PIPE SUBDRAIN (OMITTED).................................................28 DA45 REPLACEMENT OF 4"CONCRETE SIDEWALKS (OMITTED)......................28 DA46 RECOMMENDED SEQUENCE OF CONSTRUCTION (OMITTED).................28 DA47 PAVEMENT REPAIR IN PARKING AREA.............................................................29 DA48 EASEMENTS AND PERMITS (NOT AVAILABLE AT BIDDING)......................29 DA49 HIGHWAY REQUIREMENTS (OMITTED) DA-50 CONCRETE ENCASEMENT .....................................................................................29 DA-51 CONNECTION TO EXISTING STRUCTURES.......................................................29 i DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITTED).. .........................................................................................................................................30 DA 53 OPEN FIRE LINE INSTALLATIONS (OMITTED)...............................................30 .. DA-54 WATER SAMPLE STATION (OMITTED)..............................................................30 DA-55 CURB ON CONCRETE PAVEMENT........................................................................30 DA-56 SHOP DRAWINGS.......................................................................................................30 DA-57 COST BREAKDOWN..................................................................................................31 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY (OMITTED).31 DA-59 H.M.A.C.MORE THAN 9 INCHES DEEP........................ DA-60 ASPHALT DRIVEWAY REPAIR...............................................................................31 DA-61 TOP SOIL........................................................................................................................31 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMITTED) ...................................................................................................................................31 DA-63 BID QUANTITIES........................................................................................................32 DA-64 WORK IN HIGHWAY RIGHT OF WAY..................................................................32 DA-65 CRUSHED LIMESTONE (FLEX-BASE)..................................................................32 DA-66 OPTION TO RENEW...................................................................................................32 DA-67 NON—EXCLUSIVE CONTRACT................................................................................33 DA-68 CONCRETE VALLEY GUTTER (OMITTED).......................................................33 DA-69 TRAFFIC BUTTONS....................................................................................................33 ... DA-70 PAVEMENT STRIPING..............................................................................................33 DA-71 H.M.A.C.TESTING PROCEDURES ...................................... DA-72 SPECIFICATION REFERENCES..............................................................................34 .. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK—FLOW PREVENTER/CONTROL VALVE AND BOX.........................................................................34 DA-74 RESILIENT—SEATED GATE VALVES (OMTTED).............................................34 am DA-75 EMERGENCY SITUATION,JOB MOVE—IN.......:...................................................34 DA-76 1 %"&2"COPPER SERVICES (OMITTED)..........................................................34 04 DA-77 SCOPE OF WORK(UTIL.CUT)..................,.........................................................,...35 DA-78 CONTRACTOR'S RESPONSIBILTY(UTIL.CUT).............................................:..35 DA-79 CONTRACT TIME(UTIL. CUT)...............................................................................35 11/02/04 ASC-2 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT(UTIL. CUT).......................36 DA-81 TIME ALLOWED FOR UTILITY CUTS(UTIL.CUT)..........................................36 DA-82 LIQUIDATED DAMAGES (UTIL.CUT)..................................................................36 DA-83 PAVING REPAIR EDGES(UTIL. CUT)...................................................................36 DA-84 TRENCH BACKFILL(UTIL.CUT)..................................................... .....37 ................. DA-85 CLEAN-UP(UTIL. CUT).............................................................................................37 DA-86 PROPERTY ACCESS(UTIL.CUT)...........................................................................37 DA-87 SUBMISSION OF BIDS (UTIL. CUT) (OMITTED) DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL.CUT) (OMITTED).................37 .■ DA-89 CONCRETE BASE REPAIR FOR UNIT II &UNIT III (UTIL. CUT) (OMITTED)....................................................................................................................................37 DA-90 2"TO 9"H.M.A.C.PAVEMENT(UTIL.CUT)........................................................37 .,t DA-91 ADJUST WATER VALVE BOXES,MANHOLES,AND VAULTS(UTIL. CUT) (OMITTED)................................................................................................ ............ ..38 ................ ..... DA-92 MAINTENANCE BOND (UTIL. CUT)........................................ .......38 ....................... .r DA-93 BRICK PAVEMENT(UTIL.CUT) (OMITTED).....................................................38 DA-94 LIME STABILIZED SUBGRADE (UTIL.CUT)......................................................38 DA-95 CEMENT STABILIZED SUBGRADE (UTIL.CUT)...............................................39 �+ DA-96 REPAIR OF STORM DRAIN STRUCTURES(UTIL.CUT).................................39 DA-97 "QUICK-SET" CONCRETE (UTIL.CUT)...............................................................39 DA-98 UTILITY ADJUSTMENT (UTI.. CUT)....................................................................40 DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) .........................................................................................................................................40 DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR(UTIL. CUT).........................40 DA-101 CONCRETE CURB AND GUTTER(UTIL.CUT)...............................................41 DA-102 PAYMENT(UTIL. CUT).........................................................................................41 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.)....................................................................43 DA-108 FLOWABLE FILL (MISC. EXT.)...........................................................................43 .� DA-1.09 BRICK PAVEMENT REPAIR(MISC.REPL.) (OMITTED) ............................43 DA-110 DETERMINATION AND INITIATION OF WORD(MISC.REPL.)................44 DA-111 WORK ORDER COMPLETION TIME(MISC.REPL.).....................................44 DA-112 MOVE IN CHARGES (MISC.REPL.)...................................................................44 DA-113 PROJECT SIGNS(MISC.REPL.)..........................................................................44 DA-114 LIQUIDATED DAMAGES (MISC.REPL.)..........................................................45 DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC.REPL.)......................................45 DA-116 FIELD OFFICE.........................................................................................................45 rr DA-117 TRAFFIC CONTROL PLAN...................................................................................46 DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS (OMITTED) ..................................................................................................................................46 11/02/04 ASC-3 w� s•-nig 2 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMITTED) DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMITTED) DA-3 PIPE ENLARGEMENT SYSTEM (OMITTED) DA-4 FOLD AND FORM PIPE (OMITTED) DA-5 SLIPLINING (OMITTED) DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. +� 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation, or railroad company, as applicable. B. MATERIALS: 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI 836.10 and the following: a. Field Strength: 35,000 psi minimum. b. Wall thickness: 0.312 in. minimum (0.5 for railroad crossings). C. Diameter: As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS D1.1. 2. Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu. ft. of fine sand with sufficient water added to provide a free flowing thick slurry. 11/02/04 ASC-4 CITY 0R`V111UV PART DA - ADDITIONAL SPECIAL CONDITIONS on C. EXECUTION oft 1. Where sewer pipe is required to be installed under rai@road embankments or under highways, streets or other facilities in other than open cut, construction shall be performed in such a manner so as to not interfere with the operation of the an railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site. an 2. Pits and Trenches: an a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end MM trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. b. The location of the pit shall meet the approval of the Engineer. C. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed. 3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place. a. The boring shall proceed from a pit provided for the boring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Other .. methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. C. Allowable variation from the line and grade shall be as specified under paragraph A.2. All voids between bore and outside of casing shall be pressure grouted. •• 11/02/04 ASC-5 nr .. PART DA - ADDITIONAL SPECIAL CONDITIONS •• 4. Installation of Carrier Pipe in Casing: a. Sanitary sewer pipe located within the encasement pipe shall be supported .. by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. .. b. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. ®° C. The Contractor shall prevent over-belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. d. At all bored, jacked, or tunneled installations, the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe. The backfill material will not be required unless specified on the plans and specified by the Engineer. e. Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the .. Engineer. 5. Boring and Jacking Ductile Iron Pipe without Casing Pipe: a. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe. "" b. When a casing pipe is not designated on the drawings, the contractor shall provide a casing pipe if necessary to achieve line and grade. Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost •� bid for installation By Other than Open Cut. C. Bore and jack in accordance with paragraph C.3. above. d. Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted. 6. Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans, a tunneling method may be used, with the approval of the Engineer or railroad/highway officials. a. When tunneling is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State 11102104 ASC-6 AM PART DA - ADDITIONAL SPECIAL CONDITIONS of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. .. b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud jacked, C. Access holes for placing concrete shall be space at maximum intervals of 10 feet. D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials �- required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract .. Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately. DA-7 TYPE OF CASING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: A. For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. .. Casing Spacers (centering style)such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: 11/02/04 ASC-7 PART DA - ADDITIONAL SPECIAL CONDITIONS Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR/CLEANOUT REPAIR (OMITTED) 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. 3. Specialty Cement (If required for leveling or filling): The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or .. Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification: The protective coating material sprayed onto the surface of r 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 .. Flexural Stress ASTM D-790 10,000 psi 11102104 ASC-8 PART DA - ADDITIONAL SPECIAL CONDITIONS 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 MM and in place. 2. Preliminary Repairs: om a. All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). b. All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application. C. After all repairs have been completed, remove all loose material. 3. Protective Coating: a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The top of the structure shall also be coated. b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) If required for filling or leveling, apply specialty cement product to .� provide a smooth surface for the coasting material. 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods aft 11102104 ASC-9 .. PART DA - ADDITIONAL SPECIAL CONDITIONS acceptable to the Engineer. After the walls are coated, the wooden .. bench covers shall be removed. 5) The final application shall have a minimum of three (3) hours cure ., time or be set hard to the touch, before being subjected to active 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. 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. DA-10 MANHOLE REHABILITATION (OMITTED) DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMITTED) DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM (OMITTED) DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM (OMITTED) DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM A. GENERAL 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section 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 accordance with manufacturer's recommendations. 4. Manholes a 11102104 ASC-10 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) 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: Prope Standard Lona 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 no 5. Mixing and Handling Mixing and handling of specialty cement material and interior coating material, which no 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 on 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 an installations. C. EXECUTION 1. General 11/02104 ASC-1 1 .. PART DA - ADDITIONAL SPECIAL CONDITIONS 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. 4) Spray the urethane onto the manhole wall and bench/trough with a minimum thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. 5) Coat trough area with specialty cement product (Quadex QM-1s or Reliner MSP). D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment = and material testing required to complete the work. Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM A. GENERAL 11/02104 ASC-12 PART DA - ADDITIONAL SPECIAL CONDITIONS 1. Scope .. This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed of the Manhole Rehabilitation Schedule, listed in Section I. Interior manhole coating shall meet the requirements of this Section, or of Section DA-12, DA-13, DA-14, DA-16 or DA-17. 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in .. accordance with manufacturer's recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) 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 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 11102104 ASG-13 .. PART DA - ADDITIONAL SPECIAL CONDITIONS compatible with Raven 405 interior coating. The contractor shall be responsible for getting approval from Raven Lining systems and/or the grout manufacturers for the use of these grouting materials. ... 5. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject 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. 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 bench/trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) Apply a minimum of one-half (1/2) inch specialty cement-based product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. 2) 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). 3) 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. 11/02/04 ASC-14 PART DA - ADDITIONAL SPECIAL CONDITIONS 4) 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. 5) No applications shall be made to frozen surfaces or if freezing is _ expected to occur in side the manhole within 24 hours after application. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment all testing necessary to complete the work. Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER .. (OMITTED) DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMITTED) .. DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMITTED) DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMITTED) DA-20 PRESSURE GROUTING (OMITTED) DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMITTED) DA-22 FIBERGLASS MANHOLES (OMITTED) DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES (OMITTED) DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb and gutter, as �- designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No. 104"Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 �. through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, 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 11/02/04 ASCA 5 .• PART DA - ADDITIONAL SPECIAL CONDITIONS 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 This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. .. S-S5 of the Standard Specifications. The unit price bid per square yard shall be full compensation for all labor, material, equipment, r supplies, and incidentals necessary to complete the work. DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-some sub- base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent .. pavement patch, with "Type D" surface mix. This item will always be used even if no base improvements are required. The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall .. be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 6". Before the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall MW not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. .. All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions", 304"Prime Coat", and 312"Hot-Mix Asphaltic Concrete"shall govem work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and .. incidentals necessary to complete the work. 11/02/04 ASC-16 a PART DA - ADDITIONAL SPECIAL CONDITIONS DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8"deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No. 208"Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-28 WEDGE MILLING 2"TO 0" DEPTH 5.0' WIDE (OMITTED) DA-29 BUTT JOINTS— MILLED (OMITTED) 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 This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field: Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. 11/02/04 ASC-17 wa .. PART DA - ADDITIONAL SPECIAL CONDITIONS Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no •• additional cost. See Item 314" Concrete Pavement'. Asphalt base material may be required at times as directed by the Engineer to expedite the work ,. at locations identified in the field. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per .. square inch. Contractor shall work on one-half of Valley.Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. DA-32 NEW 7" CONCRETE VALLEY GUTTER (OMITTED) DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (OMITTED) r DA-34 8" PAVEMENT PULVERIZATION (OMITTED) DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) The following specifications are for the furnishing and placing of reinforced concrete pavement or base as shown on detail and as directed by the Engineer. A. GENERAL: Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except for finishing and curing. • B. FINISHING: The reinforced concrete shall be brought to a uniform surface by working with a wooden float. •• The surface shall be flush with the adjacent pavement and shall have a finish similar to the surrounding pavement. The surface shall be even and shall provide a smooth ride. ,. C. CURING: The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing .. compound conforming to the requirements of ASTM C-309, Type 2, white-pigmented compound, which shall not produce permanent discoloration of the concrete. Concrete shall be allowed to cure for seven days or test.cylinders reach 3000 psi before removal of barricades. D. EXECUTION: Included in this item will be the removal of the existing reinforced concrete pavement. The existing pavement shall be sawed so as to maintain an even, straight pavement cut. The 11/02/04 ASC-18 a PART DA - ADDITIONAL SPECIAL CONDITIONS existing reinforcing steel at sawed line and construction points shall be lapped 18 inches with the new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before on 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. fm 9. Maintain traffic control devices to protect the area until the concrete has cured seven days or concrete reaches 3000 psi compressive strength. am 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 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). 11/02/04 ASC-19 as .. PART DA - ADDITIONAL SPECIAL CONDITIONS 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 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 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 11/02/04 ASC-20 PART DA - ADDITIONAL SPECIAL CONDITIONS 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. am B. PRODUCTS: om 1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation, including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration. am C. EXECUTION: 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS om 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. 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 r- 11/02104 ASC-21 .. PART DA - ADDITIONAL SPECIAL CONDITIONS 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. d. Contaminated soil identified by test results will be disposed of according to DA-36, _ 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 oil/water 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 11102104 ASC-22 PART DA - ADDITIONAL SPECIAL CONDITIONS (discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test reports to the City. c. Alternatively, 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 oil/water 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 LEU02 meter should continuously operate in the working area. The CGI should be properly 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 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: 11/02/04 ASC-23 �a .. PART DA - ADDITIONAL SPECIAL CONDITIONS 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 rr 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: 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: 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. This item shall govern for the installation of rock riprap of the various sizes shown on the plans. 11/02/04 ASC-24 PART DA - ADDITIONAL SPECIAL CONDITIONS B. DESIGN CRITERIA: ,. 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. The channel side slope shall be as shown on the drawings. Engineering filter fabric material shall be placed underneath the riprap. Riprap shall extend up the bank to an elevation where vegetation will provide adequate protection. See cross sections. C. PRODUCT: r. 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 45-55 6 inch 0-20 Sieve Size (Square Mesh)Percent Passing 18" 18 inch 100 .. Riprap 12 inch 60-85 6 inch 15-45 3 inch 0-15 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). .. FILTER FABRIC BLANKET: Approved Manufacturer: • Supac-Heavy Grade 8NP (LIV) • Trevira 011/280 • Amoco 4553 • or Equal Heavy Grade RIPRAP GROUTING 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: 11102104 ASC-25 PART DA - ADDITIONAL SPECIAL CONDITIONS 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: CONSTRUCTION: The channel side slope and the toe excavation shall be prepared to the required lines and grades. 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. 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. Erosion features such as rills, gullies, etc. must be graded out of the surface before 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. 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 11/02104 ASC-26 PART DA - ADDITIONAL SPECIAL CONDITIONS _ 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. 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 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 riprap shall be cured by keeping the surface continuously wet for a period of not less than 7 days. E. MEASUREMENT AND PAYMENT FILTER FABRIC: Filter fabric will be measured by the square yard for material used including _ that required at toes and thickened edges of riprap. 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. 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. 11/02/04 ASC-27 PART DA - ADDITIONAL SPECIAL CONDITIONS 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 1 GENERAL: The following shall govern the furnishing and placing of concrete riprap as shown on the plans or as directed by the Engineer. 2 MATERIALS: Concrete for riprap shall be placed in accordance with the details and to the dimensions shown on the plans or as established by the Engineer. Unless otherwise shown on the _ plans, concrete riprap shall be reinforced using wire or bar reinforcement. The concrete shall be 3000 PSI at 28 days, Class A. Wire reinforcement shall be six (6) by six (6) inch No. 6 plain electric welded reinforcing fabric or its equal. A minimum lap of six(6) inches shall be used at all splices.At the edge of the riprap, the wire fabric shall not be less than one (1) inch, no more than three (3) inches from the edge of the concrete and shall have no wire projecting beyond the last member parallel to the edge of the concrete. Reinforcement shall be supported properly throughout the placement to maintain its position equidistance from the top and bottom surface of the slab. If the slopes and bottom of the trench for toe walls are dry and not consolidated properly, the Engineer may require the entire area to be sprinkled, or sprinkled and consolidated before the concrete is placed. All surfaces shall be moist when concrete is placed. After the concrete has been placed, compacted, and shaped to conform to the dimensions shown on the plans, and after it has set sufficiently to avoid slumping, the surface shall be finished with a wooden float to secure a reasonably smooth surface. 3. PAYMENT: Payment for concrete riprap in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used. Bid price will be full compensation for placing .� all materials, and for all labor, tools, equipment, and incidentals necessary to complete the work. Payment for all necessary excavation below natural ground, and bottom or slope of the excavated .. channel will be included in the bid price. DA-41 CONCRETE CYLINDER PIPE AND FITTINGS (OMITTED) DA-42 CONCRETE PIPE FITTINGS AND SPECIALS (OMITTED) : DA-43 UNCLASSIFIED STREET EXCAVATION (OMITTED) DA-44 6" PERFORATED PIPE SUBDRAIN (OMITTED) DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS (OMITTED) DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION (OMITTED) Iu0VO4 ASC-28 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-47 PAVEMENT REPAIR IN PARKING AREA The unit price bid under appropriate BID ITEM(S) of the Proposal shall cover all cost for providing pavement repair equal to or superior in composition, 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 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 (NOT AVAILABLE AT BIDDING) 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 (OMITTED) DA-50 CONCRETE ENCASEMENT ■. Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and •• E2-20 of the General Contract Documents. Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection 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. 11102104 ASC-29 ON ON PART DA - ADDITIONAL SPECIAL CONDITIONS •. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITTED) DA-53 OPEN FIRE LINE INSTALLATIONS (OMITTED) DA-54 WATER SAMPLE STATION (OMITTED) DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified. ' INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502. DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing .. submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The .. Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 11/02/04 ASC-30 r PART DA - ADDITIONAL SPECIAL CONDITIONS 2. Shop drawings shall be submitted for the following items prior to installation: ,. N/A Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals-The submittals shall be addressed to the Project Manager: Liam Conlon City of Fort Worth 900 Monroe Street Suite 201 Fort Worth, TX 76102 r. 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 (OMITTED) All work involving paving and/or drainage shall conform to the two following published specifications, except as modified herein: .. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION—CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP When H.M.A.C. greater than 9 inches in depth is encountered, it shall be replaced with a .. combination of H.M.A.C. and 2:27 concrete base, as determined by the Engineer, to achieve the required thickness of pavement. DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M.A.C. driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with H.M.A.C. equal to or better than the existing driveway. DA-61 TOPSOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item*116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMITTED) 11102104 ASC-31 am .. PART DA - ADDITIONAL SPECIAL CONDITIONS •• DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the .. actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured MR quantities. To the extent that C44.3 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 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 When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein. All work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to MR approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within Highway Right-of-Way" of the General Contract Documents and Specifications, effective July 1, 1978, as amended. DA-65 CRUSHED LIMESTONE (FLEX-BASE) ., Crushed limestone required for use as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-66 OPTION TO RENEW The City has the right to renew this contract for three (3) one year terms/expenditures of $200,000 under the same terms, conditions, and unit prices. The City shall give at least sixty(60) days notice prior to the expiration of one year from the date of execution of this contract or of an option period or a like notice at such time as there is less than $20,000 left unexpended. 11102104 ASC-32 PART DA - ADDITIONAL SPECIAL CONDITIONS .. DA-67 NON-EXCLUSIVE CONTRACT This contract is non-exclusive. During the term of this contract or any renewal hereof, the City reserves the right to advertise and award another contract for like or similar work. If a second contract is awarded, the City further reserves the right to issue work orders under either contract as it deems in its best interest, without recourse. DA-68 CONCRETE VALLEY GUTTER (OMITTED) This item shall include the repair/replacement of existing concrete valley gutters as directed by the Engineer. The proposed valley gutters will be constructed according to the detail included in these documents as well as conforming to Specification Item No. 314 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. r• The unit price bid for this item shall be full compensation for all materials (including applicable sub- base), labor, equipment and incidentals necessary to complete the work. DA-69 TRAFFIC BUTTONS The Contractor shall supply all materials and labor necessary to install traffic buttons of the same type as were previously installed at locations designated by the Engineer. The buttons to be supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a Type III Epoxy. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. am DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced to match the existing .ft 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. AM 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 oft 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 an 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 11/02/04 ASC-33 .. PART DA - ADDITIONAL SPECIAL CONDITIONS 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. a Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. .r 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 The relocation and reconnection of sprinkler system control valve and box will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to .. those located in the field and identified by the Engineer. A minimum of twenty-four (24) hours advance notice shall be given when service interruption will be required. When the relocation is required, separate payment will be allowed for the relocation .. of sprinkler back-flow preventer or control valve and box. Payment for all work and material such as back-fill, fittings, five (5) feet of PVC Schedule 40 and all material labor, and equipment used by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler back-flow preventer or control valve and box. All other costs will be included in other appropriate bid item(s). DA-74 RESILIENT-SEATED GATE VALVES (OMITTED) DA-75 EMERGENCY SITUATION, JOB MOVE-IN The Owner or Engineer shall determine when an emergency situation shall exist. When water emergency work is required, the Contractor shall mobilize to the said location within twenty-four .. (24) hours after given notification from the Inspector and/or Project Manager. The Contractor shall make all necessary arrangements for bypass pumping, setting up barricades, notifying citizens, etc., while waiting for other utilities to be located as directed by the Engineer. The Contractor shall work continuously until the emergency work order has been completed at a time agreed to by the Project Manager, Inspector, and Contractor. After the emergency work order has been completed, there will be no additional "Job Move-In" charges paid to remobilize back to the previous project location site. DA-76 1 %" & 2" COPPER SERVICES (OMITTED) 11102104 ASC-34 PART DA - ADDITIONAL SPECIAL CONDITIONS .. 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 l^ 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 work. DA-78 CONTRACTOR'S RESPONSIBILTY(UTIL. CUT) Contractor covenants and agrees to fully perform or cause to be performed, with good faith and due diligence, and in accordance with standards common to the industry and herein set forth in these Contract Documents which is hereby incorporated and made a part of this contract, pavement repair to be ordered by the City at various times and to be performed at various places by separate repair tickets. The City may designate pavement to be repaired by furnishing to the Contractor a marked drawing, or street addresses contained in a written order or by marking in the filed by paint or other means, or by any or all combinations of said methods of designation. ow The Contractor agrees that no work will be performed without written authorization from the individual designated in writing by the Director of the Engineering Department. DA-79 CONTRACT TIME (UTIL. CUT) an It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City as the need arises. It is further agreed that the term of this contract is five 11102104 ASC-35 .. PART DA - ADDITIONAL SPECIAL CONDITIONS (5) months from the date of execution of contract work order and no orders will be accepted by .. the Contractor after the contract has expired. At the end of contract the Contractor will have twenty-one (21) additional calendar days to ., complete work already ordered and fifteen additional calendar days to bill said work for a total of thirty-six days after contract termination to complete and bill work authorized pursuant to this contract. DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT(UTIL. CUT) The Contractor shall be required to furnish sufficient personnel and equipment capable of completely finishing an average of fifty (50) utility cut tickets with an aggregafe average of 750 S.Y. of permanent pavement repair each week. DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) The Contractor shall assist the Engineer in measuring each pavement repair before any work is �+ started. A repair ticket will be issued for each utility cut after measurement and twenty-one (21) calendar ., days beginning the day after the ticket is issued will be allowed for final completion of each utility cut. See also SCOPE OF WORK. .. A calendar day is any day of the week or month, Sundays or legal holidays as defined on Page C1-1 (4) Section C1-1.24 Calendar Days of Part C General Conditions. DA-82 LIQUIDATED DAMAGES (UTIL. CUT) Failure to complete work on time: The Owner and the Contractor agree that it will be most difficult or impossible to ascertain the amount of damages that will be sustained by the Owner if the Contractor fails to complete the work in the allotted time, but they both agree that the Owner would sustain substantial damages in such event. Accordingly, if the Contractor fails to complete the contract in the calendar days specified, a time charge shall be made for each working day .. thereafter, not as a penalty but as liquidated damages. The contractor shall pay liquidated damages of twenty-five dollars ($25.00) per day per ticket for .. each repair cut not completed within twenty-one (21) calendar days and liquidated damages shall end on day that repairs are completed. Should the amount otherwise due the Contractor be less than the amount of such ascertained and liquidated damages, the Contractor and his surety shall be liable to the City of such delivery. DA-83 PAVING REPAIR EDGES (UTIL. CUT) All paving repair edges shall be undamaged neat lines (by sawing or equal) and shall be parallel or perpendicular to the center line of the street. 11102104 ASC-36 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-84 TRENCH BACKFILL (UTIL. CUT) d 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 0-40 %" 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) ., Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. .. DA-87 SUBMISSION OF BIDS (UTIL. CUT) (OMITTED) DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (OMITTED) DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) (OMITTED) 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 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. .. 11102104 ASC-37 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. i 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 furnishing all labor, materials, equipment tools and incidentals necessary to complete the work. DA-91 ADJUST WATER VALVE BOXES, MANHOLES,AND VAULTS (UTIL. CUT) (OMITTED) .. DA-92 MAINTENANCE BOND(UTIL. CUT) A maintenance bond in the amount of one hundred percent (100%) of the contract amount shall be furnished for a period of two years from the date of final acceptance of the work will be required on this project. DA-93 BRICK PAVEMENT(UTIL. CUT) (OMITTED) DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) Upon the direction of the Engineer, the Contractor shall provide a lime stabilized Subgrade or base in conformance with Specification Items 210 and 212 of the City of Fort Worth's Transportation and Public Works Department's Standard Specifications for Street and Storm 11102104 ASC-38 PART DA - ADDITIONAL SPECIAL CONDITIONS Drainage Construction. Unless otherwise directed by the Engineer, lime shall be applied at the minimum rate of four pounds (4#) per square yard per inch .. depth. Payment shall be made by the square yard at the unit price bid for the quantity measured in place and shall include all labor, equipment, material, and incidentals necessary to satisfactorily complete the project. No payment shall be made for the hydrated lime as it shall be considered .. subsidiary to the bid price for lime stabilization. DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) .. At the direction of the Engineer, the Contractor shall stabilize the subgrade or base material with Portland Cement in conformance with Specification Item 214, Portland Cement Treatment, in the Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas Transportation and Public Works Department. Unless directed otherwise by the Engineer, Cement shall be applied at a minimum rate of five pounds (5#) per square yard per inch of depth. •� DA-96 REPAIR OF STORM DRAIN\STRUCTURES (UTIL. CUT) This pay item shall apply to all storm drain structures such as inlets, manholes, headwalls, or other facilities which, in the opinion of the Engineer require repair. The Contractor shall remove and replace the tops of existing drainage structures and a portion of the walls of the structure as directed by the Engineer. The vertical reinforcing steel bars in the walls shall be cleaned of any concrete or dirt and exposed a minimum of twelve (12) inches. New steel shall be used in the reconstruction of the walls and top. No payment shall be made for manhole frames, lids, steps and other miscellaneous items of construction, as they shall be considered subsidiary to the unit price bid for Repair of Storm Drain Structures. Unless directed otherwise by the Engineer, the existing manhole frames, lids, and other miscellaneous items may be reused. Storm Drain Structure Repair shall be performed in conformance with specification Item 444, "Manholes and -Inlets", and Drawing No. S-SD1 through S-SD20 of the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain .. Construction and shall further apply to all storm drainage facilities of a similar design and construction. Payment for Repair of Storm Drain Structures shall be made by the cubic yard of concrete required to reconstruct the structures as well as all steel, etc. in conformance with the appropriate drawings. DA-97 "QUICK-SET"CONCRETE (UTIL. CUT) In high traffic areas where the utility cut repair must be returned to service sooner than a normal cure time will allow, the Contractor shall use concrete admixtures as outlined in Item 422, "Concrete Admixtures" or ready made mixes such as "Rapid Set" concrete mix or approved equal. Any and all materials used shall conform to the above mentioned Item 422. Payment for quick set concrete shall be made at the unit price bid per CY as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment, tools, and incidentals necessary to complete the work. 11/02/04 ASC-39 No .. PART DA - ADDITIONAL SPECIAL CONDITIONS ON DA-98 UTILITY ADJUSTMENT(UTIL. CUT) In high traffic areas where the utility cut repair must be returned to service sooner than a normal .e cure time will allow, the Contractor shall use concrete admixtures as outlined in Item 422, "Concrete Admixtures"or ready made mixes such as"Rapid Set"concrete mix or approved equal. Any and all materials used shall conform to the above mentioned Item 422. .. Payment for quick set concrete shall be made at the unit price bid per CY as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment, tools, and incidentals necessary to complete the work. DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) All applicable provisions of Standard Specification Item 504 "Concrete Sidewalks and Driveways" shall apply. •. The Contractor shall construct standard concrete sidewalk and wheelchair ramps as shown in the details or as directed by the Engineer. All concrete flared surfaces (wheelchair ramp wing or curb) shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturer's instructions. Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches .. dimension, or other dimensions approved by the Engineer, meeting the aforementioned specification if needed. The sample, upon approval by the Engineer shall be the acceptable standard to be applied for all wheelchair ramp construction. Surface coloring shall be subsidiary to the unit price for this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a .. uniform color distribution. DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) The following criteria will be used to determine the limits of concrete pavement repair for this contract: 1. The minimum size of repair for concrete shall be 5'x 5'. .. 2. Whenever the limits of the repair are 8 feet or less from an adjacent joint of any type, the replacement shall be extended to that joint. 3. Dummy joints shall be sawed across any panel where a construction joint intersects the panel .. and a joint does not exist. All new joints (construction or dummy) shall be parallel with existing joints. 4. Depending on the existing longitudinal joint spacing and the limits of the damaged pavement, the contractor may be required to extend the replacement to the halfway point of the panel. The determination shall be made by the inspector on a case by case basis in order to assure uniform joint spacing. i 11/02104 ASC-40 PART DA - ADDITIONAL SPECIAL CONDITIONS Payment for all concrete pavement repairs shall be made at the unit price bid per square yard as shown in the proposal and shall be full compensation for furnishing all labor, materials, .. equipment, tools, and incidentals necessary to complete the work. However, payment for sawcutting dummy joints in adjacent panels shall be made under the appropriate bid item. DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) This item shall apply for the placement of concrete curb and gutter on H.M.A.C. paved streets. Specification item no. 502 of the City. of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction shall govern this item. DA-102 PAYMENT(UTIL. CUT) Because of the unique nature of this contract, C8-8.5 PARTIAL ESTIMATES AND RETAINAGE of the General Conditions shall not apply and shall be superseded by the following: (Please initial below) Whenever the improvements prescribed by an individual Work Order have been completed, the Contractor shall notify the Engineer. The Engineer or other appropriate official of the Owner will, within a reasonable time, perform the inspections. If such inspection reveals that the improvements are in an acceptable condition and have been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will recommend acceptance of the work under that particular Work Order and recommend payment therefore. .. If the Engineer finds that the work has not been completed as required, he shall so advise the Contractor in writing, furnishing him an itemized list of all known items which have not been completed or which are not in an acceptable condition. When the Contractor has corrected all such items, he shall again notify the Engineer that the improvements are ready for inspection, and the Engineer shall proceed as outlined above. •� Whenever the improvements prescribed by the individual Work Order have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, an .. estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. The amount of the estimate will be paid to the Contractor after acceptance by the Water Department Director, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, .. or other organizations furnishing labor and/or materials under that Work Order have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the individual payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under that Work Order or any-act or neglect of said City relating to or connected with the Contract. 11/02/04 ASC-41 .. PART DA - ADDITIONAL SPECIAL CONDITIONS The making of the payment by the Owner shall not relieve the Contractor of any guarantees or •• other requirements of the Contract Documents which specifically continue thereafter. Bidder's Initials DA-103 DEHOLES (MISC. EXT.) .. The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order together with a sketch. The location and dimensions shown on the plans relative to other existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, .. existing underground utilities. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the dehole process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities resulting from the Contractor's operations, shall be restored at his expense. Payment for work such as backfill and all other associated appurtenants required, shall be included in the price of the appropriate bid item. DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) .. The Contractor shall have no more than three (3) locations under construction at any one time, unless approval by the Engineer has been granted in writing. DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) Care shall be taken to keep all water extensions clean and free from foreign objects. Chlorinated lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe laying, water shall be introduced slowly for sterilization, after which the extension shall be thoroughly flushed with clean water. Risers shall be installed, as directed by the Engineer, for flushing and for providing sample points for bacteria tests. The water main extensions of the project shall be tested under normal line pressure and any leaks observed shall be immediately repaired. DA-106 BID QUANTITIES (MISC. EXT.) Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. .. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. 11/02/04 ASC-42 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-107 LIFE OF CONTRACT (MISC. EXT.) It is contemplated that Work Orders will be issued to the Contractor for work to be performed under this Contract for not to exceed 365calendar days following the date of the Contract nor to exceed the limit of the bid price, whichever should occur first. The Contractor shall be required to complete any work covered by a Work Order issued prior to that date of termination but will not be required to accept any work order for execution dated after that date of termination. If the cost of the work performed under this Contract is less than the limit of the bid price at the end of the 365 calendar day period, at the City's option and the Contractor's concurrence, the Project may " be extended to the limit of the bid price. DA-108 FLOWABLE FILL (MISC. EXT.) 1. Description: r The flowable fill material shall be delivered to the site, free flowing and self-leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting. The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu. ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels. The height of free fall of the flowable fill shall not exceed four(4)feet. 2. Material Specifications: Flowable fill shall consist of: a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as .. necessary). b. Aggregates meeting ASTM C-33 c. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm Drain Construction Item 406 d. Flyash, Class C or F, meeting ASTM C-618 e. Admixtures 1. Mineral admixtures will be pozzolanic 2. Chemical admixtures shall be in liquid or powder form used in standard ready-mix concrete products unless specifically designed for flowable fill. Permissible types .. of admixtures are: a. High air generators, as manufactured by Grace Construction Products or approved equal, which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength. b. Air entraining admixtures conforming to ASTM C-260. .. c. High range water reducers conforming to ASTM C-494 Type F or G. d. Accelerating admixtures conforming to ASTM C-494, Type C. 1. Non-chloride, non-corrosive accelerators used where metals are present in concrete or embedded members. 2. Calcium chloride DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) (OMITTED) 11/02/04 ASC-43 am sm PART DA - ADDITIONAL SPECIAL CONDITIONS DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) The Engineer shall determine and designate to the Contractor the location of the service main ., requiring replacement by a Work Order together with a sketch for each such replacement, giving the limits, size and nature of work required. The Engineer will notify the Contractor that a Work Order is ready and fax the Contractor a copy of the Work Order notification. The Contractor is to .. provide his fax number to the Engineer at the pre-construction conference. Single or several Work Orders may be issued at one time. The Contractor shall initiate work on a replacement within seven (7)working days of the date the Work Order is faxed to the Contractor, and continue work on the Work Order until it has been completed, not including paving. The Contractor shall furnish and supply sufficient equipment and personnel to complete the Work Order in the amount of time provided for in the Work Order. Should the Contractor fail to start any Work Order within the time specified, he shall add the necessary work crews and equipment to prosecute the work to complete the Work Order or Work Orders in the time provided therefore. DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) Should the contractor fail to complete an individual work order in the given amount of calendar days as specified on each individual work order, liquidated damage charges as prescribed in Part .. C - General Conditions C7-7.10 Time of Completion will be subtracted from the final pay estimate of that particular work order. The estimated amount for each particular work order will be used for determining the amount of damages charged per calendar day of time exceeding the specified .. amount. The first two paragraphs of Part C - General Conditions C7-7.10 Time Of Completion shall be replaced with the following: The time of completion of each individual work order in an essential element of this contract. Each work order issued will have the maximum allowed number of calendar days allowed for the completion of that specific work. The number of calendar days specified will be calculated as follows: The total estimated cost for the specific work order divided by 2000 (rounded up) + 10 days = Number of Calendar Days allowed for Construction of Individual Work Order. .. DA-112 MOVE IN CHARGES (MISC. REPL.) A Work Order may contain one or more locations. One move-in fee will paid to the contractor per Work Order issued. Locations for multiple sites per Work Order will be in the same general vicinity, if possible, and if so, only one mobilization charge will be paid. When water and sewer work are required only the water move in fee will be paid. At no time will both fees be paid for one specific location. DA-113 PROJECT SIGNS (MISC. REPL.) Project Signs are required at all locations which will be under construction for more than thirty (30) calendar-days as indicated in Part B Proposal. Project Signs shall be in accordance with Figure 30 (dated 9-18-96) of the General Contract Documents. The signs may be mounted on 11/02/04 ASC-44 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 ®, fumishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. DA-114 LIQUIDATED DAMAGES (MISC. REPL.) The Contractor shall pay liquidated damages of one hundred dollars ($100.00) per day per Work Order, for failure to begin a Work Order within the seven (7) working days of the date the Work Order is faxed to the Contractor. Failure to complete project within the stipulated construction time on the Work Order, the Contractor will pay liquidated damages in the amount stipulated in these contract documents. DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) Because of the 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. DA-116 FIELD OFFICE As specified in Part C, General Conditions C5-5.6, the contractor shall provide a field office exclusively for the City of Fort Worth Construction Manager and coordination meetings for the following: A. Temporary field office shall be established on the job site where approved or directed by the Engineer, adequately furnished. B. Contractor shall provide either a separate building or a partitioned-off space of at least 140 sq ft of floor space with solid lockable door in Contractor's building for the exclusive use of the City of Fort Worth Construction Manager throughout the period of construction. The temporary office shall be weathertight, have a tight floor at least 8-in off the ground and shall be insulated and suitably ventilated. The office shall be provided with janitor service, heating and cooling equipment, electrical wiring, outlets and fixtures suitable to light the tables and desk .. adequately as directed. Provide separate toilet facilities in the field office. C. Provide the following furniture and equipment in the Construction Manager's office: 1. One plan table, 3-ft by 5-ft and one stool 2. Desk about 3-ft by 5-ft with desk chair 3. Two additional chairs 4. Two-drawer, filing cabinet with lock Field office shall also have available to the Construction Manager the following: 1. One conference table (6-ft). 2. Eight folding chairs. 11/02/04 ASC-45 PART DA - ADDITIONAL SPECIAL CONDITIONS 3. First aid kit suitable for ten people with manual, American White .. Cross No. K10 or equal. 4. Duplicating machine, Xerox Model 10251 or equal. D Contractor shall furnish temporary light and power, including wiring, lamps and similar equipment as required to adequately light all work areas and with sufficient power capacity to meet the reasonable needs of the Construction Manager. Contractor shall make all necessary arrangements with the local electric company for temporary electric service and pay all expenses in connection therewith and pay all electrical bills. DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan. A traffic control plan has been prepared and is .. included in the project plans. All other requirements of D-8 shall apply. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS — (OMITTED) oft km no RM own am 11102104 ASC-46 PART E TECHNICAL SPECIFICATIONS SPECIFICATIONS (WATER DEPARTMENT) NOT INCLUDED HEREIN CITY OF FORT WORTH MATERIAL (E-1) AND CONSTRUCTION (E-2) SPECIFICATIONS Latest Revisions 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 m 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 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 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. x 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 --w 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 liners/barriers 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 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 water and prevent interference or delay the work. The pumping of water shall be 02200 - 5 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 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 lb 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 m 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. 02222 - 1 mow. 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 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 _ X1410 .0 �; 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 1, 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 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; 3/4" x 3/4"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 (15°C)working temperature range, 6-inch wide for construction joints, 9-inch wide for expansion joints, maximum possible lengths, ribbed profile, preformed comer 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 x® A. Earth forms are not permitted. 03100 -3 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 prptrusions 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. 1. Do not reuse wood formwork more than three times. Do not patch formwork. 3.4 APPLICATION - FORM RELEASE AGENT 03100-4 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. NUN 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". M 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. 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 M1 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 (15°C), 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 -m 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 N. 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. a 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 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. T 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. PART 2-PRODUCTS 2.1 CONCRETE MATERIALS 03300-2 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. 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 CONCRETE MIX 03300 -3 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 "II" 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. Unit Measurement m 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 manufacturers or producers 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 03300 -4 mixture studies for concrete for any conveying or placing method proposed which requires special properties and for concrete to be placed in unusually difficult 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. 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 (fc) by the amount indicated below. This required average compressive strength, fcr, 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 fcr. During production, adjust the required fcr, 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 w 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: fcr=fc+ 1.34S where units are in psi fcr= fc+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 03300 - 5 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 fcr as follows: 1. If the specified compressive strength fc is less than 3,000 psi: fcr=fc+ 1000 psi 2. If the specified compressive strength fc is 3,000 to 5,000 psi: fcr-fc+ 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. 03300 -6 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%inch in 10 feet. 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 OWNERIENGINEER, 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, 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 03300-7 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 Greater than 60 90 F - 40 to 60 85 F Less than 40 80F 3.6 PREVENTION OF PLASTIC SHRINKAGE CRACKING a 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. sY, C. Steel trowel surfaces which are scheduled to be exposed. 03300-8 D. In areas with floor drains, maintain floor elevation at walls. Pitch surfaces m 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 concrete hardeners or terrazzo floors are scheduled to be installed. Remove the compound film from all exposed surfaces at the end of the u 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 m. 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. 03300- 9 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. ..a 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 .N 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 03300 - 10 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. 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 "II" 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 T- 03300 - 11 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. 'M 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 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. 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. 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 wr �r 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) SECTION E SPECIFICATIONS JANUARY 1, 1978 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 w E1 MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS 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. 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). VENDOR COMPLIANCE TO STATE LAW 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. The principal place of business of our company is in the State of [ ] Nonresident bidders in the §tate-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. BIDDER: S .J . Louis Construction of By: T.ecy whit-man Company Texas , Ltd . (please print) 520 S . 6th Ave. , PO Box 834 Signature: 4 & .w . Mansfield Texas 76063 Title:General Manager City State Zip (please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION w CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: April 4, 2006 NAME OF PROJECT: WALNUT CREEK SANITARY SEWER PHASE I PROJECT NUMBER: DOE No.4440;City Project No.00343;Sewer Project No. P274-703140034383 IS TO CERTIFY THAT: S.J.Louis Construction of Texas Ltd. 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. TYPE OF INSURANCE Policy Effective Expires Limits of Liability +W Worker's Compensation WC9307201 11/01/05 11/01/06 Statutory Comprehensive General Bodily Injury: Liability Insurance(Public Ea.Occurrence: $1,000,000 Liability) GLO9307200 11/01/05 11/01/06 Property Damage: Ea.Occurrence: $Included Blasting GL09307200 11/01/05 11/01/06 Ea.Occurrence: $ 1,000,00 Collapse of Building or 11/01/06 structures adjacent to GL09307200 11/01/05 Ea.Occurrence: $1,000,00 excavations Damage to Underground Utilities GL09307200 11/01/05 11/01/06 Ea.Occurrence: $1,000,00 Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea.Person: $ N/A Ea.Occurrence:$ Property Damage: BAP9307199 11/01/05 11/01/06 Ea.Occurrence:$Included Bodily Injury: Contractual Liability Ea.Occurrence: $1,000,00 Property Damage: GL09307200 11/01/05 11/01/06 Ea.Occurrence: $ Included Other Umbrella AUC4275280 11/01/05 11/01/06 $8,000,000 Each occurrence $8,000,000 Aggre-gate Locations covered: All Locations within United State of America Description of operations covered: All Operations of Named Insured The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five(5)days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five(5)days actual notice of change or cancellation to be assured,the above policies contain such special requirements,either in the body thereof or by appropriate endorsement thereto attached. 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 worker's compensation insurance policy. Agency Acordia of Minnesota, Inc. Insurance Co... Zurich Insurance Company Agent Beverly A. Spreigl By Address 4300 MarketPointe Drive Title CPCU Bloomington, MN 55435 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A Labor Code Section 406.096(2000),as amended,Contractor certifies that it provides workers' compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No. 4440 and City of Fort Worth Project Number P274-703140034383 S.J.Louis Construction of Texas,Ltd. CONTRACTOR By. i�� - Les V. Whitman, General Manager ' Title ' April 7 , 2006 Date STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority,on this day personally appeared L e s V. Wh i t m known to me 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.J.Louis Construction of Texas,Ltd.the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 7 da y of "¢ 2006. BECKY JONES COMMISSION EXPIRES 4otPublic' 4and * p December 19,2006 the State of Texas CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION 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. 4440 and City of Fort Worth Sewer Project No. P274-703140034383 CONTRACTOR By: Name: Title: Date: STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared , 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 for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this day of ,20_ Notary Public in and for the State of Texas PART F - BONDS AND INSURANCE CERTIFICATE OF INSURANCE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND ow CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH,TEXAS Date: NAME OF PROJECT: WALNUT CREEK SANITARY SEWER PHASE I PROJECT NUMBER: DOE.No.4440;City Project No.00343;Sewer Project No.P274-703140034383 THIS IS TO CERTIFY THAT (Name and Address of Insured) r 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 in accordance with the provisions of the standard policies used by this Company,and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy No. Effective Expires Limits of Liability Worker's Compensation +r. Comprehensive General Bodily Injury: Liability Insurance Ea.Occurrence: $ (Public Liability) Property Damage: Ea Occurrence: $ Blasting Ea.Occurrence: $ Collapse of Buildings or structures adjacent to Ea.Occurrence: $ excavation Damage to Underground Utilities Ea.Occurrence: $ Builder's Risk Bodily Injury: Comprehensive Ea.Person: $ Automobile Ea.Occurrence: $ Liability Property Damage: Ea Occurrence: $ Bodily Injury: Contractual Liability Ea.Occurrence: $ Property Damage: Ea. Occurrence: $ Other Location covered: Description of operation covered: The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation.City of Fort Worth is named additional inured with respect to General Liability of this project. Where applicable local laws or regulation require more than five(5)days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. Agency Fort Worth Agent By Address Title r Bond No. 190-016-226 PERFORMANCE BOND THE STATE OF TEXAS § r § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: w That we,(1) S.J. Louis Construction of Texas, Ltd. as Principal herein,.and(2) Liberty Mutual Fire Insurance Company •• a corporation organized under the laws of the State of(3) 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 Two Million,Three Hundred Eighty-Six Thousand,Five Hundred Sixty and 89/100ths dollars($2,386,560.89 ) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,Principal has entered into a certain written contract with the Obligee dated the day of APR 2 20116 ,20 06,a copy of which is attached hereto and made a part hereof for all purposes, for the construction of WALNUT CREEK SANITARY SEWER PHASE I DOE No. 4440 City Project No.00343,Sewer Project No.P274-703140034383. NOW,THEREFORE,the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default,and reimburse and repay Obligee for all outlay and expense that Obligee may incur .� in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code,as amended,and all liabilities on this bond shall be determined in accordance with the provisions of such statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this day of APR 2 Q7 2006 ,20 06 S.J.LOUIS CONSTRUCTION OF TEXAS, LTD. PRINCIPAL ATTEST: By: Name: Les V.Whitman (Principal)Sec'etary Title: General Manager (S L) Address: 520 South Sixth Avenue P.O.Box 834 Mansfield,TX 76063 Witness as to Principal LIBERTY MUTUAL FIRE INSURANCE COMPANY SURETY ATTEST: By: N/A Name: Laurent R. Laventure Secretary Attorney in Fact (S E A LA Address: 4300 MarketPointe Drive Suite 600 "4,0 Bloomington,MN 55435 Wityess as to Surety Telephone Number: 952-830-3000 !" NOTE: (1) Correct name of Principal(Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. " Liberty Mutual Fire Insurance Company Interchange Corporate Center 450 Plymouth Road,Suite 400 Plymouth Meeting, PA 19462-1644 LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this day of .f ; , 2006 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. ,o,.rY?yy BECKY JONES MY COMMISSION EXPIRES Notary Public -•: *i Dewmber 19,20M ( ary S al) ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this day of , 2006 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. Notary Public, - (Notary Seal) KATHLEEN SORENSON Notary Public-Minnesota My Commission Expires Jan 31,2010 Wv�snrvtnnrrvu;M..r 1843221 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 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, TODD A. KELSEY,AMY M. BURNS,ALL OF THE CITY OF BLOOMINGTON, STATE OF MINNESOTA......................................... , each individually if there be more than one named,its true and lawful attomey-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 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, PW execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such V 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 U) signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be u) ti as binding as if signed by the president and attested by the secretary. a 'q d By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attomeys-in-fact: .G e Pursuant to Article XIII,Section 5 of the By-Laws,Garnet W. Elliott,Assistant Secretary of Liberty Mutual Fire Insurance Company,is hereby ,Is� authorized to appoint such attomeys-in-fact as may be necessary to act in behalf of the Company to make, execute,seal,acknowledge and e 3 deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. O a1 v H 07 That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. W a— 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 L Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting,Pennsylvania this 8th day of November o ) n 2005 Q ch D 0 is y LIBERTY MUTUAL FIRE INSURANCE COMPANY �'0 oL 3r dL Byt�r-� =Jt �✓- TJL a 4 Garnet W.Elliott,Assistant Secretary o COMMONWEALTH OF PENNSYLVANIA ss d HCOUNTY OF MONTGOMERY d O COn this 8th day of November 2005 , before me, a Notary Public, personally came Garnet W. Elliojt, to me known, and m Q.— acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he = E ti executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the W direction of said corporation. 04 0 IN TESTIMONY WH � ,?� unto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year �COo O first above written. Q. oNW�r 4 EN CtNr WNWEALTH OF PE nIVANiA C CP M v OF t6 Seel 3 0 11 y Teresa Paetata,Nobly Public ByPIVRO ��,y,�,• 'TW,Liuk cour*l I Ter sa Pastetla,Notary Public O !''vSYt.���CJ hAy Cart Ex>3ires Mar.28.2008 F r i CERTIFICATEqRY _,�p4�+® M*Mbat,P*AftXy1V*hi°nswc'*00no1N WI" 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 l do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII,Section 5 of the By-laws of Liberty Mutual 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. �i r1 IN TESTIMONY WHFREOF,I have hereunto subscribed my name and affixed the corporate seal of the said company,this_ NPp '9Urr11 &fay of wa Davi6 M.Carey,Assi . t Secretary PERFORMANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That we,(1) as Principal herein,and(2) a corporation organized under the laws of the State of(3) _ , 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 dollars($ for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS,Principal has entered into a certain written contract with the Obligee dated the day of , 20_, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of WALNUT CREEK SANITARY SEWER PHASE I, DOE No. 4440, City Project No. 00343,Sewer Project No.P274-703140034383. NOW,THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully am perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason an of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and ` effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code,as amended,and all liabilities on this bond shall be determined in accordance with the ON provisions of such statute,to the same extent as if it were copied at length herein. MW IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this day of ,20 PRINCIPAL ATTEST: By: Name: (Principal) Secretary Title: (S E A L) Address: Witness as to Principal SURETY ATTEST: By: Name: Secretary Attorney in Fact (S E A L) Address: Witness as to Surety Telephone Number: NOTE: (1) Correct name of Principal(Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original copy of Power of Attorney u..,. shall be attached to Bond by the Attomey-in-Fact. The date of bond shall not be prior to date of Contract. do Bond No. 190-016-226 an ., PAYMENT BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That we,(1) S.J.Louis Construction of Texas,Ltd. as Principal herein,and(2) Liberty Mutual Fire Insurance Company 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 Two Million,Three Hundred Eighty-Six Thousand,Five Hundred Sixty and 89/100ths Dollars($ 2,386,560.89 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally,firmly by these presents: Ma WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the day of APR ' 4-0-6-—, 20 06, which contract is hereby referred to and made a part IN hereof as if fully and to the same extent as if copied at length,for the following project: WALNUT CREEK SANITARY SEWER PHASE I, DOE No. 4440, City Project No. 00343, Sewer Project No. on P274-703140034383. NOW, TIIEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said w 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. +w IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety , have executed this instrument. SIGNED and SEALED this day of APR 2 5 2006 ,20 06 . S.J. LOUIS CONSTRUCTION OF TEXAS, LTD. PRINCIPAL ATTEST: By:���.406 � .� Name: Les V.Whitman (Principal)Sec etary Title: General Manager zdka L) Address: 520 South Sixth Avenue P.O. Box 834 Mansfield,TX 76063 WitAess as to Principal LIBERTY MUTUAL FIRE INSURANCE COMPANY SURETY ATTEST: By: � �GISC.. i�— N/A Name: Laurent R. Laventure Secretary Attorney in Fact (S E A L) Address: 4300 MarketPointe Drive Suite 600 C kz4 z Bloomington,MN 55435 Wi ss as to Surety Telephone Number: 952-830-3000 *"^ NOTE: (1) Correct name of Principal(Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. r The date of bond shall not be prior to date of Contract. a� LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this /' day of r,[,;. 2006 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. Notary Public BECKY JONES (N 09ry S I) MY COMMISSION EXPIRES >f ,E December 19,2006 ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN ft On this I— day of •� rim, 2006 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. Notary Public, 6cz (Notary Seal) f9 w„•v,w.nnn w KATHLEEN SORENSON Notary Public-Minnesota My Commission Expires Jan 31,2010 1843222 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 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, TODD A. KELSEY,AMY M. BURNS,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: me ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make, cc PROP execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such 'R attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their d signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be w as binding as if signed by the president and attested by the secretary. .� rn By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attomeys-in-fact: A Pursuant to Article XIII,Section 5 of the By-Laws,Garnet W. Elliott,Assistant Secretary of Liberty Mutual Fire Insurance Company,is hereby cc authorized to appoint such attomeys-in-fact as may be necessary to act in behalf of the Company to make, execute,seal,acknowledge and e 3 deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. o tM V H 3 That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. W cc> IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of i £ 0 CL oq Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting,Pennsylvania this 8th day of November 3 2005 co o� i0 y LIBERTY MUTUAL FIRE INSURANCE COMPANY L'G CLcc - L CL E c Garnet W.Elliott,Assistant Secretary 20 o (D-o COMMONWEALTH OF PENNSYLVANIA ss ,., .. pe COUNTY OF MONTGOMERY e On this 81th day of November 2005 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and m 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 1 +E ti 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. ID o e IN TESTIMONY WH RA_SZ_ unto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and yearcP first above written. Q ,oNw�q ! E n COMMONWEALTH OF PENNSYLVANIA � Y=C? OFNOOM SOW Teresa Pdst^huw PLM By � c0� P"_ihT9J .MMA p110fyC­V Ter sa Pastella,Notary Public .0 ��r� L�,��`` kh'{�rrm�cekxiEr�isuaAIar.28.8008 CERTIFICATE A'NRy$Y,, +� momoa,PowwyNanlaAnwi"1a'allotatim I, the undersigned, Assistan ecretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy, is in full force and effect on the date of this certificate;and l do further certify that the officer or official who � executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attomeys-in-fact as provided in Article XIII,Section 5 of the By-laws of Liberty Mutual Fire Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the t� following vote of the board of directors of Liberty Mutual Fire Insurance Company at a meeting duly called and held on the 12th day of March,1380. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds,shall be valid and binding upon the company with the same force and effect as though manually affixed. NN F IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said company,this day of i vos B Y Z42- A;; David M.Carey,Assi, t Secretary PAYMENT BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That we,(1) as Principal herein, and(2) a corporation organized and existing under the laws of the State of(3) as surety, are held and firmly bound unto the City of Fort Worth,a municipal corporation located in Tarrant and Denton Counties,Texas,Obligee herein, in the amount of Dollars($ 1 for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the day of , 20_, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: WALNUT CREEK SANITARY SEWER PHASE I, DOE No. 4440, City Project No. 00343, Sewer Project No. P274-703140034383. mom 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 ,20 PRINCIPAL ATTEST: By: Name: (Principal)Secretary Title: (S E A L) Address: Witness as to Principal SURETY ATTEST: By: Name: Secretary Attorney in Fact (S E A L) Address: Witness as to Surety Telephone Number: NOTE: (1) Correct name of Principal(Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond No. 190-016-226 +rr ** MAINTENANCE BOND .�. THE STATE OF TEXAS § COUNTY OF TARRANT § ON KNOW ALL BY THESE PRESENTS: That S.J.Louis Construction of Texas,Ltd. ("Contractor"),as principal,and Liberty Mutual Fire Insurance Company a corporation organized under the laws of the State of Massachusetts , ("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 Two Million,Three Hundred Eighty-Six Thousand, Five Hundred Sixty and 89/100ths Dollars (S 2,386,560.89 ), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors,administrators,assigns and successors,jointly and severally. +� This obligation is conditioned,however,that: WHEREAS,said Contractor has this day entered into a written Contract with the City of Fort Worth,dated the of APR 2 5 2006 2006 , a copy of which is hereto attached and made a part .wr hereof, for the performance of the following described public improvements: WALNUT CREEK SANITARY SEWER PHASE I, the same being referred to herein and in said contract as the Work and being designated as 40 project number(s) DOE#4440, City Project No. 00343: Sewer Project No.P274-703140034383 and said contract, including all of the specifications,conditions, addenda,change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof;and, 40 WHEREAS,in said Contract,Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of two (2) years after the date of the final so acceptance of the work by the City;and WHEREAS,said Contractor binds itself to maintain said work in good repair and condition for said term of two(2)years;and as WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary;and, on ow AM WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null go and void,and have no force or effect.Otherwise,this Bond shall be and remain in full force and effect,and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF,this instrument is executed in Eight counterparts,each of which shall .■ be deemed an original,this—day of_ APR 2 J 2006 ,A.D.20 06 ATTEST: S.J.LOUIS CONSTRUCTION OF TEXAS,LTD. (S E A L) Contractor `.. By: Gd t i�cc&Z4— '. Secretary Name: Les V.Whitman Title: General Manager go ATTEST: LIBERTY MUTUAL FIRE INSURANCE COMPANY (S E A L) Surety N/A By: Secretary Name: Laurent R.Laventure Title: Attorney-in-Fact Witne 4300 MarketPointe Drive,Suite 600 Bloomington,MN 55435 Address r■ w. LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this day of -; i 2006 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. 'pV'P•••• BECKYJONES Notary Public MY COMMISSION EXPIRES (Nota Sal) December 19,2006 ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this -It' day of .�pri , 2006 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. Notary Public, (Notary Seal) I*My KATHLEEN SORENSON Notary public-Minnesota Commission Expires Jan 31,2010 vWvNni4�w^•r.^inn. 1843223 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 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, TODD A. KELSEY,AMY M. BURNS,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 following By-law and Authorization: ARTICLE X111-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such d i 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 H r signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be N y as binding as if signed by the president and attested by the secretary. O .Q ca y By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: I O Pursuant to Article XIII, Section 5 of the By-Laws,Garnet W. Elliott,Assistant Secretary of Liberty Mutual Fire Insurance Company,is hereby ca authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute,seal,acknowledge and O deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. O Im ri l- 7 That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. c W IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of L E CD >joil Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting,Pennsylvania this 8th day of November G 2005 Q co W y LIBERTY MUTUAL FIRE INSURANCE COMPANY 1-'aO2 3W O to E By M Garnet W.Elliott,Assistant Secretary M O y-w COMMONWEALTH OF PENNSYLVANIA ss N COUNTY OF MONTGOMERY C IS On this 8th day of November 2005 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and �N 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 a E 4F executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the L direction of said corporation. d o 0 IN TESTIMONY WH P unto subscribed my name and affixed my notarial seal at Plymouth:Meeting,Pennsylvania,on the day and year > m first above written. . ,E3Nftt4 N pal �`. {���yPPWAONVEALTH OF PE Y1 YANiA C co V OF: Notww06 Teresa Pasta.ray PsMio By p.- 'r"1X-ma.CWV Terms Pastelia,Notary Public 41- 14 C mussbr�Ea#m Mar.28,MI 12 CERTIFICATE 1- Mameai,r'anttxpivviaAssocWkonofN* " Ry I, the undersigned, Assistan ecretary of Liberty Mutual Fre 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 l do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII,Section 5 of the By-laws of Liberty Mutual 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, 1360. 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 day of w. By Dav!6 M.Carey,AsslptilFt Secretary MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That ("Contractor"),as principal,and a corporation organized under the laws of the State of , ("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 Dollars ($ ), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors,administrators,assigns and successors,jointly and severally. This obligation is conditioned,however,that: WHEREAS,said Contractor has this day entered into a written Contract with the City of Fort Worth,dated the of 20_, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: WALNUT CREEK SANITARY SEWER PHASE I, the same being referred to herein and in said contract as the Work and being designated as project number(s) DOE#4440, City Project No. 00343; Sewer Project No. P274-703140034383 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof;and, WHEREAS,in said Contract,Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of two (2) years after the date of the final acceptance of the work by the City;and WHEREAS,said Contractor binds itself to maintain said work in good repair and condition for said term of two(2)years;and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary;and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void,and have no force or effect.Otherwise,this Bond shall be and remain in full force and effect,and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF,this instrument is executed in counterparts,each of which shall be deemed an original,this_day of ,A.D.20 ATTEST: (SEAL) Contractor By: Secretary Name: Title: ATTEST: (S E A L) Surety By: Secretary Name: Title: Address dWLi PART G CONTRACT (CITY OF FORT WORTH) PART G-CONTRACT THE STATE OF TEXAS § COUNTY OF TARRANT § 'APR 2:J 2006 THIS CONTRACT,made and entered into the day of .2006and 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 tdrmed"CONTRACTOR". WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned,to be made and performed by the Party of the First4'art (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: WALNUT CREEK SANITARY SEWER,PHASE I 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 w 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 8 counterparts in the year and say first above written. City of Fort Worth.Texas(Owner) ATTEST: Po First part BY: " Marc A.Ott,Assistan ity Manager City Sicretary Contract Authorizations (Seal) Date WITNESSES: S.J.Louis Construction of Texas.Ltd. 520 S.6th Avenue Mansfield,TX 76063 Contractor ' By t Title: Les VWhitman .' Ge neral Manager APPROVED: lt.�- Lid —4� Approved as to Form and Lega a A.Douglas Rademaker,P.E.Director Asst.City Attorney Department of Engineering .r PART G-CONTRACT THE STATE OF TEXAS § COUNTY OF TARRANT § THIS CONTRACT, made and entered into the day of ,2006 by and 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 of the City of County of 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: Walnut Creek Sanitary Sewer Phase 1 DOE#4440 City Project No.00343 Sewer Project No.P274-703140034383 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. .rr G-1 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 therefor, 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 counterparts in the year and say first above written. City of Fort Worth,Texas(Owner) ATTEST: .wu Party of the First part BY: ASST.City Manager CW City Secretary (Seal) WITNESSES: Contractor By: _ Title: APPROVAL RECOMMENDED Approved as to Form and Legality: A. Douglas Rademaker,P.E.Director Asst. City Attorney Department of Engineering CW M" r G-2 i' 1Ylp� WAGE RATES - OFFICIAL Ron CII 'sok6' T TEX. EX ._a 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 CY) $10.00 Crane,Clamshell, Backhoe, Derrick, Dragline, Shovel(> 1 1/2 CY) $11.52 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 APPENDIX A GEOTECHNICAL REPORT �}.ate*�-•'�r-til�7R+'� �d�, j��kR'y�`p'�C fysl i''„/����� • • T���y�► �R'2 'M.1�.1y C' i HI' 3 t a a f 1Sy �4s MAs TEK Engineering WAssociates, Inc. November 3, 2004 Mr. Terry Foyt Phn: (817) 735-2889 Carter & Burgess, Inc. Fax: (817) 735-6148 777 Main Street Email: Foyt@c-b.com Fort Worth, Texas 76102 Re: Geotechnical Investigation Walnut Creek Sanitary Sewer City of Fort Worth Benbrook, Texas Mas-Tek Project No.: E04-1004 Dear Mr. Foyt: Please find enclosed our report summarizing the results of the geotechnical investigation performed at the above referenced project site. We trust the recommendations derived from this investigation will provide you with the information necessary to complete your proposed project successfully. For your construction materials testing and related quality control requirements, it is recommended that the work be performed by Mas-Tek Engineering & Associates in order to maintain continuity of inspection and testing services for the project under the direction of the geotechnical project engineer. We thank you for the opportunity to provide you with our professional services. If we can be of further assistance, please do not hesitate to contact the undersigned at (972) 709-7384. Sincerely, MAS-TEK ENGINEERING &ASSOCIATES -�eIeR-oland Mark J. arrow, P.E. �- Project Manager Princ' �T ep•e , �„ .d. s �•-� o Io• e e o e o e 0 0 e e o o� K J. FARROW 0 Geotechnical Consulting & Materials Testing 3228 Halifax,Suite B Dallas,Texas 75247 972 709-7384 TABLE OF CONTENTS WALNUT CREEK SANITARY SEWER PAGE 1.0 INTRODUCTION ---___________w_________________w__�_________�_________� 1.1 PROJECT DESCRIPTION 1.2 PURPOSE AND SCOPE ---__________�_ww 1 2.0 FIELD INVESTIGATION---_____________-------------_ _________�______�___ 3.0 LABORATORY TESTING-------------------------------------------------------------_------2 4.0 SITE AND SUBSURFACE CONDITIONS----------------------_-----____--- -_2 4.1 GENERAL SITE CONDITIONS -----------______________________________�______2 4.2 SITE GEOLOGY _____w________ __3 4.3 SUBSURFACE CONDITIONS---________ --3 4.4 GROUNDWATER CONDITIONS------ --3 5.0 WATER LINE CONSTRUCTION -- ------ 4 5.1 BORE CROSSINGS --------- - 4 5.2 TRENCH EXCAVATIONS 4 5.3 OPEN CUTS5 5.3.1 OPEN CUTS NEAR ACTIVE RAILROAD TRACKS 5 ++ 5.4 TRENCH BRACING/BORE PIT SHORING -- 6 5.5 DEWATERING ----- -- ---- 6 .. 5.6 CONSTRUCTION CONSIDERATIONS 6 6.0 EARTHWORK GUIDELINES ------------------------------------ 7 6.1 TRENCH BACKFILL ---------- ------- - 7 6.2 FIELD SUPERVISION AND DENSITY TESTING 8 7.0 LIMITATIONS 8 FIGURES PLAN OF BORINGS ----- ---- - 1 LOGS OF BORINGS 2 THROUGH 6 LEGEND -KEY TO TERMS OF BORINGS & SYMBOLS ----- ---- 7 SIEVE ANALYSIS 8 RECOMMENDED SLOPE RATIOS FOR OPEN TRENCH CUTS 9 DESIGN OF TRENCH BRACING-- MAS-TEK ENGINEERING & ASSOCIATES E04-1004 GEOTECHNICAL INVESTIGATION WALNUT CREEK SANITARY SEWER BENBROOK, TEXAS 1.0 INTRODUCTION 1.1 PROJECT DESCRIPTION This project consists of approximately 6,000 lineal feet of sanitary sewer line to be constructed near the UPRR R.O.W. from Winscott Boulevard to Loop 820 in Benbrook, Texas. This project will include multiple bore crossings as described in Section 5.1. Invert depths will generally be less than 15 feet except as noted below. The majority of the project will consist of open cuts. See plan of Borings (Figure 1) for site configuration and location. A; 1.2 PURPOSE AND SCOPE .ir The purposes of this geotechnical investigation were to: 1) explore the subsurface conditions at the site; 2) evaluate the pertinent engineering properties of the subsurface materials; 3) provide recommendations for the proposed improvements described above. This report was prepared in general accordance with our proposal -number PO4-0509E dated May 12, 2004. 2.0 FIELD INVESTIGATION The field investigation consisted of drilling five (5) test borings along the proposed alignment. The boring locations were located at the approximate locations shown on the Plan of Borings (Figure 1). A truck mounted auger drill rig was used to advance these borings and to obtain samples for laboratory evaluation. Undisturbed samples of cohesive soils were obtained at intermittent intervals with standard, thin-walled, seamless tube samplers. These samples were extruded MAS-TEK ENGINEERING & ASSOCIATES E04-1004 PAGE 1 in the field, logged, sealed, and packaged to protect them from disturbance and maintain their in-situ moisture content during transportation to our laboratory. 1 , 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 Cone Penetration Tests are recorded at the respective testing depths on the Logs of Borings. The results of the boring program are presented on the Logs of Borings, Figures 2 through 6. A key to the descriptive terms and symbols used on the logs is presented on Figure 7. 3.0 LABORATORY TESTING Laboratory tests were performed on representative samples of the soil to aid in classification of the soil materials. These tests included Atterberg Limits tests, -200 sieve 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 bearing properties. The results of our testing program are presented on the Logs of Borings (Figures 2 through 6). The results of a laboratory sieve analysis is shown on Figure 8. 4.0 SITE AND SUBSURFACE CONDITIONS 4.1 GENERAL SITE CONDITIONS This project consists of approximately 6,000 lineal feet of sanitary sewer line to be constructed near the UPRR R.O.W. from Winscott Boulevard to Loop 820 in Benbrook, Texas. This project will include multiple bore crossings as described in Section 5.1. Invert depths will generally be less than 15 feet except as noted below. The majority of the project will consist of open cuts. See plan of Borings (Figure 1) for site configuration and location. MAS-TEK ENGINEERING & ASSOCIATES E04-1004 PAGE 2 4.2 SITE GEOLOGY As shown on the Dallas sheet of the Geologic Atlas of Texas, the proposed,alignment is located in an area underlain by the Goodland Limestone Formation. The Formation typically consists of hard to very hard limestone with some interbeds of clay, calcareous clay and weathered clay shale. This unit weathers to a tan color and is typically overlain by a layer or residual, dark colored clay. At this site, the limestone formation is overlain by alluvial overburden soils and fill soils as indicated on the boring logs.. 4.3 SUBSURFACE CONDITIONS Subsurface conditions encountered in the borings, including descriptions of the various strata and their depths and thicknesses, are presented on the Logs of Boring. Note that depth on all borings refers to the depth from the existing grade or ground surface. present at the time of the investigation. Boundaries between the various soil types are approximate. 4.4 GROUNDWATER CONDITIONS The borings were advanced using auger-drilling methods. Advancement of the borings using auger-drilling methods allows observation of the initial zones of seepage. Groundwater was MM encountered in all of the test borings. Water level measurements indicate groundwater levels at depths ranging from 11 to 16 feet below the existing ground surface. Shallow groundwater levels should be anticipated after periods of heavy rainfall. Results of the water level measurements are shown on the Logs of Borings (Figure 2 thru 6). It should be noted that groundwater was present at or above the proposed invert elevation at most of the test boring locations. It is not possible to accurately. predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The subsurface water conditions are subject to change with variations in climatic conditions and are functions of subsurface soil conditions, rainfall, and water levels within nearby creeks. MAS-TEK ENGINEERING & ASSOCIATES E04-1004 PAGE 3 r t . 5.0 WATER LINE CONSTRUCTION 5.1 BORE CROSSINGS , ' Bore crossings are anticipated beneath the UP RR, Walnut Creek, US. 377, Vickery r Boulevard and Loop 820.. It is understood that the approximate invert depths for the bore crossings will range from 12 to 15 feet below the existing ground surface. As indicated on the Boring Logs, soil and rock conditions will vary considerably at the invert depths. Subsurface conditions will vary from water bearing clayey sand and gravel, to calcareous clay to very hard tan and gray limestone (with clay seams in some areas). Groundwater is present at varying depths as indicated on the boring logs and as indicated in Section 4.4 of this report. Based on the,highly variable soil and rock conditions along the proposed alignment, mixed face conditions ranging from hard rock to clay to water bearing sand and gravel will be encountered in horizontal bores. Conditions will vary from predominant hard rock to predominant clay and water bearing sand and gravel. These stratified conditions must be :t considered in evaluating means and methods of accomplishing horizontal bore excavations. ' 5.2 TRENCH EXCAVATIONS It is understood that open cut trench excavations will be performed along the majority of the alignment. It is understood that trench depths will be in the range of 10 to 15 feet deep. See Section 5.3.1 for considerations related to open cuts near active railroad tracks. As indicated on the boring logs, soil conditions will vary significantly. The soil conditions will vary and will include fill soil, calcareous clay, sandy clay, water bearing granular soils and hard to very hard limestone. Groundwater is present at varying depths as indicated on the boring logs. For trench excavations less than five feet in depth, and in stable clay soils, trench excavation may be cut near vertical in accordance with OSHA regulations, For excavations to any depth in sand, gravel, soft clay, fill materials, submerged soil, or unstable rock (fractured weathered MAS-TEK ENGINEERING &ASSOCIATES E04-1004 PAGE 4 limestone), or where seepage, or sloughing is observed, it will be necessary to employ either sloped excavations or temporary bracing. For excavation 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. 5.3 OPEN CUTS Recommended slope ratios for the respective soil conditions are presented graphically on Figure 9. Trench excavation to depths of less than five feet in unstable soil or in weathered or fractured rock conditions should be cut back in a similar manner as described above. It should be recognized that free standing slopes will be less stable when influenced by groundwater or saturated by rain. Surcharge loads, such as those resulting from excavation spoil, or equipment, should be placed no closer than two feet from the crest of the slope, or in accordance with OSHA regulations. Vehicle traffic should be maintained at least five feet from the edge of the crest. Excavation may encounter non-compact fill soils placed during .previous construction of underground utilities. If encountered, these fill soils should be sheeted, shored, and braced, or laid back on slopes no steeper than 1.5 (H): 1(V). ®• 5.3.1 OPEN CUTS NEAR ACTIVE RAILROAD TRACKS Open cuts near active railroad tracks should be planned during time periods in which the railroad will not be active, if possible, whereby trench cuts, utility installations, backfilling and compaction can be completed prior to the next train activity. Active train movements induce �- surcharge dynamic loads and vibration into adjacent shored excavations. If it is not possible to. schedule utility construction during periods when train activity is not in progress, hydraulic ,�. shoring should be used to support the trench excavation during train activity. , The hydraulic jacks between the shored sheeting should be adequate to pre-stress the shored trench sidewalis so that no lateral embankment movement occurs during train activity. If -shored open cuts are planned near active rail, the earth pressure coefficients indicated on Figure 10 should be increased to 0.40 for all soil and rock conditions. Dynamic loads and MAS-TEK ENGINEERING & ASSOCIATES E04-1004 PAGE 5 vibrations from active rail lines should be included in design. Where the clear s acin between the trench sidewalls and the bottom of the railroad embankment and/gr the ballast shoulder is greater than 3H, where H is the trench depth, impacts to.short.term trench excavations are anticipated to be minor with respect to train activity. 5.4 TRENCH BRACING/BORE PIT SHORING Where site limitations require excavations to have .vertical side walls, an internal bracing system will be necessary. Bracing may consist of timber or steel shoring or manufactured steel trench braces. The lateral pressure distribution to be used in the design of trench bracing may be determined as presented on Figure 10. It should be recognized that pressures are not included from hydrostatic pressures, surcharge loads, or traffic live loads at trench side walls, dynamic loads, and vibration, which if present, must be included in bracing design. In lieu of a '- shoring system, a trench shield consisting of a prefabricated rigid steel unit adequate to withstand anticipated lateral pressures may be used. 5.5 DEWATERING' It should be anticipated that groundwater will be encountered in the propose excavations. Groundwater levels will be encountered at relatively shallow depths in some areas, particularly after periods of heavy rain (See Boring Logs). In areas where groundwater is encountered, a system of ditches, sumps and/or well points, and pumping will be required to provide groundwater control. The design of the actual dewatering system required is the contractor's responsibility. This includes the control of tail-water flow through previous backfilled sections. 5.6 CONSTRUCTION CONSIDERATIONS The following guidelines are presented to aid in the development of the excavation plans: Surface areas behind the crest of the excavations should be graded so that surface water does not pond within 15 feet of the crest, nor drain into the excavation. Heavy material stockpiles should not be placed near the crest of slopes per OSHA requirements. Similarly, heavy construction equipment should not pass over or be parked within 5 feet of the crest. MAS-TEK ENGINEERING & ASSOCIATES E04-1004 PAGE 6 The crest of slopes should be continually monitored for evidence of movement or potential problems. Freestanding slopes will become less stable when influenced by groundwater or saturation by rain. �mn 6.0 EARTHWORK GUIDELINES 6.1 TRENCH BACKFILL The excavated soils can be used for trench backfill. Use of rock fragments greater than six (6) inches in any dimension should be prohibited, since attaining uniform moisture and density without voids would be difficult. The backfill should be placed in thin compacted lifts as specified below. The fill materials should be free of surficial vegetation or debris. Clay and calcareous clay fill soils having a PI over 25 should be placed in 8 inch horizontal loose lifts and compacted to at least 95 percent of the maximum dry density as determined by ASTM D-698 test method. The clay and calcareous clay should be compacted at optimum to +3 above the optimum moisture content. Sand and sandy clay fill soils having a PI of less than 25 should be placed in 8 inch-horizontal loose lifts and compacted to at least 95 percent of the maximum dry density as determined by ASTM D-698 test method. These lower PI soils should be compacted at -2 to +2 of optimum moisture. 11 Broken limestone should be place in loose lifts of 8 inches and should be adequately crushed to where individual rock fragments have a diameter of less than 6 inches. The crushed limestone should be compacted at optimum to +4 percentage points above optimum moisture to a minimum of 95% Standard Proctor density (ASTM D-698). The limestone materials should be crushed and compacted using a compactor of sufficient size and weight to crush the rock. For fill depths below 15 feet and.25 feet depths respectively, the compaction level should be increased to 98% and 100% ASTM D698, respectively, where it is desired t reducepost- construction settlements. µ MAS-TEK ENGINEERING & ASSOCIATES E04-1004 PAGE 7 6.2 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 150 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 site preparation, 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. Mas-Tek Engineering and Associates, Inc. employs a group of experienced, well trained technicians for inspection and construction materials testing who would be pleased to assist you on this project. 7.0 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, type and cost of the project. If there are any unusual conditions differing significantly from those described herein, Mas-Tek Engineering & Associates, Inc. should be notified to review the effects on the proposed construction. The recommendations given in this report were prepared,exclusively for the use of the Client and their consultants. The information supplied herein is applicable only for the design of the previously described development to be constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose. r 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 E04-1004 PAGE 8 w rr �r FIGURES h. qR u MAS-TEK ENGINEERING & ASSOCIATES E04-1004 PAGE 9 41, MAs TEK.-Engineering &'Associates, Inc, LIFF Q-1 t << 6 �•aLn Zx LU `i.. . u.; o No gQ- iz< CC EE 74 �y�Lj' ' C:) 401 BENBR 2-1,Qp� iaz KATHY Gy 377 South Z Bo �- I Park +► 'I. -q BECKMAN' CA W NBROOK 6' 429 _ W ((` © Mapsco, Inc. G0t1ADBE 'I\ ' BROOK C U ¢ & an w V)W Benbrook ZWIN o o o 0 0110ERCAEST Cm a 11r Geotechnical Consulting & Materials Testing 3228 Halifax,Suite B Dallas,Texas 75247 9972 709-7384 i+:w LOG OF BORING B-1 Project: Walnut Creek Sewer Project No.: E04-1004 Date: 10-21-04 Elev.: 622.33 Location: See Figure 1 Depth to water at completion of boring: 14' Depth to water when checked: End of Day(After 24hr) was: 12' Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL PL -200 DD. P.PEN f UNCON S' DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI % Pd tsr I ksf % feet 6 FIELD TEST DATA 0 Dark brown CLAY w/limestone(FILL) 4.5+. Brown silty calcareous CLAY w/fine calcareous nodules 4.5 620 3.8 3.3 3.0 5 2.6 i r 26 9/s 2.3 L 20 39 15 24 85 109 2.1 3.1 10 w� 610 — Tan clayey gravelly SAND to sandy clayey GRAVEL w/ numerous calcareous nodules and soft clay layers 77 a 30 o: is o°`•�•B 905 my 116' 5� tF 216' 1216" �o 900 •ri:ayp: Hard tan weathered LIMESTONE, fractured, w/clay • 25 5=.S" seams 5010.5" Boring terminated at 25' sss �J ao sao 3s T ses Notes: FIGURE MTE, INC. LOG OF BORING B-2 Project: Walnut Creek Sewer Project No.: E04-1004 Date: 10-21-04 Elev.: 639.89 Location: See Figure 1 �. Depth to water at completion of boring: Dry Depth to water when checked: After 24 hr. was: 15' Depth to caving when checked: was: 1. ELEVATION/ SOIL SYMBOLS MC LL I PL -200 DD P.PEN UNCON Srain DEPTH SAMPLER SYMBOLS DESCRIPTIONPI (feet) &FIELD TEST DATA % % % % ksf ° ° Brown CLAY w/limestone, sand and gravel (FILL) - 4.5+ - -- j lots" Brown slightly calcareous CLAY w/trace calcareous 9� nodules e,a a 616- 7/6" rN4 1216' 4.5+ 4.5+ 14 36 15 21 71 116 4.5+ 6.5 31 6!0 t0 AMrs Hard tan weathered LIMESTONE, fractured, w/clay seams " 50/0.25" Very hard tan weathered LIMESTONE, fractured e25 to — 5010.0 ' Hard to very hard tan and gray weathered LIMESTONE, slightly fractured i" 50/0.5" 5010.25" Sm 5" Hard to very hard gray LIMESTONE 620 20 5010.25" j ' t *+w eta 5010.5" 5010.25" Boring terminated at 25' e1° 3o son 35 4W Notes: FIGURE:3 MTE, INC. LOG OF BORING B-3 Project: Walnut Creek Sewer Project No.: E04-1004 Date: 10-21-04 Elev.: 660.90 Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After .24 hr. was: 15' Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION LL PL PI -% pd sf DD P.tsf UNCON ksf sf % x x % Slr x feet 8 FIELD TEST DATA 0 Brown clay w/some tan limestone(FILL) - 4.5++ - Brown CLAY w/some gravel and trace asphalt(FILL) - _ — 3W Moderately hard to hard weathered LIMESTONE, 2516" fractured, w/clay seams 2"" (possible large broken rock fill) 36ti" 5 32/6" 655 5011.5" `+ aoO*26' -gravel layer below 6' 5010.25" (possible fill) Hard to very hard tan and gray weathered LIMESTONE, fractured 60/0.25" 10 SM.0 650 6 .25" Hard to very hard gary LIMESTONE 15 010 _ 50!0.0 64$ is 20 5010.5" 5010.25" 640 t*� 25 SM.2s sao.lr 635 30 5010.75" 5010.25" 630 35 50/0.75" _. 626 5ao0 Boring terminated at 35' Notes: FIGURE: MTE, INC. LOG OF BORING B-4 Project: Walnut Creek Sewer Project No.: E04-1004 Date: 10-21-04 Elev. 667.89 Location: See Figure 1 Depth to water at completion of boring: 11' Depth to water when checked: End of Day(After 24hr) was: 11' Depth to caving when checked: was: ELEVATION/ SOIL SYM80LS MC LL PL PI -200 DO P.PEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % pd tsf ksf % feet 8 FIELD TEST DATA " ° Dark gray to tan CLAY w/some numerous broken 4.5— limestone fragments (FILL) 4.5. 665 ice- Light brown sandy CLAY wl limestone fragments(FILL) — 4s*. — —- 2616" 19/6" 24/6~ 5 36/6" — — — Tan and light brown very sandy CLAY 4,5++ 1.25 0.8 660 s. 18 37 16 21 52 107 0.8 1.0 15 10 Tan sandy GRAVEL 655 :,:►:. ss . ' 50/0.5• Hard tan weathered LIMESTONE, fractured 15 50/0.25~ 650 Hard to very hard gray LIMESTONE so/0.zs 20 50/0.0 645 5x.12` 25 50'0° Boring terminated at 25' 640- 30 635- -35 630 Notes: FIGURE:5 MTE, INC. LOG OF BORING B-5 Project: Walnut Creek Sewer Project No.: E04-1004 Date: 10-25-04 Elev.: 677.83 Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: After 24 hr, was: 16' Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL PL PI -200 DD P.PEN ONCON SI < DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % pd Isf ksf ti Cfeet &FIELD TEST DATA ° ROAD BASE Tan calcareous sandy CLAY 3.7 Tan and gray calcareous CLAY, sandy w/some 2° calcareous nodules 2.5 s -numerous tan limestone fragments below 6' 670 50/1.011 Hard tan and gray weathered LIMESTONE, w/clay 50/0.75" seams, fractured to 5°/0.5"' 50/0.25" 6w 50/0.5° is soros" — Hard gray LIMESTONE w/fractured tan seams B6o _ — — Hard to very hard gray LIMESTONE 5°10.5" -20 soro.5" 655- 25 5010.5" 5010.25" 650 5010.25- -30 sa/o.zs eas (I 50/0.25-35 },I 5OM.25" Boring terminated at 35' sa0 Notes: FIGURE:, MTE, INC. i R KEY TO LOG TERMS & SYMBOLS Symbol Description Symbol Description Strata symbols Soil Samplers CLAY Thin Wall NN Shelby Tube Calcareous CLAY ® Standard Penetration Test SAND, ® THD Cone gravelly Penetration Test LIMESTONE, Auger weathered Limestone CLAY, -: sandy GRAVEL, •:4 sand Asphaltic Paving Misc. Symbols Water table when checked Water table at boring completion 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 4" or greater in length divided by the run, expressed as percentage. FIGURE 7' MTE. INC_ AW U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer w c. M r N R O N 100 I I 90 i 80 , c� 70 ` 60 n H c 50 f LL 40 0 a 30 1 20 f 10 i f 0 1000 100 10 1 0.1 0.01 0.001 Grain Size -mm Legend Boring No Depth % Gravel %Sand %4200 LL PI �— B-1 14-15 43.3 25.9 30.8 N/A N/A —O— Legend Boring No Depth Material Description USCS �— B-1 14-15 RESULTS OF SIEVE ANALYSIS Walnut Creek E04-1004 Mas-Tek F-rigirseering E04-1004 L FIGURE 8 RECOMMENDED SLOPE RATIOS d% IFShort Term Long Term Bedding under 8 hours over 8 hours Cut 1 .. SOIL/ ROCK :'H V H V Z ft.) Fill Materials, sand, clayey sand, gravel, gravelly sand, and/or 1-1/2 1 2 1 0 soft clay (hand penetrometer of 0.5 to 0.9 tsf) Submerged soils, and/or fractured rock(tan weathered 1-1/2 1 2 1 0 ++ limestone) from which water is seeping * I Stiff to hard clay, sandy clay, gravelly clay, calcareous clay, and, weathered limestone, fractured gray limestone above existing 1 1 1 1 0 " groundwater level H H �v V a� �Zmax * In accordance with the best interpretation of OSHA regulations, submerged soil is defined as water bearing granular soils, fissured clay soils, or fractured rock (jointed weathered clay-shale, tan fractured weathered limestone, or fractured gray limestone) from which groundwater is seeping. ** Maximum bedding cut for trench excavations less than 12 feet deep in dry soil and weathered clay-shale which are open less than 8 hours. NOTE: Recommended slope ratios may be subject to reduced stability under the influence of groundwater or saturation by rain. Recommended slope ratios are designed'for safety only of temporary excavations and are not designed to prevent limited sloughing during construction. r— Walnut Creek RECOMMENDED FIGURE Sanitary Sewer SLOPE RATIOS Mws-TEK Engi�llri�g Azzcciateis Inc- DATE: November 3,2004 PROJECT NO: E04-1004 LATERAL EARTH PRESSURES FOR INTERNALLY BRACED EXCAVATIONS (For excavations terminating in sandy clay and or granular soils) Ground Surface H/4 H w 3 H/4 Excavatlon Bottom Sh - k g H WHERE: sh = Lateral Earth Pressure, psf. g = Saturated Unit Weight of Soil; Use 130 pcf for Stiff to Hard Clay, Weathered Rock Use 140 pcf for Unweathered Shale or Limestone H = He of Excavation (ft.) k = Earth Pressure Coefficient, Use 0.30 for Stiff to Hard Clay and Weathered Rock Use 0.2 for Unweathered Gray Shale and Gray Limestone 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. 1 _ Walnut Creek LATERAL EARTH Sanitary Sewer PRESSURES FIGURE Mws-TEK Engi�cering O 8a Associatcs�Inc. _ DATE: November 3,2004 PROJECT NO: E04-1004 APPENDIX B PERMITS TxDOT Permits Union Pacific Permit & TXU Permit (Submitted for Approval-Not Included Herein) w } Notice Please be responsible and notify TXDOT 48 hours prior to starting construction, and be prepared to provide the following information. 1. Permit and Highway numbers 2. The name of the Utility Company, a contact person's name and phone number. 3. The name of the Construction Company, a contact person's name and phone number. 4. A start date 5. Date to be staked, if applicable. Note: A copy of the attached Approval (including all attachments) shall be on the job site at all times. Failure to comply with these requirements will result in job shutdown. o 0 Fojrn�i082(Revs 09-93) (PreGa Vers".Obsolete) APPROVAL To: City of Fort Worth Permit# 220-SS-263-05 Adn.Doo Kim Hwy. No. 120 1000 Throckmorton Maintenance Section No: 03 Fort Worth,Texas 76102 County: Tarrant - , Date: October 18,2005 Reviewed By: Clara Elliott The Texas Department of Transportation (TxDOT)offers no objection to the location on the right-of-way of your proposed INSTALLION OF A 36"SANITARY SEWER LINE ENCASED IN A 48"STEEL PIPE as shown by accompanying drawings and notice dated 10-06-05. except as noted below. Your attention is directed to governing laws, especially to Article 6674w-1, Vernon's Annotated Civil Statutes of Texas, pertaining to Control of Access. Access for serving_ this installation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c)trails along or near the highway tht-of-way lines, connecting only to an intersecting road;from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Owner's rights of access to the through-traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations and will not permit the immediate action required by the Utility Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through-traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Owner when such repairs are initiated and adequate provision is made by the Utility Owner for convenience and safety of highway traffic. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim;.title, or easement in or upon this highway: and it is further understood that the TxDOT may require the owner to relocate this line, subject to provisions of governing laws, by giving thirty(30)days written notice. You are requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway thWf--way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts,painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification,by reducing damage.due to trimming. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. See special provisions titled 'Specifications for Utility Installations", as applicable. m Additional requirements: Please notify CLARA ELLIOTT at 817-370-6585, forty-eight(48) hours prior to starting construction of the installation, in order that we may have a representative present. A copy of the'Specifications for Installations,'provided by TxDOT, along with the state approved plans,permit approval shall be kept on the job site through the duration of the installation. XMa ' e rtment of Transportation-Fort Worth Chavez, P.E istrict En ' er Bume District Right of Way Utility Supervisor •r Notice of Proposed Installation Arm= Utility Line on Controlled Access Highway Deparhnent Forth 1082 (Rev.82002) (GSD-EPC) Page 1 of 2 To the Texas Transportation Commission Date October 6,'2005 c/o District Engineer Texas Department of Transportation Fort Worth ,Texas Formal notice is hereby given that City of Fort Worth Company proposes to place a 48 steel casing pipe containing a 36"sanitary sewer line within the right of way of Interstate Hwy 20 in Tarrant County Texas as follows: (give location,length,general design, etc.) The proposed crossing is located on Fort Worth Mapsco 87F under the Loop 820 overpass of Walnut Creek, on the northside. The proposed crossing is approximately 600'in length. The proposed 48" steel casing pipe and 36" sanitary sewer are to be installed by open cut, as illustrated on the attached plan sheet 12. The line will be constructed and maintained on the highway right of way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including but not limited to the "Federal Clean Water Act,"the "National Endangered Species Act,"and the "Federal Historic Preservation Act." Upon request by TxDOT, proof of compliance with all governing laws, rules and regulations will be submitted to TxDOT before commencement of construction. :Our firm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed istallation,and we will revegetate the project area as indicated under "Revegetation Special Provisions." Our firm will ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices will be installed and maintained for the duration of this installation. The location and description of the proposed line and appurtenances is more fully shown by 0 complete sets of drawings attached to this notice. Construction of this line will begin on or after the 12/1/2005 Month/DayNear By signing below, I certify that I am authorized to represent the Firm listed below, and that the Finn agrees to the �• conditions/provisions included in this permit. City of Fort Worth Firm Name m Doo Kim By Signature D lJ 1`! l5 Engineering Manager Water Department u 1`! l5 Title _ 1000 Throckmorton OCT 1 0 2005 Address Fort Worth TX 76102 City, State Zip DI T. 2 UTILITIE (817 ) 392-8252 Area Code Telephone Number �J. . CONTINUED ON MAP 73 O �,• \ r �� I h'FNOY MEaaovvs 'a T O Qp��� r o. Fgk1IR ti O - ANCp H �{oe ^ 91 ~87 y.l .,� �3 9yaP; 1 N 74 771aa 1 1p s :., BENB,pp - KATHY 377 South 2 Boaz Park I BECKMAN I N _. ! O U N T�/ I 429 5a WINBROOK C ) Lo o Mapeco.Ina pBROO K \JGOIIAD O QJ-''1{�LEN Benbraak Z c 0 • ¢ ¢ .•. tW 3 TIMBERCREST i' Wo m F .• �' MERCEDES t ��+• .� J R)b I r derarnnk QOO � Rv k r v Pd' 13 TuberTMd brooPk6 7 z4 aR¢ 1 lee GH 'rZ♦ Ipso y J�.�,dfi� of I MESO TIM _ a 97 3 ERS 'y9y z � � '� z • _ 4Q TOEIE LAYNE LE 371 �Ey�`` 9 TRAMMEL m cE MR.OR 0 S MANNING BRIAR RUN CT ti 14 AUGUSTA 15 �y 17 y N CASTLE 3 C CT R Z q� 21 TRINITY _ _ 3 BRAIDS ggU N Q NCFLD� Dutch Bmdl Pack s c� RLD GRPNOE • O 3 ANT < Riser ! '� x Clear Fork Park . Papp yaley Park Park Rd,? Papp yalky w Course L 'a 4f n ' Yrsta Ou*ed S Clubead AKMgR �` A. Benhrook Reservoir 4 13 ghol SCALE IN MILESN MAP 101 O SCALE IN FEET r E[)O _:.. 0 r� r� aye rh 0 1000 1000 3000 SCALE: 1 inch=2000 feet 800K PAGE 1087 12,,112/2005 09:40 TXDDT-ROW-DOWN 4 98177356148 No.590 902 Paco 10e2(Rev.G&q APPROVAL To: Ck of foR Worth Permit iii 224-SS-21MOS Atin,Doo Kim Hwy.No.4-W- 4:5 3-P-7 1000 TMockmorton Maintenance Section No. 03 Fort Worth,Texas 76102 County: Tarrant Date: October 18,2005 Revlewed W Clara Mott The Texas Department of Trwnsportation(TxDOT)offers no objection to.the location on the right-of-way of your proposed INSTALUON OF A 36'SANITARY SEWERLINEENCASED INA 48'STEEL PIPE.as shown by accompanying drawings and notice dated 1 HSZ. except as noted below. — - -- Your attention is directed to governing laws, sepadalty to Aftu�dee 6674w-1, Vemon's Annotated Civil Statutes of TGtas, pertaining to Control of Access. Aoosases for serving this Installation shall be limited to access via(a)frontage roads where provided, (b)nearby or _ adjacent public roads or streets,(d)trails along or near the highway right-4way lines,connecting only to an intersecting toad;from any one or all of which entry may be made to the outer portion of the highway*rfght-of-way for normal service and maintenance operations. The Owners rights of access to the through-traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public exraapt,however, if an emergency situation occurs and usual means of amass for normal service operations and will not permit the Immediate action required by the UgHty Owner In making emergency repairs as required for the safety and welfare of the public, the UWAy Owners shall have a temporary right of access to and from the through4raffrc roadways and ramps as necessary to aoaomplish the required emergency repairs,provided Tx0OT is immediately notified by the Unity Ownerwhen such repairs are initiated and adequate provision is made by the Unity Owner for cvnvenienoe and safely of highway traffic. It is expressly understood that the TxDOT does not purport, hereby, to grant any right,dalm,title,or easement in or upon this highway. i and it is further understood that the TxDOT may require the owner to relocate this line,subject to previsions of governing laws,by giving i thirty(30)days written notice. You are requested to nay this office prior to commencement of any routine of periodic maintenance which requires pruning of trees within the highway rtg"t-way,so that we may provide specifications for the extent 4nd methods to govern in t►iMming,topping, tree balance, We of cto,painting cuts and clean up. These specifications are Intended to preserve our considerable investment in highway planting and beautification,by reducing damage due to trimming. ' The installation shall not damage any part of the hi hwsy and adequate provisions must be made to cause minimum inconveniences Lo trafbo and adjacent property owners. In the event the Owner fats to comply with any or all of the requirements as set forth herein, the State may take such action as R deems appropriate to compel compliance. See special provisfons tilted 'Specifications for Unity Installatlon!f,as applicable. Additional requimments: Please notify CLARA ELLIOTT at 817.9704585,forty-eight(48)hours prior lc Starting eonstluotlon of the installation, in order that we may have a representative present. A copy of The'Spedfloations for Installations,"provided by TXDOT, along with the state approved plans,permit approval shall be kept on the job-site through the duration of the installation. Texas partment of Trensporlation-Fort Worth -. t ' e �hAv z,P.E islricl En ' r y: Pe Burne District Right of Way Utfily 5uperyisor 12/12/2005 09:40 TXDOT-ROW-DOWN 98177356148 NO.590 903 I Notice of Proposed, Installation Utility Line on Non-Controlled Access Highway To the Texas Transoortation Commission Date 10/08/06 c/o District Engineer i Texas Department of Transportation Fort Worth .Texas Formal notice is hereby given that 01!y of Fort Worth Water Department Company proposes to place a 486 steel Mingplpe containing a 36"sanitary sewer tine within the right of way of US Hwy 377 - _ In Tarrant County, Texas as follows:(give location,length,general design,etc.) The proposed crossing starts approximately 4130'soulh of the centedlne of Cook Ranch Rd along US 377 in the City ® of Benbrook. The proposed crossing is approximetly 260. The proposed crossing also includes approximately 180'of pipeline that is to be installed along the Inside edge of the westem Right-of-Way, as illustrated on the attached plan , sheets 9 & 10. The proposed crossing consists of a 48" steel casing pipe (518" wall thickness) containing a 36" i sewwilne. All construction within TxDOT ROW is to be"by other than open cut'construction_ A bore pit Is also proposed k withih TXDOT ROW at,%.44+42. The line will he constructed and maintained on the highway right of way as shown on the attached drawing and In aceordance with the rules, regulations and policies of the Texas Department of Transportation(rxDOT), and all goveming laws, Including but not limited to the"Federal Clean Water Act,'the"National e=ndangered Species Act," and the"Federal Historic Preservation Act," Upon request by TXDOT, proof of compliance with all governing laws. rules and regulations will be submitted to TxDOT before commencement of construction. r Our Arm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed k,U Installation, and we wig revegetate the project area as indicated under "Revegetalton Special Provisions." Our firm will ensure that traffic control measures complying with applicanle ponlons of the Texas Manual of Uniform Traffic Conal Devices will be Installed and maintained for the duration of this installation. The location and description of the proposed line and appurtenances is more fully shown by one complete sets of drawings aftiehed to this notice. Construction of this line will begin on or after the December 1 2006 Man By signing below. I certify mat I am euthorized to represent the Firm listed below, and list the Firm agrees to the conditions/provisions included in this permit. Chy Of Fort Worth Firm Name Ooo KM Sy w slgnatur+s 'h Dy Engineering Manager Water Department nae OCT 1 0 2005 1000 Throckmorton SL Address Fort Wath TX 76102 Clty, Stalls ZIP - (817) 392-8252 n�A Area Code Telephone Number !' - f�1G ii 5' 1■ '■ /1 �_ v. 77911 „� 1 V.V 'LV•.L:11. i ■ ►'`� � _' =� F _ III_, ��� I r r r� •11 a. j 1' lei moi. If Texas epartment oTransportation r5P V C I f1i" ion for utility tioi?s ..Tnstalla Fort Worth District(revised March/ZOOS) • SPECIFICATIONS for - UTILITY INSTALLATIONS Fort Worth District TxDOT DIRECTORY FOR UTILITIES 3r4 TxDOT'S MISSION STATEMENT 5 SAFETY 5 PROTECTION OF HIGHWAY FACILITIES 5 USE OF EXPLOSIVES 5 PROTECTION OF EXISTING FACILITIES 5 DEVIATION FROM APPROVED PLANS 5 STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION 5 FULL-TIME SUPERVISION AND INSPECTION 6 *-, NOTIFICATION OF JOB START 6 TxDOT LOCATES 6f7 STOCKPILES ON TxDOT ROW 7 COORDINATION OF WORK WITH HIGHWAY CONTRACTOR OR 7 STATE FORCES -" WORK DAY RESTRICTIONS 7 INCLEMENT WEATHER 7 PITS 7 BORE AND TUNNELING OPERATIONS 8 9 MARKERS 9 * - ABOVE-GROUND APPURTENANCES 9 BACK-FILL OF UTILITY TRENCHES 9 SITE CLEAN-UP 10 REPAIR AND REPLACEMENT OF RIP-RAP AND EARTH SLOPES 10 SPECIAL PRECAUTIONS FOR EROSION CONTROL 10 SEEDING SPECIFICATIONS 11 AESTHETICS 12 REQUIRED PRUNING PRACTICES 12 PRUNING SUGGESTIONS 113 i i 2 Fort.Wart:District tiprrilirat'snt%G.r l'lilih Iintallatium TXDOT DIRECT0RY:FOR*'UTILlTlE Am UTILITY LIAISON OFFICE PERRY BURNETT SUPERVISOR '(817) 370-6589 MOBILE ` (817) 637-3873 CHARLES KITCHENS UTILITY AGREEMENTS COORDINATOR (817) 370-6585 JOHN BAXTER UTILITY PERMITS for N.TARRANT, PARKER, PALO PINTO,JACK, WISE (817) 370-6697 CLARA ELLIOTT UTILITY PERMITS for S.TARRANT, (817) 370-6585 JOHNSON, ERATH, HOOD,SOMERVELL JOHNSON COUNTYAREA OFFICE (50) RONALD ROBINSON AREA ENGINEER (817) 558-6293 DAVID NEELEY ASST. AREA ENGINEER (817) 558-6293 JERRY STOUT UTILITY OBSERVER (817) 558-6293 WISE&JACK COUNTYAREA OFFXCE (51) BILL NELSON AREA ENGINEER (940) 627-5353 CHAD DAVIS ASST. AREA ENGINEER (940) 627-5353 JANET DAVIS UTILITY COORDINATOR (940) 627-5353 NORTH TARRANTCOUNTYAREA OFFICE(N. OFIH3©). (52) RALPHE BROWNE AREA ENGINEER (817) 399-4302 OSCAR CHAVEZ ASST AREA ENGINEER (817)399-4302 JEREMY TYSON UTILITY COORDINATOR •(817) 370-6590 ' .ti SDUTH TARRANTCOUNTYAREA OFF.ICE(S. OFIH30)_ - (54)JOE FOSSETT AREA ENGINEER (817)370-6638 ALBERT DURANT ASST. AREA ENGINEER (817) 370-6638 J.D. GREENHILL UTILITY COORDINATOR (8170 370-6588 • ERATH, HOOD&SOMERVELL COUNTYAREA (56) MARK McENDREE AREA ENGINEER (254)965-3511, DAVID BULLARD ASST. AREA ENGINEER/UTILITY COORDINATOR (254)965-3511 PARKER& PALO PINTO COUNTYAREA (57) JIMMEY BODIFORD AREA ENGINEER (817)596-9834 JOHN CORDARY ASST. AREA ENGINEER/UTILITY COORDINATOR (817)596-9834 tipcciticalil.u,for t:tilit� Iastallatilre, 3 Fort Nvorth District TXDOT DIRECTORY FOR UTILITIES• continued JOHNSON COUNTYMAINTENANCE r (01) WALLACE RENNELS MAINTENANCE SUPERVISOR 0(817) 558-6294 BRYAN ANDERSON UTILITY OBSERVER `(817) 558-6294 WISE&JACK COUNTY MAINTENANCE (02) RICKY TOMPKINS MAINTENANCE SUPERVISOR (940) 627-2545 �. KEITH PROCHNOW UTILITY OBSERVER(WISE) (817) 235-3411 JANA ROBINSON UTILITY OBSERVER(JACK) (940) 567-6611 NORTH T IRR-ANT COUNTY MAINTENANCE (10)GARY.PHILLIPS MAINTENANCE SUPERVISOR (817) 283-2731 PAUL FIERRO UTILITY OBSERVER (817) 313-3873 SOUTH TARRANT COUNTY MAINTENANCE (03) RALPH GARZA MAINTENANCE SUPERVISOR (817) 235-3416 JIMMY VAUGHAN UTILITY OBSERVER (817) 307-1617 ERATH, HOOD,&SOMERVELL COUNTYMAINTENANCE; (05) JAMES PARKER MAINTENANCE SUPERVISOR (254) 897-2647 KATE MAHON UTILITY OBSERVER.(ERATH) (254) 965-3511 - WENDELL BARRETT UTILITY OBSERVER(HOOD, SOMERVELL) (254) 897-2647 PARKER&PALO PINTO CO UN TY MAINTENANCE (09)ALAN DONALD SON MAINTENANCE SUPERVISOR (817) 596-9298 BOBBY BARBEE UTILITY OBSERVER(PARKER) (817)596-9298 BRYAN RIGGS UTILITY OBSERVER(PALO PINTO) (940)325-2414 In cases of emergencies, contact Perry Burnett at (817) 370-6589; li.0hts and traffic control devices shall always be used, and will be in strict accordance with the guidelines of the TMUTCD. 1prciticmimv;for lliW hAulla(lan, 4 Fort Worth District TXDOT'S MISSION STATEMENT: The mission of the Texas Department of Transportation is to provide safe, effective and efficient movement of people and goods. e SAFETY s' Please refer to the Texas Manual on Uniform Traffic Control Devices.for questions concerning traffic control. While working on TXDOT right of way hard hats and fluorescent safetyvest are required at all .. times. PROTECTION OF HIGHWAY FACILITIES All con struction.operations relative to installation of the Utility shall be conducted in such manner as to protect highway facilities from damage at all times. In addition, all work must be done in strict accordance with all applicable regulations of the occupational Safety and Health Administration (OSHA) of the US Department of Labor. USE OF EXPLOSIVES hLQ explosives shall be used within limits of highway right-of-way without written permission. PROTECTION OF EXISTING UTILITIES Prior to beginning actual construction operations the Utility shall notify al-1 other Utility Companies who may have facilities in the area so they can determine if the proposed construction will conflict with or otherwise damage their facilities. REMEMBER: 1-800-DIG-TESS DEVIATION FROM APPROVED PLANS No changes shall be made to the approved location of utilities without prior authorization of TxDOT. The Utility shall make necessary arrangements with other Utility Owners for moving facilities and/or supporting same during trenching operations. Any poles, anchors, etc. relocated to clear the proposed underground utility line shall be moved toward the highway right-of-way line and location shall be subject to TxDOT approval. All utility lines incorrectly installed shall be removed and laid in proper location at the entire expense of the Utility. STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION Utility lines shall be staked well in advance of construction so that TxDOT can inspect staking to verify that the alignment conforms.to requirements set out herein and that there is no conflict with highway facilities. Spccifintiuns for Utility Installations 5 tort NVorth District FULL TIME SUPERVISION AND INSPECTION The Utility shall provide competent full-time supervisors or inspectors for all utility installations. NOTIFICATION OF JOB START 48 Hour notification is required for utility installations, Please have the following information ready when you call: • APPROVED PERMIT NO. • STATE HIGHWAY NO. • UTILITY COMPANY Y • UTILITY SUPERVISOR OR INSPECTOR'S NAME and UTILITY MOBILE NO. • GENERAL CONTRACTOR'S NAME • NAME OF FOREMAN and MOBILE PHONE NO. _. • START DATE TXDOT LOCATES 48 Hour notification is required for TXDOT locates. BE AWAREH TXDOT has a considerable investment in traffic signals, lighting, and traffic management system. These systems include underground electric and fiber optic dines. If any of the above facilities are within the limits of the utility project, the utility is required to call the phone numbers listed e . below: r Signals and lighting: �- Phone # (817) 370-6671 Traffic Management: Phone # (817) 370-6745 AERIAL CROSSINGS 72 Hour (3 business days) notification is required for aerial crossings. Crossings on controlled access highways and/or high volume roadways can only be performed on Sunday, between the hours of 3 a.m. to 7 a.m. with police'assistance and traffic control. Crossings on non-controlled access roadways and/or low volume roadways can be performed anytime during the week, Monday thru Friday, between the hours of 9 a.m. and.4 p.m, with proper traffic control. LANE CLOSURES 72 Hour (3 business days) notification is required for lane closures prior.,to the alteration of traffic flow. Specifications for Utility lnalallations 6 Fort Worth District If a lane closure is required due to an unforeseen situation and after a utility permit has been approved, it will be necessary to call the TxDOT Utility Permit Office at 817/370-6697. A traffic control plan must be submitted and approved by TxDOT prior to lane closures. ' Note: An Engineer's seal may be required for lane closures on controlled access highways and high volume roadways. STOCKPILES ON TXDOT ROW Om Stockpiling will be allowed with permission from TxDOT. Once, permission has been granted, stockpiling can start forty-eight hours prior to construction. The stockpile shall be placed on the right of way line or as close as possible without obstructing the curb, pavement, or line of site. All materials must be removed from TxDOT right of way completion of the utility project. COORDINATION OF WORK WITH HIGHWAY CONTRACTOR OR STATE FORCES All work related to the installation of utilities shall be conducted in such manner as not to interfere in any way with highway construction or TxbOT maintenance operations. WORK DAY RESTRICTIONS Except, in cases of emergency, no work will be allowed on Saturdays, Sundays, Federal or State. Holidays or at night. *� EXCEPTIONS MAY BE GRANTED BY TXDOT IF the Utility shows that"off day"work is necessary to avoid service interruptions to the public and the Utility agrees to the following conditions: *� Obtain TxDOT approval at least 48 hours in advance. The Contractor is required to have sufficient personnel and equipment on the job to efficiently ` execute the work. The utility will have a supervisor or inspector present on the job at all times while the work is in progress. INCLEMENT WEATHER To ensure the safety of the traveling public, as well as the. contractor and his crew and TxDOT agents, no work shall be allowed during inclement weather such as, but not Limited to rain, fog, snow and sleet effects visibility and/or traction. PITS All pits shall be excavated and closed within 48 hours. If the utility wishes to leave pits open overnight, reflective barricades must be employed. Spcciticatiima for 7 tort Worth District BORE AND TUNNELING OPERATIONS GENERAL REQUIREMENTS Utilities crossing under surfaced roads within the limits of highway right-of-way shall be placed by auger bore or tunnel method, unless otherwise specifically authorized by TxDOT. Bores or tunnels shall be placed at depths below the roadway structure which are sufficient for -. superimposed live and dead loads and also prevent collapse of supporting soil between hole and roadway. Boring and tunneling operations shall extend outside of the front slope and clear zone of the highway. Bores Where material beneath pavement is sandy or unstable and will be subject to caving, the hole for the casing shall be bored and cased simultaneously and bored material removed through casing. Cutting face of auger or drill shall not project more than six (6) inches ahead of casing and no water shall be used in connection with drilling. Where material beneath pavement -is stable and not subject to caving, and allowed by TxDOT, the hole for the casing may be bored first and casing inserted in the hole immediately after completion of boring . If allowed by TxDOT, water may be used in conjunction with boring. Bore Pit Location Pits excavated for boring or tunneling operations shall be located so that any possible sloughing of sides of pit will not endanger shoulders or pavements and so that barricades can be placed as specified in the TMUTCD. Bore pits should be located at least thirty feet from the edge of the nearest through traffic lane and not less than twenty feet from the edge of pavement on ramps. On low traffic roadways and frontage roads, bore pits should not.be less than ten feet from the edge of pavement or five feet from face of curb. Tunneling While hole is being tunneled, casing shall normally be jacked into place as operations progress. Working face of excavation shall not precede advancing end of casing by more than two and one half (2;n) feet unless otherwise allowed by TxDOT. Grouting All voids around casing shall be pressure grouted. The grout shall consisting of Portland 'Cement and washed sand and containing not less than two (2) sacks or Portland Cement per cubic yard of grout. Additional cement shall be added if workability and/or stability cannot be obtained. An air-entraining agent may also be added to the grout mixture to facilitate flow if necessary. Spccificatiuus for Utility tustatlutiuus 8 Fort Worth District Grouting shall be done immediately after casing has been.installed in hole in order to avoid any shearing of soil and settlement of over burden above casing. Means shall be provided for proving that voids are filled around 24" diameter and larger casings in the event there is some doubt by TOOT. •TxDOT may require the Utility to-instaU--removable plugs at intervals inside the casing. No holes shall be drilled inavement or shoulders for grouting operation s. P 9 MARKERS The Utility shall place a readily identifiable and suitable marker at each right-of-way line for highway crossings. Utilities that parallel the right of way shall place a marker every 1500 feet, at intersecting streets, and highway drainage culverts. ABOVE-GROUND APPURTENANCES Above-ground appurtenances, such as pedestals, fire hydrants, meters, etc., shall be located at the right-of-way line. BACKFILL OF UTILITY TRENCHES DESCRIPTION This specification shall govern backfill of trenches, which have been opened for the removal, ,u adjustment, or installation of utility.-lines within the limits of highway right-of-way. Except when permission is granted, compacted backfill will be used for utility installations.. Backfill shall consist of compacted material obtained from suitable soil excavated from the trench, or from , sources outside the highway right-of-way. Material shall be free of rock, lumps, or clods that.will not break down under compaction. Backfill material �shall be' placed in the trench in layers not to exceed 6" .in depth and compacted. Water shall be added as required to facilitate compaction. Compaction shall be done with rollers or mechanical tamps. Use of rollers will be allowed only when such use is not believed detrimental to any highway facility. The type of roller used must be acceptable to TxDOT. When rollers are used, mechanical tamps shall be used along the sides of trench to compact any backfill that cannot be reached with rollers. Compacting shall be continued until a backfill density is equal to that of the adjacent, undisturbed material. Where trenches lie within the limits of drainage ditches and channels, which are in solid rock, TxDOT may require V of concrete backfill, struck off flush with the top of rock. Specifications for Utilh Imiallarions 9 fart Wurth District SITE CLEAN UP The Utility is responsible for site.clean up at the end of each workday. Roadways adjacent to the utility construction site shall be kept free from debris, construction materials, and mud. At the end of each day, construction equipment and materials shall be moved as far from the roadway as feasible within the safety rules. If muddingof the roadway occurs at any time, the roadway shall be cleaned immediately. When the utility installation is complete, the right-of-way shall be reshaped to its original .condition and the area reseeded or resodded to reduce erosion. Should settlement or erosion occur within one (1) year of the utility installation, TxDOT•may specify :prompt replacement at the utility's expense for bringing the construction site to a satisfactory condition. TxDOT will restore sites that are left at an unsatisfactory condition. after notification has been sent to the utility. These sites will be restored to original condition. The utility shall fully reimburse all costs incurred by TOOT for all repairs made by TxDOT. These costs include, but are not limited to matters of traffic safety, right of way contour, restoration and repairs to all highway structures: including, but not limited to roads, driveways, terrain, landscaping, fences, etc. REPAIR AND REPLACEMENT OF RIPRAP AND EARTH SLOPES Any existing riprap cut by trenching operations shall be replaced and surface of new riprap : . finished to match that of existing riprap. Concrete riprap shall contain not less than three (3) sacks of cement per cubic yard of concrete. Reinforcing steel shall conform to that of existing riprap. SPECIAL PRECAUTIONS FOR EROSION CONTROL Special precautions should be taken during utility installations to avoid disturbing existing drainage courses. In addition, soil erosion should be held to a minimum and sediment from the construction site"should be kept away from the roadway and drain inlets. During construction the roadbed and ditches shall be maintained in such condition to insure proper drainage at all times. Ditches and channels shall be maintained to avoid damage to the roadway. To avoid soil erosion, it is advised and encouraged that the Utility Contractor use all .applicable means (i.e. silt fences, hay bails, rock filter dams, etc.) to detour sail from eroding into roadway, ditches, and adjacent property. �^ SJI cdrtculiaas far utilit; lactattatiaas 10 fort Worth District SEEDING SPECIFICATIONS RURAL AREA WARM-SEASON SEEDING RATE: in pounds, Pure Live Seed (PLS.) Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates Eastern Section Western Section All Sections Feb 1 Green Sprangletop 0.6 Green Sprangletop 0.6 Green sprangleton 0.7 To Sideoats Grama(EI Reno)1.8 Sideoats Grama (Haskell or Ei Reno) 1.8 Sideoats Grama (Haskell) 2.2 May 1 Bermudagrass 0.8 Little Bluestem 1.1 Bermudagrass 0.9 Little Bluestem 1.1 Indiangrass(Lometa or Cheyenne) 1.5- Little Bluestem 1.4 K-R Bluestem 0.7 K-R Bluestem. 0.7 Sand Dropseed 0.2 Switchgrass 1.2 Switchgrass(Alamo or Blackwell) 1.2 Total 6.2T- Total 6.9 Total 5.4 URBAN AREA WARM-SEASON SEEDING RATE: In Pounds Pure Live Seed PLS Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates Eastern Section Western Section All Sections Feb 1 Green Sprangletop 0.9 Green Sprangletop 1.1 Green Sprangletop 1.1 To Bermudagrass 1.2 K-R Bluestem 1.3 K-R Bluestem 1.3 May 1 K-R Bluestem 1.0 Buffalograss 10.7 Buffalograss 1.5 Buffalograss 8.0 Total 11.1 Total 13.1 Total 3.9 TEMPORARY COOL-SEASON SEEDING RATE: In pounds, Pure Live Seed PLS Dates All Sections , Feb 1 Tall Fescue 4.0 To Western Wheatgrass 5.0 May 1 Wheat(Red,Winter) 30.0 .. Total 39.0 TEMPORARY COOL-SEASON LEGUME SEEDING RATE: In pounds, Pure Live Seed PLS Dates All Sections Aug 15 Crimson Clover 7.0 to Nov 30 Total 7.0 TEMPORARY WARM-SEASON SEEDING RATE: In pounds, Pure Live Seed PLS Dates All Sections May 1 Foxtail Millet 30.0 to Nov 30 Total 30.0 lote:Names In parenthesis()represent"improved"varieties of the spedes shown. spcciftcatiaas rnr Utility lustailationa 11 Fort Worth District AESTHETICS To preserve and protect trees, shrubbery, and other aesthetic features on the highway right-of- way, ightof- way, TOOT may specify the extent and methods of tree removal, tree trimming, or :their replacement. TOOT may also specify the installation methods of the underground or.overhead utility in order to protect and preserve trees and other aesthetic features. x REQUIRED PRUNING PRACTICES PRIOR TO CUTTING • Locate utility lines with the least possible interference with trees. • Amount of clearance should be determined by the rate of tree growth. • Remove minimum number of branches to provide adequate clearance. • Maintain adequate clearance for lines, NOT EXCESSIVE CLEARANCE. • ALL pruning shall conform to recognized tree surgery practice. • Preserve natural character of tree. WHERE TO CUT In removing a limb, the.cut should be made at a fork where the remaining branch will be at least one third the diameter of the one removed. LIMB REMOVAL 1. In removing branches the cut should be made at a fork with the remaining branch at least one-third ,„• the diameter of the one removed. 2. Undercut 1/3 of the way through the limb, 8 to 12 inches from the main stem. 3. Remove limb 4 to 6 inches out from the first cut. 4. Remove stub with an even cut so that a trace (called a "collar) still protrudes(about 1/2 inch).. 5. All cuts two (2) inches or over shall be painted with an approved tree dressing or paint. * See pg 14. DISPOSAL OF CUTTINGS All pruned wood and brush must be removed from the right of way and disposed of in accordance with the laws and regulations of the community, county, and state. Disease branches (especially those infected with oak wilt) must be properly disposed of to prevent the further spread of the disease. Slrccificalionv fur Ctiliqtu.tallations 12 Fort Worth District i PRUNING SUGGESTIONS ;:;,°sl•";pZ3 �•wt (, `;tv is .�.! !. Ali Tr f�i''j,° i tM�?•, -~•% / �''v%3 "''i•.'• st''ti �1i1:•�� �f �=�: 4�. .. � a�iir•+I �'e` .�'. ":ij:l�ir. .. :a:•.•• :;',,r,-'-.%• 'c::3 DESIRABLE TR EE 14001FICAT10N5 • PRESERVING ` 1uvar,. .. kSYduETRY. ...r "'•,r� . UNDESIRABLE TREE MODIFICATIONS Such Iree.line relalianships as illustrated parpoluales high maintenance ;0413 and righl-al-war unsightliness. /// r.r.�� ; Y .h tom• •„ pw Y I_ �''ti'•y. ..�"y.1 .� :-� .,'r ;�y F '. ,k•. •11. x';•.._ , `�1 ^.:;;r,ty •'� � "`i '�i ,•vf/fi!�'1•; .fa•� 4r`.:•.,vr• �., ��,, � J� � .�`� ;.,1'. :1.'_.1,v� '.�.�n:t��,`. �'" .•1�.,i,: `. t� ''','�-•y . f Y: <,d _-.;1' - ''�`:ri 1:`^\-'i�,`•.� �'...i y.` .. �. C.s - ,}. r te• -�• ' ,.�,a'r ,w. 17 ' .�1".3:• ti467 n�l.,:! • ..'tia:• •'stir� •�,•,9� `+f`^1�'`y�' ..(: -t"•�..~_r;'t•;ry,:.�ori: i�tRw.�ti��'+. ,,...r.;C=. ."�'j'T•r.+ _ DESIRABLE DESIRABLE UNDESIRABLE "'�s •�:yj`= � . UNOEStRASLE DESIRABLE Remove limb ( l tr�L 'l.`:a t7 �':T`,• 4'�.:6�•4::.. •�:;•":�.4e .1�•••:i`•'• ,, �..'Y�+' �S''6' from �.i\�J '``� `+{. .tr 1 /«P:r� j:- ` ..• �.. 131 CLL1. tN.?;• arcul - '�:`�•r ? 7 fir•. ys': .•,•L'�Y�'�`,[_^.. ,!.-^4� -:� �',••x.r�fi r, ar` 1 �>in�' IL3 Mor through Y'• !• ` �<:'rs:. ;` ice' �u` limb 8'12' trorn !1 m. °,•;r ''?_ •~. _�1`=• main stem, (3? Remove stub Finished } with an evens a•with oat n0lraee rlush ;u 1. �t of stub. DESIRABLE DESIRABLE UNDESIRABLE PROPER Llht9 REMOVAL (2'di4, ar ma e} Spccilichtiulu for Utility Llxtall'rtiuni 13 Furt Worth District � APPENDIX C EASEMENTS (Not Included Herein — Will be Available at Time of Construction)