Loading...
HomeMy WebLinkAboutContract 35376CITY SECR ETARY :\5 3 ,1 k CO NTRr Cl NO · J~<~'-.----- SPECIFICATIONS ""'C ,~, r ,--,..r:-T.l\RY C ,_ ·- (. ,. , -;·1 c fi, · , , ..., .-. &~-! C}fJ.Ab, , •·. > " ) '''v--,.,n "'1 C Q AND C ,. 1 N' . r.. . \_/V . • . CONTRACT DOCUMENTS 1.... "! ,.::..:~-~ :u~J'S c opy FOR CLIENT DE PA RT MEN T STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT ON NW 22ND STREET AND NW 23RD STREET 2004 CIP CONTRACT #28 " NW 22No STREE T (CHESTNUT AVENUE TO PEARL AVENUE) NW 22ND STREET (LINCOLN AVENUE TO PROSPECT AVENUE) NW 22ND STREET (LEE AVENUE TO ELLIS AVENUE) NW 23RD STREET (CLINTON AVENUE TO ELLIS AVENUE) Mike Moncrief Mayor Charles Boswell City Manager L __ TPW PROJECT NO. C200 54120020240 00289 WATER PROJECT NO. P253 541200602170 0289 SEWER PROJECT NO. P258 541200702170 0289 DOE NO. 5137 l IN THE CITY OF FORT WORTH, TEXAS A. Douglas Rademaker, P .E. Director, Department of En g ineering 2006 Prepared by: TCB INC . 1200 Summit Ave ., Suite 600 Fo rt Worth, Texas 76102 S. Frank Crumb, P .E. Director, Water Dep artmen t Robert D. Goode, P .E. D irector , Transpo rt ation and Publ ic Wor ks Department lJORIGINAL / 01-12-2007 13:22 FROM-TURNER COLLIE AND BRADEN INC +817 698 6701 T-880 P.001/003 F-150 ADDENDUM NO. 1 TO SPECJFICATJONS AND CONTRACT DOCUMENTS FOR 2004 CIP CONTRACT #28 TPW PROJECT NO . C20D 54120020240 00289 WATER PROJECT NO. P253 541200602170 0289 SEWER PROJECT NO. P258 541200702170 0289 DOE NO. 5137 CITY OF FORT WORTH, TEXAS BID OPENING DATE: THURSDAY, JANUARY 18, 2007 ADDENDUM ISSUE DATE: FRIDAY, JANUARY 12, 2007 The followlng changes to the Plans and Contract Documents should be noted by all prospective bidders: 1. CONTRACT DOCUMENTS -BID PROPOSAL SECTION A Delete Item 37. SOD on Page 9. ,/ Delete Page 9 (P-9) of the Proposal and replace with the Attached P--9. B. Page P-10. Replace "ninety (90) Calendar days" with ·one hundred sixty (160) Working Days." / Delete Page 1 O (P-10) of the Proposal and replace with the Attached P-1 o. 2. CONTRACT DOCUMENTS -MINORITY AND WOMEN BUSINESS ENTERPRISE SPECJFlCATIONS A The City's M/WBE goal on this project is 25% and should be reflected In the appropriate space provided on each page of these specifications. 3. PLANS-SHEET 7 OF 31 A. Proposed MH-3 at Station 21 +21.44 should be a 5' MH In Heu of a 4' MH. Note the quantities are _..- correct in the bid proposal section. NO OTHER PARTS OF THE PLANS OR CONTRACT DOCUMENTS ARE HEREBY CHANGED. A SIGNED COPY OF THIS ADDENDUM NO. 1 SHOULD: 1. BE INCLUDED IN THE SEALED ENVELOPE AT THE TIME OF THE BIO SUBMIIT AL 2. BE IND.ICATED IN UPPER CASE LEITERS ON THE OUTSIDE OF THE SEALED ENVELOPE: "RECEIVED & ACKNOWLEDGED ADDENDUM N0.1" FAILURE TO ACKNOWLEDGE THE RECEIPT OF THIS ADDENDUM NO. 1 COULD CAUSE THE SUBJECT BIDDER TO BE CONSIDERED "NON-RESP.ONSIVEn, RESULTING IN DISQUALIFICATION. By: TIUe:_i=-,,""'""..__ ___ _ Address : ________ _ Telephone: _____ _ A. Douglas Rademaker, P.E. Director, Department of Engineering ~.~ Project Manager 01-16-2007 13:38 FRO~TURNER COLLIE AND BRADEN INC +817 698 6701 ADDENDUM NO. 2 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 2004 CIP CONTRACT '#28 TPW PROJECT NO. C200 54120020240 00289 WATER PROJECT NO. P253 541200602170 0289 SEWER PROJECT NO, P258 541200702170 0289 DOE NO. 5137 CITY OF FORT WORTH, TEXAS T-898 P.002/003 F-175 BID OPENING DATE: THURSDAY, JANUARY 18. 2007 / ADDENDUM ISSUE DATE: TUESDAY, JANUARY 16, 2007 The following changes to the Plans and Contract Documents should be noted by ail prospective bidden;: 1. CONTRACT DOCUMENTS -BJD PROPOSAL SECTION A Unit I -Section A Water Improvements, Item 9. 8-inch Gate Valve and Box. Revise the approximate quantity from •5• to "9". Delete Page 2 (P-2) of the Proposal and replace with the Attached P-2. 2 . PLANS -SHEET 22 OF 31 A The SDR 26 joints of pipe shown at approximate stations 0+20 and 2+45 are to be instaUed at "no separate pay"_ The quantity for SDR 26 as fisted in the bid proposal section is for segments of sanitary sewer to be replaced during construction of the water line as shown in sheets 24-27. Payment for the SDR 26 segments as shown on Sheet 22 shall be inclusive of Bid Item No. 1 (B- lnoh PVC Sanitary Sewer by Open Cut (All Depths)) for Unit 1-Section B Sanitary Sewer Improvements. The total linear footage of pipe to be replaced on this sheet rs 281. NO OTHER PARTS OF THE PLANS OR CONTRACT DOCUMENTS ARE HEREBY CHANGED. A SIGNED COPY OF THIS ADDENDUM NO, 2 SHOULD: 1. BE INCLUDED IN THE SEALED ENVELOPE AT lHE TIME OF THE BID SUBMITTAL. 2. BE INOICAl'ED IN UPPER CASE LEITERS ON THE: OUTSIDE OF THE SEALED ENVELOPE: ~RECEIVED & ACKNOWU:DGED ADDENDUM N0.2" FAILURE TO ACKNOWLEDGE THE RECEIPT OF THIS ADDENDUM NO. 2 COULD CAUSE THE SUBJE;CT BIDDER TO BE CONSIDERED "NON-RESPONSIVE", RESULTING IN D1SQUALIF1CATION. ADDEN~0.2Am~ By:_.:;_~------- l1Ue: p M,,;, . Address:·--~------- Telephone:. ______ _ A Douglas Rademaker, P.E. Director, Department of Engineering By~~~ J~ p ergeron. P.E. Project Manager SPECIFICATIONS AND CONTRACT DOCUMENTS FOR STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT ON NW 22ND STREET AND NW 23RD STREET 2004 CIP CONTRACT #28 NW 22ND STREET (CHESTNUT AVENUE TO PEARL AVENUE) NW 22ND STREET (LINCOLN AVENUE TO PROSPECT AVENUE) NW 22ND STREET (LEE AVENUE TO ELLIS AVENUE) NW 23RD STREET (CLINTON AVENUE TO ELLIS AVENUE) Mike Moncrief Mayor Charles Boswell City Manager TPW PROJECT NO. C200 54120020240 00289 WATER PROJECT NO. P253 541200602170 0289 SEWER PROJECT NO. P258 541200702170 0289 DOE NO. 5137 IN THE CITY OF FORT WORTH, TEXAS A. Douglas Rademaker, P.E. Director , Department of Eng ineering 2006 Prepared by: TCB INC . 1200 Summit Ave ., Suite 600 Fort Worth, Texas 76102 S. Frank Crumb, P .E. Director , Water Depa rtment Robert D. Goode, P .E. Director, Transportation and Public Works Department TABLE OF CONTENTS UNIT I -WATER DEPARTMENT (WATER AND SANITARY SEWER REPLACEMENT) UNIT II -TRANSPORTATION & PUBLIC WORKS (PAVING AND DRAINAGE REPLACEMENT) SECTION A UNITS I & II : WATER DEPARTMENT AND TRANSPORTATION/ PUBLIC WORKS SECTION B Notice to Bidders Comprehensive Notice to Bidders Minority and Women Business Enterprises Specifications Bid Proposal Vendors Compliance to State Law UNIT I: WATER DEPARTMENT Special Instructions to Bidders (Water Department) Part C -General Conditions Part C-1 -Supplementary Conditions to Part C General Conditions Part D -Special Conditions Part DA -Additional Special Conditions Part E -Technical Specifications (Water Department) SECTION C UNIT II : TRANSPORTATION/ PUBLIC WORKS SECTION D Special Instructions to Bidders (TPW) Special Provisions for Street and Storm Drain General Construction Notes (TPW) UNITS I & II: WATER DEPARTMENT AND TRANSPORTATION/ PUBLIC WORKS Certificate of Insurance Performance Bond Payment Bond Maintenance Bond Contract Contractor Compliance with Worker's Compensation Laws Wage Rates Conflict of Interest Questionnaire APPENDICES UNITS I & II : WATER DEPARTMENT AND TRANSPORTATION/ PUBLIC WORKS APPENDIX A-STANDARD FIGURES AND DETAILS APPENDIX B -GEOTECHNICAL REPORT SECTION A Notice to Bidders Comprehensive Notice to Bidders Minority and Women Business Enterprises Specifications Bid Proposal Vendors Compliance to State Law NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals for the following : FOR: 2004 CAPITAL IMPROVEMENT PROGRAM -CONTRACT 28 D.O.E. NO. 5137 UNIT I: UNIT II: Street Reconstruction, Water and Sanitary Sewer Replacement for: NW 22nd Street (Chestnut Avenue to Pearl Avenue) NW 22nd Street (Lincoln Avenue to Prospect Avenue) NW 22nd Street (Lee Avenue to Ellis Avenue) NW 23'd Street (Clinton Avenue to Ellis Avenue) WATER AND SANITARY SEWER REPLACEMENT Water Project Number : P253 541200 602170 0289 Sewer Project Number: P258 541200 702170 0289 PAVING RECONSTRUCTION AND STORM DRAIN IMPROVEMENTS T/PW Project Number: C200 541200 20240 00289 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth , Texas , will be received at the Purchasing Office until 1 :30 p.m. on January 18, 2007 and then publicly opened and read aloud at 2:00 p.m . in the City Council Chambers . Plans , specifications and contract documents for this projected may be obtained at the offices of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas . Documents may be purchased for a non-refundable fee of sixty dollars ($60 .00) per set. These documents contain additional information for prospective bidders . The major work on the referenced project consists of the following : 2,554 297 281 400 11,580 LF 12-lnch Water Line and Appurtenances LF 8-lnch Water Line and Appurtenances LF 8-lnch Sanitary Sewer , Manholes and Appurtenances LF 21-lnch RCP Storm Drain SY 7-lnch Reinforced Concrete Pavement Bidders shall not separate, detach, or remove any portion , segment or sheets from the contract documents at any time . Bidders must complete the proposal sections and submit the complete specifications book or face rejection of bid as non-responsive . A pre-bid conference will be held on January 9, 2007, at 11 :30 a.m ., in the Department of Transportation and Public Works Conference Room, Room 270, 2nd Floor , City Municipal Building , 1000 Throckmorton Street, Fort Worth , Texas . Bidders are encouraged to review the plans and specifications prior to the pre- bid conference . For additional information concerning this project, please contact Mr . Joseph Bergeron, P.E. at (817) 392 - 2384 or Mr. Bryan Jann , P.E., at (817) 698-6700 . ADVERTISING DATES : December 21, 2006 December 28, 2006 NB-1 COMPREHENSIVE NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following : FOR: 2004 CAPITAL IMPROVEMENT PROGRAM -CONTRACT 28 0.0.E. NO. 5137 UNIT I: UNIT II: Street Reconstruction, Water and Sanitary Sewer Replacement for: NW 22nd Street {Chestnut Avenue to Pearl Avenue) NW 22nd Street {Lincoln Avenue to Prospect Avenue) NW 22nd Street {Lee Avenue to Ellis Avenue) NW 23rd Street {Clinton Avenue to Ellis Avenue) WATER AND SANITARY SEWER REPLACEMENT Water Project Number: P253 541200 602170 0289 Sewer Project Number: P258 541200 702170 0289 PAVING RECONSTRUCTION AND STORM DRAIN IMPROVEMENTS T/PW Project Number: C200 541200 20240 00289 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1 :30 p .m. on January 18, 2007 and then publ icly opened and read aloud at 2 :00 p.m. in the City Council Chambers. Plans, specifications and contract documents for this project may be obtained at the offices of the Department of Engineering, Municipal Office Building , 1000 Throckmorton Street, Fort Worth, Texas. Documents may be purchased for a non-refundable fee of Sixty Dollars ($60 .00) per set. These documents contain additional information for prospective bidders . All bidders will be required to comply with provision 5159a of "Vernon's Civil Statutes" of the State of Texas with respect to payment of prevailing wage rates and City Ordinance No . 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices . A pre-bid conference will be held on January 9, 2007, at 11 :30 a .m ., in the Department of Transportation and Public Works Conference Room, Room 270, 2nd Floor, City Municipal Building , 1000 Throckmorton Street, Fort Worth, Texas . Bid security is required in accordance with the Special Instructions to Bidders (Paragraph 2 -Water Department or Paragraph 1 -T/PW). The major work on this project shall cons ist of: 2,554 297 281 400 11 ,580 LF 12-lnch Water Line and Appurtenances LF 8-lnch Water Line and Appurtenances LF 8-lnch San itary Sewer, Manholes and Appurtenances LF 21-lnch RCP Storm Drain SY 7-lnch Reinforced Concrete Pavement and all necessary appurtenances and incidental work to provide a complete and serviceable project. Included in the above will be all other miscellaneous items of construction as outlined in the Specifications and Contract Documents . The City reserves the right to reject any and/or all bids and waive any and/or all formalities . Bidders shall not separate, detach or remove any portion, segment, or sheets from the contract documents at any time . Bidders must complete the proposal sections and submit the complete specifications book or face rejection of the bid as non-responsive . 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, CNB-1 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. SUBMISSION OF BID(S) AND AWARD OF CONTRACT(S): This document is designed as one contract document. Award of contract , if made, shall be to the responsive low bidder . The Contractor shall comply with the City 's M/WBE Ordinance. 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. The Contracting Department for this project is the Engineering Department. For additional information concerning this project, please contact Mr. Joseph Bergeron, P .E . at 817-392-2384 or Mr. Bryan Jann, P.E. at 817-698-6700 . ADVERTISING DATES: December 21, 2006 December 28, 2006 CNB-2 Charles R. Boswell City Manager Marty Hendrix City Secretary Department of Engineering A. Douglas Rademaker, P .E., Director By; _______ _ Rick L. Trice, P.E. Assistant Director MINORITY AND WOMEN BUSINESS ENTERPRISES SPECIFICATIONS FORT WORTH ----...,...---City of Fort Worth ATTACHMENT 1A Page 1 of 4 01 -19-07 P12:51 IN Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime McClendon Construction Co, Inc I M/W/DBE I X I PROJECT NAME : NON-M,W/DBE BID DATE 2004 CIP Contract no 28 January 18, 2007 City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER 25 % 36 % DOE 5137 Identify !!! subcontractors/suppliers you will use on this project Failure to complete this form , in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications . The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin , Dallas , Denton, Ellis , Kaufman and Rockwall counties . Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considere"'d 2nc1 tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. \ Rev . 5/30/03 FORTWORTH --..,..--01 -19-07 P12:51 IN ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppl iers, regardless of status; i.e., Mino ri ty, Women and non-M/\NBEs. Please list M/\NB E firms first, use additional sheets if necessary . Certi fication N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax B B T D w r R 0 B E E C T E A M E Bums Construction PO Box 783 Water and Sewer $278,847.50 Suneson, TX 76097 1 X X (Prequalified) 817/447-0292 Fax 817/447-0207 Klutz Construction PO Box 100263 Drainage $46 ,264.00 Ft Worth TX 76185 1 X X Construction 817/921-0990 Fax 817/921-0990 Rubio Trucking 9000 Co Rd 513 Hauloff Trucking $23,942.00 Alvarado, TX 76009 1 X X 817 /829-3711 No Fax Ricochet Fuel Distributors 1201 Royal Pkwy Fuel $9 ,375 .00 Euless, TX 76040 1 X X 817/268-5910 Fax 817/282-7497 H J G Trucking, Inc 701 Denair St Topsoil $7 ,400 .00 Ft Worth, TX 76111 1 X X Sand/Stone 817/834-7181 Rev. 5/30/03 fORTWORTH --..y- ATIACHMENT 1A Page 3of 4 01 -19-07 P12:52 IN Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e ., Minority, \Nomen and non-MMIBEs. Please list MM/BE firms fi rst, use additional she ets if necessary . Certif"ication N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D 1/', Telephone/Fax r B B R 0 B E E C T E A Concrete Penetrating Co PO Box 35766 Silicone $6,938.00 Dallas, TX 75235 1 Joint Seal 214/634-2990 Fax 214/634-0999 Southern Star Concrete 8505 Freeport Pkwy Ready-Mix $239 ,040.00 Irving, TX 75063 1 X Concrete 972/621 -0999 Sheplers, Inc 2400 NE 36th St Rebar $29,608 .00 FtVVorth, TX 76111 1 X Supplier 817 /838-6811 APAC Texas Inc 1 X PO Box 848164 Hot-Mix $960.00 Dallas, TX 75284 Asphalt 214ll41-3531 Beall Lime Co 1 X 1100 VVest Parkway Hydrated Lime $27,900.00 Euless, TX 76040 Slurry 817 /835-4000 Re v . 5/30/03 FoRTWORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers ATIACHMENT 1A Page 4 of 4 01 -19-07 P12:52 IN $ $365,828.50 $ $304,446.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $67 0 ,274.50 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted , it will affect the final compliance determination . By 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 part icipating 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. President Title Mc Clendon Const ruction Co, Inc Company Name PO Box 999 Address Burleson, TX 76097 City/State/Zi p Dan Mcclendon Printed Signature Contact Name/Title (if different) 817 /295-0066 Telephone and/or Fax dan@mcclendonconstruction .com E-mail Address January 18, 2007 Date Rev. 5130/03 BID PROPOSAL PROPO SAL (This proposal must not be removed from this book of Contract Documents). TO : Mr. Charles R . Boswell City Manager City of Fort Worth, Texas PROPOSAL FOR: The furnishing of all materials , except materials specified to be furnished by the City, equipment and labor FOR : STREET RECONSTRUCTION , WATER AND SANITARY SEWER REPLACEMENT 2004 CIP CONTRACT 28 NW 22ND Street (Chestnut Avenue to Pe a rl Avenue) NW 22 nd Street (Linco ln Aven ue to Prospect Avenue ) NW 22 nd Street (Lee Avenue to Ellis Avenue) NW 23 •d Street (Clinton Avenue to Ellis Avenue) TPW PROJECT NUMBER: C200 54120020240 00289 WATER PROJECT NUMBER: P253 541200602170 0289 SEWER PROJECT NUMBER: P258 541200702170 0289 DOE NUMBER: 5137 Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans , specifications and the site, understand the amount of work to be done , and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and materials necessary to fully complete the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth, Texas. The Contractor must be pre- qualified in accordance with the Transportation and Public Works Department of the City of Fort Worth 's requirements. Upon acceptance of this Proposal by the City Council , the bidder is bound to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds , if any, as may be required for the performing and completing of the said work within the time stated and for the following sums , to wit: (Furnish and install, install all appurtenant work, complete in place, the following items .) P-1 VENDER COMPLIANCE TO STATE LAW • STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT ON NW 22nd STREET AND 23rd STREET Pay Approximate Unit Description of Item With Unit Amount Item Quantity Bid Price Written In Words Price Bid UNIT I -SECTION A WATER IMPROVMENTS 1 2,554 LF 12-inch PVC Water Line (Includes Removal or Abandonment of Existing Water Line) @ Dollars and Cents Per Linear Foot $ $ 2 267 LF 8-inch PVC Water Line (Includes Removal or Abandonment of Exis ting Water Line) @ Dollars and Cents Per Linear Foot $ $ 3 30 LF 8-inch DIP Water Line (Includes Removal or Abandonment of Existing Water Line) @ Dollars and Cents Per Linear Foot $ $ 4 116 LF 6-inch PVC Water Line (Includes Removal or Abandonment of Exis ting Water Line) @ Dollars <'Ind Cents Per Linear Foot $ $ 5 5 EA Remove and Salvage Existing Fire Hydrant @ Dollars and Cents Per Each $ $ 6 5 EA Standard Fire Hydrant Assembly (3'-6" Bury ) @ Dollars and Cents Per Each $ $ 7 10 VF Barrel Extension for Fire Hydrant over 3'-6" Bury @ Dollars and Cents Per Vertical Foot $ $ 8 10 EA 12-inch Gate Valve and Box @ Dollars and Cents Per Each $ $ 9 5 EA 8-inch Gate Valve and Box @ Dollars and Cents Per Each $ $ 10 5 EA 6-inch Gate Valve and Box @ Dollars and Cents Per Each $ $ P-2 . 01-16-2007 13:38 FROM-:fU RNER COl LIE ANO BRADEN INC +817 698 6701 ,. i-8 98 ~ P 003/003 F-175 STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT ON NW 22nd STREET AND 23rd STREET Pay Approximate Unit Description of Item With Bid Price Written In Words Item Quantity UNIT I -SECTION A WATER IMPROVMENTS 2 ,554 2 267 3 30 4 116 5 5 /v- 6 5 7;,. #tWI, LF 12-inch PVC Water Line (Includes Removal or AbandoJJ.tTle t of Existing Water Line} LF ·~ Dollars ·~-----1-u....~:..___Cems 6--inch PVC Water Une (Includes Removal or Abando nt Existil-'19_Water Line) @ l I'~ Dollars and•---~UL.~--Cents Per Linear Foot LF 8-inch DIP Water Line (lndudes Removal or Aban m nt of ·sting Water Line) < -t" Dollars ·-~..L.....C~------Cents LF 6--inch PVC Water Line (lndudes Removal or Abandonme of Exi ·ng Water Lins) @ :,-1M"' Dollars and Cents Per Linear Foot Hydrant Assemt:>ly (3'-6" Bury) Dollars and Cents Per Each 7 10 VF Barrel Extensi~n for Fire Hydrant over 3'-6'' Bury @ ';i;. ve.. Dollars and Cents Per Verti~I Foot B 10 ~ Ow.-"""' Cents 9 9 8-it:;f ~v:m;_x Dollars and k o Cents Per Each 10 5 EA 6~nJt G~:::J am, ~~k f &,£ Dollars and A/# Cents Per Each P~2 (Addendum Nu. 2) Unit Price Amount Bid $ 3bg?!Z-$ %12-- 00 $ 2,1,~ $ /32.S- $ ivs-o $ 0 2-S""b $ ~_!?..-$ ~ $ /~Z> 0 $ I $ $ IP>""o,,. $ 3zs-o 0-0 - ~ STREET RECONSTRUCTION , WAT ER AND SANITARY SEWER REPLACE MENT O N NW 22nd STREET AND 23rd STREET Pa y App roximate Un it De scr iption of Item W ith Unit Amount Item Quantity Bid Price Written In W o rds Pri ce Bid 11 2)l TON ~ron Fittings htAM.d~ foi,v/ ~ .. 1,t,f,I, ~ ollars and k Cents ,,.,... ' ~ Per T on $ 'f7t>O _.... $ 9/;'tt'o 12 10 EA 1-i~r~ain @ l. oll ars an d N'o Ce nts ~ • ~ Pe r Each $ '"';}t:>b $ "'3DP~ 13 151 LF 1-inch ~.opp~Service Line @ > k, "llA"-Doll ars and A/o Cents I& #0 " 0 Vt16 -.. ..,._.. Per Lin ea r Foo t $ $ 14 20 LF 3/4-in c h Copp er Servic e on Priv ate Property by a :·"~'~ Doll ars and ~ o Ce nts 6>"' " e_ Per Lin ear Foot , $ 16-$ 3U> - 15 10 Et~. Cl~"A" lasti~ Bo x C ompl ete in Place (),,.,,_ .... --r Do llars and ~ Cents pO //OJ~ ~ Pe r Eac h $ //0-=--$ 16 1 ~~ EA l~c~at~/xis~~er S ervice 1~~ ~ ~ .. ---· ·-~7 Doll ars an d M Ce nts '" /S-t> "! , /'}0-$ ._... Per E ac h $ 17 1 t:. )' Furn ish an d Lay 2-i nch Pi p e and Fitti ngs fo r Tem po rary 'Tt;vuJ.y ~:~s;:;;;or:n~ Doll ars and A/'P ' Ce nts po a. $ Z7_.oS-v -Ii> Per Lump Sum $ 2.Z. oS 0 , , 18 3,11 8 L F Tem porary Asph alt Pav em en t Rep air @ ~ Dolla,s g7L ~ an d ~lw.,... Ce nts $ 27.232-Per Lin ear Foo $ , 19 173 LF Perm anen t Asp~avement Repair Per Figure 2 000 -1A @ F; Doll ars and b' Ce nts 11.:> " ~ Pe r Li nea r Foot $ §'i> -$ J'(!,St> -- 20 20 LF Perm an ent Con c rk Pav~~epa ir Per Figure 200 0-2 @ {)i,...,._ U-M! o ars and ;,;,; Cen ts /ct>4;£. $ t...(;t>O ~ Per Lin ea r Foot $ - 21 500 LF Trench Safe~ @ ~ Doll ars and .JV'O Ce nts I~ L ~ Per Line ar Foot $ $ S""BO. P-3 STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT ON NW 22nd STREET AND 23rd STREET Pay Approximate Unit Description of Item With Bid Price Written In Words Item Quantity 22 50 23 20 24 20 25 2 0 LF CY CY Con~te ~semo/)t @ five~ ~~ and /!co Per Line ar Foot Dollars Cents Class "B" Concrete (2500 psi) for Miscellaneous @ Placement /2. A ___ V_V""-_____ Dollars and .,(/o Cents Per Cubic Yard Class "E" Concrete (15 00 psi ) for Miscellaneous Placement /) @ c/t-.L-Dolla rs and ffe Cents Per Cubic Yard CY Crushed Limstone for Miscella neous Placement @ IJl J.L Dollars and A/'o Cents Per Cubic Yard TOTAL UNIT I -SECTION A WATER IMPROVEMENTS: (Transfer Total to Page P-9 Summary of Bid) UNIT I -SECTION B SANITARY SEWER IMPROVEMENTS 281 2 100 3 100 4 50 5 5 7v11 LF 8-inch PVC Sanitary Sewer by Open Cut (All Depths) @ -R-.r}-y Do llars LF LF LF and ~?Ii-Cents Per LinearFoDt Remove and Replace Existing 8-lnch Sanitary Sewer with SOR 26 at Locations as Shown on the Plans, Complete in Placeh ~ ~ @:I= ollars and ~ 'f Cents Per Linear Foot 4-inch PV~C S itarykwer Service Line (All Depths) @ ___l_ r L/-Dollars and :> Cents Per Linear Foot 4-inch SOR 26 PVC San itary Sewer Service Line with Light ~rete ~ackfi~ (All Depths) @ 7 IA) V"f-.i, T'1N'O Dollars and • ,{,to I Cents Per Linear Foot lA ~ch ~VC ~nit~r,; Sewer Service Tap .··: • ~f-f...y Dollars and ',{/o Cents Per Each P-4 Unit Price Amount Bid c!)c? ti> ii> $ zs-$ /2$() -- $ Igo $ $ $ $ ' c,o ~~o $ JI)-$ )t>Pi> -- $ STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT ON NW 22nd STREET AND 23rd STREET Pay Approximate Unit Description of Item With Unit Amount Item Quantity Bid Price Written In Words Price Bid 6 5 EA Two-Way sz~Cleanout @/~ Dollars and lfLto Cents ~o Per Eac h $ 2-e)i> $ 7 3 tanp;d4'~(?A~ ~o wt. Dollars and 4Li Cents Per Each 8 r~ Dollars Cents Per Eac h $ 5Vl) 9 10 VF Dollars Cents es><:> Per Vertic al Foot $ $ -ze>~ - 10 3 EA rt I - 'vA-eollars and Cents Joo zu" Per Ea ch $ 7 -$ 11 3 EA Concrete MjE!;~le Collar @ 7~ Dollars and A,,,r> Cents " ¢0 Per Each $ -$ I 12 3 th,,-- Cents 0 $ /ZS-$ 13 28 1 LF Post Construe ·on Clean ing and Television Inspe ct ion @ Dollars and Cents So 981 $ $ 14 2 EA and "' Per Ea ch $ Ui> $ 7"t9lJ 15 281 LF Tren ch Safe~ @ '(,,...t.. Dollars and ~~ Cents /~ Zfl Per Linear Foot $ $ 16 281 LF Tempora~phalt Pave ment Repair @ L ~ Dollars and 1 tt!,.t.'12. Cents /i> d)q $ Per Linear Foot $ 'Z.3/0 P-5 STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT ON NW 22nd STREET AND 23rd STREET Pay Approximate Unit Description of Item With Bid Price Written In Words Item Quantity 17 50 LF 18 20 CY 19 20 CY C@oncr~ Enca?Pment/) . /~i o/.ZJl..-Dollars and.-Cents Per Linear Foot Class "B" Concrete (250 0 psi) for Miscellaneous Placementr1 @ yt.,1!. Dollars and ;t;b Cents Per Cubic Ya rd Class "E" Concrete ( 1500 psi) for Miscellaneous Placement /.l @ V~ Dollars and ,,(;,; Cents TOTAL UNIT I -SECTION B SANITARY SEWER IMPROVEMENTS: (Transfer Total to Page P-9 Summary of Bid) UNIT II -PAVING AND DRAINAGE IMPROVEMENTS BASE BID 2 3 4 5 6 4 13,636 5,837 6 EA Project Designation Sign @ Three Hundred Dollars and No Cents Per Each LS Miscellaneous Util ity Adjustments @ Five Thousand Dollars and No Cents Per Lump Sum SF Remove Existi ng Concrete Driveways, Walks/Steps and Handicap Ramps ~dti'~Wc PerSqu:;o: Dollars Cents LF Remove Existi ng Co ncrete Curb and Gutter EA and ~~ Cents @ ~ Dollars Per Linea~ Remove Existing 5',Curb IIJ!I!, _/ @ M I\.L-Jt,c.,w.,t. ~ars and ;(;,. Cents Per Each EA ~Remove~ lnletLZ:f,t!, ~14~ ~ [1oi1~rs / and ,(,,/o Cents Per Each P-6 $ $ $ $ $ $ Unit Price I~$ I~ $ 300 $ 5,000 $ Amount Bid 1 ,20 0 5 ,000 Z :T $ 3'177/ 10 , go $ 7.. -$ /b.3'r'3 ~ $ $ ~c:> 0 ~-/ t)i) $ d!e. /I~ $ , I/S7> STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT ON NW 22nd STREET AND 23rd STREET Pay Approximate Unit Description of Item With Unit Amount Item Quantity Bid Price Written In Words Price Bid 7 3 let l)(M,, Dollars Cents ()11' Per Ea ch $ /~pe:J-$ 8 100 LF Remove Exi~ 18" RCP Storm Drain @ ~ Dollars and No Cents /. ~" Per Linear Foot $ ()--$ ~()() 9 rain Manhole Dollars Cents $ 7st> $ "7.>0 10 8,500 SF Construct 6-inch Reinforced Concrete Driveway @ ~u,r Oolla,s "$~ and ~: ,4cA.,, Cents ~-Per Square oot $ 11 2 ,030 CY @ Cents $ 12 20 Ton HMAC Trans~~ @ Two ,,. Dollars and bo Cents ~ Per Ton $ ~I) $ 13 500 LF Remove ';!2_d R~e Chain Link Fence @ t::,?51-Dollars and &• Cents "o Per Linear Foot $ s-$ 4'&:'pe) 14 ~ oncrete Steps Dollars Cents "'" $ M}-$ 15 8 CY @ and lf)l:I Per Cubic Yard $ S"t)d $ 16 15 ,855 SF i forced Concrete Sidewalk/ Ramps @ Dollars and Cents "].> $ 'J -$ >~ // 17 12 ,500 SY 8-inch Lim(Jtabilized Subgrade @ l,,\..l.._ -:A Dollars and ..e lJY.'! ~~ Cents ,./~ D~ $ -Per Squ re Yard P-7 STREET RECONSTRUCTION , WATER AND SANITARY SEWER REPLACEMENT ON NW 22nd STREET AND 23rd STREET Pay Approximate Unit Description of Item With Bid Price Written In Words Item Quantity 18 19 20 21 22 23 24 25 26 27 28 300 11 ,580 6,267 8,565 Ton SY LF LF @ '/J. Dollars LimeAS~e~ and -~Cents Per Ton ?~;ooh R:?,inmte Pavement @ T~ ~ollars and Cents Per Square Yard 7-inch Attached Curb @ dt...L--G, Dollars Per Unea;::o and ~ i,.e..., Cents Silicone Join~ealant @ f;,.., fY WI--£ Dollars and ~Tij. ~ents Per Linear Foot I / .J.A Construct Stan~~o· Curb Inlet ~~ ~ Dollars and h Cents Per Each A Constr~ct Standard 40' C~~b ~~t. ,J' /lk.., •• ,i:.u~ ,_, ..,, '"'(L,. ~'!So1i'ar"s' {-ti , 7 . . -~-and /Yo Cents Per Each 6 J. 1 EA ~truct Stan9ard 1 O' Cpr~ I~ r..._ nf A -~ ~ollars 1 r~ 3 r~ 312 165 ---., and ,A,,1. Cents Per Each EA ~s;r~ ~le ./-.AL J/. ~----~ ollaf?' /] '· • and A;'P Cents Per Each ---.._ EA ;lms-fu 4' ~1e,t://'J c2 ollars / and &e Cents Per Each LF 24-lnch Class Ill RCP Storm Drain @ E' 6:b_ ~ Dollars and 'Jz,,;~ Cents Per Linear Foot LF 21-lnch Class Ill f}CP S,.torm Drain @ je,.,,e,v...'f-1, ~i;a.., Dollars and A.A, ' Cents Per Linear Foot P-8 Unit Price 51' Amount Bid $ -Z,7 -$ 513 4'.n , ,z,S-? s- $ / -$ 7S J1 -- 2.S' ZS- $ I -$ /o, 7t>t, -. $ $ I I 01-12-2007 13:23 FR ~TURNE if COLLIE AND BRADEN INC +817 698 670 1 T-880 P_ 002/0.03 _ F-150 STREET RECONSTRUCTION, WATER AND SANtrARY SEWER REPLACEMENT ON 'NW 22nd STREET AND 23rd STREET Pay Approximate Unit Description of Item With Unit Amount Item QWlhUtlr Bid Price Wrtttan In Ward5 Prlc:e Blit 29 375 CY Shlnn D~ Trench Excaw!icn and Backfill @ ~ Dollars and &, Cen1s ~ ~~S"' t!)C> Per Cubie Yard $ $ 30 477 LF Trench Safe~ @ t,..6-Dollars ~ .ind &!!. Cen~ I e!?--¥77 Per Linear Feat $ $ 31 1 ~Lt~ Stc~Wlilter oNiJtW,Jfs.eventicn Plan (SWPPP) E 1JA;, r -~ ,__ ~• I 7 Dollars c:! 0 a~ A-\. ' Cents ~-is-~ -$ -Per LutnJ;J sum $ !5?> 32 75 CY Borrow ~ @ Dollars Qftd Cents /I) t£.. $ • It.!.. Per Cubic Yard $ 7SD 33 400 CY TopsoH as Directed by the Engineer @ Fourtee[l 9!:!illlm IAnd No Cents Per Cubic Yard $ 14 $ 5600 34 10 EA ~~Wator Meter Box @ Thirtv rive Qefla~ ang t::10 Cents Per Each $ 35 s 350 35 24 EA Adjust Wlider Valve Box .@ ~o I-kindred DDllar.. an~ t::lo Cehts Per Each $ 200 $ 4800 36 3 EA Adjust Manhcle i rai Twn u. .....irod Flftv Dollars and No Cents Per~ $ . 250 $ 750 TOTAL UNIT 11-PAVING ANO DRAINAGE IMPROVEMENTS: /J -(Transfer Total to Pago P· 9 Summary or Bid) 7 1 9 ¥~/-- $ SUMMARY OF BIO / .S-0 1 UNIT I -WATER IMPROVEMENTS ~ 2-4'~ PJ7 -- G>O 2 UNIT I -SANITARY SEWE:R IMPROVEMENTS i 3 ~ J>/0 - 3 UNIT II -PAVING AND DRAINAGE IMPROVEMENTS i 7 f9 '11?..L ,r TOTAL BID I <, oo~ 3z.z. ~ P-.9 (AddendumNo. l) 01-12-2007 13:23 . ' FROtA-T URN ER COLL IE AND BRADEN INC +817 698 670 1 r~e90 r 03/003 F-150 PROPOSAL (Continued) Within ten (10) days after acceptance of this Proposal. the undersigned will aecute 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 ammmt of 5 percent is to become the property of the City of Fort Worth, Texas, in the event the conttact and bond or bonds are not executed and delivered within the time above set forth, 88 liquidated dalllages for the delay and additional work caused thereby. The undersigned bidder certified that he has been fumished at least one set of the; General Contract Documents and General Specifications for Transportation mi Public Works Department Projects, including latest revisions, and that he has read and thoroughly understands all the requirements and conditions of those General Documems and the specific Contract Documents and appurtenant plans. 'The undersigned assures that its 'employees aJJ.d applicants for employment and those of any labor organization. subcontractors, or employment 11.gency in either furnishing or refe:rring employee applicants · t.o the i.mdersigned 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 witbiJ:i ten·(lO) calendar days after issue of the work order. and to complete the contract within one hundrod sixty (160) working days after begjnning construction 88 set forth in the written work order to be :furnished by the Owner. (Complete A or B below, as applicable) D A. The principal place of business of our company is in the State of __ _ Nonresident bidders in the State of our principal place ofbusiness1 are required to be percent lower than resident bidders by state iaw. A Nonresident bidders in the State of • our principal place of business, are not required to uriderbid resident bidders. The principal place of business of our company or our parent company or majority owner is in the State of Texas . P-10 (Addendum No. l) ' .. ' PROPOSAL (Continued) Within ten (10) days after acceptance of this Proposal , the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5 percent is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth , as liquidated damages for the delay and additional work caused thereby . The undersigned bidder certified that he has been furni shed at least one set of the General Contract Documents and General Specifications for Transportation and Public Works Department Projects , including latest revisions , and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans . The undersigned assures that its employees and applicants for employment and tho se 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 ninety (90) calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable) D A. D B. The principal place of business of our company is in the State of __ _ Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law . A Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. The principal place of business of our company or our parent company or majority owner is in the State of Texas. P-10 Receipt is acknowledged of the following addenda: Addendum No. 1 ~ {5 Addendum No. 2~ Addendum No. 3 ---- (SEAL) If Bidder is Corporation Date : 1 / /I} fr 7 ---+,-~,---- By: fl,t e-C L~ ~d-. C , 4-<-- ]? re5, ~ -uJ-- Title f D Jlok 19? 'J{1.,vr/vo 1.,.. 1 '!7t '76o'?7 --------~-+7 ~----,7'--- Address Telephone P-11 ~ ---v VENDOR COMPLIANCE TO STATE LAW The 1985 session of the Texas Legislature pas sed House Bill 620 relative to the award of the contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non- resident ( out of state contractors whose corporate offices or principal place of business are outside the state of Texas) bid projects for construction, improvements , supplies or service s 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 principal place of business is located . The appropriate blanks in Section A must be fi11ed out by a11 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 di squ ali fy 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 State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Nonre sident bidders in the State of _____ , our principal place of business, are not required to underbid resident bidders. AR} The principal place of business of our company or our parent company or majority owner L/ is in the State of Texas . n 1 /J t1 I! ~ BIDDER: ~~~ Company: /fA~frt'v ~s/ C ~ By: b a_i-Y'vt_c-(d ~Jo ~ (p lea se print) Title : P~,d~d= (please print) Address : Po )s o>c Telephone : f3L7 -Z.JI s---ot;r;; 6 This form must be returned with your quotation . SECTION B (Water Department) Special Instructions to Bidders (Water Department) Part C -General Conditions Part C-1 -Supplementary Conditions to Part C General Conditions Part D -Special Conditions Part DA -Additional Special Conditions Part E -Technical Specifications (Water Department) SPECIAL INSTRUCTIONS TO BIDDERS (Water Department) 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 bond, (1) the name of the surety shall be included on the current U.S . Treasury List, or (2) the surety must have capital and surplus equal to ten times the limit of the bond . The surety must be licensed to do business in the state of Texas . The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth ( 1/10) the total capital and surplus . SI-1 3 . BONDS: A performance bond, a payment bond, and a 2 year maintenance bond each for one hundred (100 %) percent of the contract price will be required , Reference C 3-3.7. 4. WAGE RATES: Not less than the prevailing wage rates established by the City of Fort Worth, Texas, and as set forth in the Contract Documents must be paid on this project. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7 . NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is $25,000.00 or less , the contract amount shall be paid within forty-five ( 45) calendar days after completion and acceptance by the City. 9 . AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor SI-2 against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10 . DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with AD A's provisions and any other applicable federal , state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11 . MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES: In accordance with the City of Fort Worth Ordinance No . 11923 , 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 . In addition , the bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WANER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The documentation must be received no later than 5 :00 PM, 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 the 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, a 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 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 responsible and barred from participating in City work for a period of time not less than three (3) years. SI-3 Cl-1 Cl-1.1 Cl-1. 2 Cl-1. 3 Cl-1. 4 Cl-1. 5 Cl-1. 6 Cl-1.7 Cl-1. 8 Cl-1. 9 Cl-1.10 Cl-1.11 Cl-1.12 Cl-1.13 Cl-1.14 Cl-1.15 Cl-1.16 Cl-1.17 Cl-1.18 Cl-1.19 Cl-1.20 Cl-1. 21 Cl-1.22 Cl-1.23 Cl-1. 24 Cl-1.25 Cl-1.26 Cl-1.27 Cl-1.28 Cl-1.29 Cl-1.30 Cl-1.31 Cl-1.32 C2-2 C2-2.l C2-2.2 C2-2.3 C2-2.4 C2-2 .5 C2-2.6 PART C -GENE RAL CO ND I T I ON S TABLE OF CONTENTS NOVEMBER, 1, 1987 TABLE OF CONTENTS DEFINITIONS Definition of Terms Contract Documents Notice to Bidders Proposal Bidder General Con d itions Special Conditions Specifications Bond Contract Plans City City Council Mayor City Manager City Attorney Director of Public Works Director, City Water Department Engineer Contractor Sureties . The Work or Project Working Day Calendar Day Legal Holiday Abbreviations Change Order Paved Streets and Alleys Unpaved Streets and Alleys City Streets Roadway Gravel Street INTERPRETATION AND PREPARATION OF PROPOSAL Proposal Form Interpretation of Quantities Examination of Contract Documents and Site Submitting of Proposal Rejection of Proposals Bid Secur i ty ( 1) Cl-1 (1) Cl-1 (1) Cl-1 (2) Cl-1 (2) Cl-1 ( 2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (3) Cl-1 (3) Cl-1 ( 3) Cl-1 ( 3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 ( 4) Cl-1 (5) Cl-1 .(6) Cl-1 (6) Cl-1 (6) Cl-1 (6) Cl-1 ( 6) Cl-1 ( 6) C2-2 ( 1 ) C2-2 ( l) C2-2 ( 2 ) C2-2 ( 3 ) C2-2 ( 3 ) C2-2 ( 3 ) C2-2. 7 C2-2. 8 C2-2.9 C2-2.10 C2-2.ll C2-2.12 C3-3 C3-3.l C3-3.2 C3-3.3 C3-3.4 C3-3.5 C3-3.6 C3-3.7 C3-3.8 C3-3.9 C3-3.10 C3-3.ll C3-3.12 C3-3.13 C3-3.14 C3-3.15 C4-4 C4-4.l <:4-4.2 C4-4.3 C4-4.4 C4-4.5 C4-4.6 C4-4.7 CS-5 cs-s.1 CS-5.2 cs:...s.3 CS-5.4 CS-5.5 CS-5.6 CS-5.7 CS-5.8 CS-5.9 CS-5.10 CS-5.11 CS-5.12 CS-5.13 CS-5.14 CS-5.15 CS-5.16 CS-5.17 CS-5.18 Delivery of Proposal Withdrawing Proposals Telegraphic Modification of Proposals Public Opening of Proposal Irregular Proposals Disqualification of Bidders AWARD AND EXECUTION OF DOCUMENTS Consideration of Proposals Minority Business Enterpise Women-Owned Business Enterprise compliance Equal Employment Provisions Withdrawal of Proposals Award of Contract Return of Proposal Securities Bonds Execution of Contract Failure to Execute Contract Beginning Work Insurance Contractor's Obligations Weekly Payroll Contractor's Contract Administration Venue SCOPE OF WORK Intent of Contract Documents Special Provisions Increased or Decreased Quantities Alteration of Contract Documents Extra Work Schedule of Operations Progress Schedules for Water and Sewer Plant Facilities CONTROL OF WORK AND MATERIALS Authority of Engineer Conformity with Plans Coordination of Contract Documents Cooperation of Contractor Emergency and/or Rectification Work Field Office Construction Stakes Authority and Duties of Inspectors Inspection Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Storage of Materials Existing Structures and Utilities Interruption of Service Mutual Responsibility of Contractors Cleanup Final Inspection ( 2 ) C2-2 (4) C2-2 (4) C2-2 (4) C2-2 (4) C2-2 (4) C2-2 (5) C3-3 Cl) C3-3 (1) C3-3 Cl) C3-3 (2) C3-3 (2) C3-3 (2) C3-3 (2) C3-3 (4) C3-3 (4) C3-3 (4) C3-3 ( 4 ). C3-3 (7) C3-3 (7) C3-3 (7) C3-3 ( 8) C4-4 Cl) C4-4 (1) C4-4 C 1) C4-4 ( 2) C4-4 (2) C4-4 (3) C4-4 ( 4) cs-s cs-s cs-s cs-s cs-s C5-5 CS-5 CS-5 CS-5 cs-s cs-s cs-s CS-5 CS-5 CS-5 CS-5 CS-5 CS-5 ( 1) ( 1 ) ( 2 ) ( 2 ) ( 3 ) ( 3) ( 3 ) ( 4) ( 5) ( 5) ( 5 ) ( 6) ( 6) ( 7) ( 7) ( 8 ) ( 8 ) ( 9 ) ( C6-6 C6-6.l C6-6.2 C6-6.3 C6-6.4 C6-6.5 C6-6.6 C6-6.7 C6-6.8 C6-6.9 C6-6.10 C6-6.ll C6-6.12 C6-6.13 C6-6.14 C6-6.15 C6-6.16 C6-6.17 C6-6.18 C6-6.l9 C6-6.20 C6-6.21 C7-7 C7-7.l C7-7.2 C7-7.3 C7-7.4 C7-7.5 C7-7.6 C7-7.7 C7-7.8 C7-7.9 C7-7.10 C7-7.ll C7-7.12 C7-7.13 C7-7.14 C7-7.15 C7-7.16 C7-7.17 CB-8 CB-8.1 C8-8.2 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Laws to be Observed Permits and Licenses Patented Devices, Materials and Processes Sanitary Provisions Public Safety and Convenience Privileges of Contractor in Streets, Alleys, and Right-of-Way Railway Crossings Barricades, Warnings and Watchmen Use ·of Explosives, Drop Weight, etc. Work Within Easements Independent Contractor Contractor's Responsibility for Damage Claims Contractor's Claim for· Damages Adjustment of Relocation of Public Utilities, etc. Temporary Sewer Drain Connections _Arrangement and Charges of Water Furnished by City Use of a Section of Portion of the Work Contractor's Responsibility for Work No Waiver of Legal Rights Personal Liability of Public Officials State Sales Tax PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of the Work Limitations of Operations Character of Workman and Equipment Work Schedule Time of Commencement and Completion Extension of time of Completion Delays Time of Completion Suspension by Court Order Temporary Suspension Termination of Contract due to National Emergency Suspension of Abandonment of the Work and Annulment of Contract Fulfillment of Contract Termination for C9nvenience of the Onwer Safety Methods and Practices MEASUREMENT AND PAYMENT Measurement of Quantities Unit Prices ( 3 ) C6-6 Cl) C6-6 Cl) C6-6 (1) C6-6 (2) C6-6 (2) C6-6 (3) C6-6 (4) C6-6 (4) C6-6 (5) C6-6 (6) C6-6 (8) C6-6 (8) C6-6 (10) C6-6 (10) C6-6 (10) C6-6 (11) C6-6 C 11) C6-6 C 11) C6-6 (12) C6-6 (12) C6-6 (12) C7-7 (1) C7-7 (1) C7-7 C 1) C7-7 ( 2) C7-7 (2) C7-7 (3) C7-7 (4) C7-7 (4) C7-7 (4) C7-7 (5) C7-7 (6) C7-7 (6) C7-7 (7) C7-7 (7) C7-7 {9) C7-7 {10) C7-7 (13) CB-8 ( 1) CB-8 {l) CB-8.3 Lump Sum CB-8 ( 1) CB-8.4 Scope of Payment C8-8 ( 1) .. ( CB-8.5 Partial Estimates and Retainage C8-8 ( 2 ) CB-8 .6 Withholding Payment C8-8 ( 3 ) C8-8.7 Final Acceptance C8-8 ( 3 ) CB-8.8 Final Payment CB-8 ( 3 ) C8-8.9 Adquacy of Design C8-8 ( 4) CB-8.10 General Guaranty CB-8 ( 4 ) CB-8.11 Subsidiary Work C8-8 ( 5) C8-8.12 Miscellaneous Placement of Material CS-8 ( 5) C8-8.13 Record Documents C8-8 ( 5) ( 4 ) PART C -GENERAL CO NDITIONS Cl-1 DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents, such as specifications, bonds, a~denda, plans, etc., which govern the terms and performance of the contract. These are contain~d in 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) (Sample) PART B -PROPOSAL PART C -GENERAL CONDITIONS (CITY) (Developer) PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT (Sample) (Sample) White White Canary Yellow Brown Green El-White E2-Golden Rod E2A-White Blue White White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the follow~ng items: PART A -NOTICE TO BIDDERS (Advertisement) Same as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D SPECIAL CONDITIONS PART E -SPECIFICATiONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT PART H -PLANS (Usually bound separately) Cl-1 (1) } j Cl-1.3 NOTICE TO BIDDERS: All of the legal pub l ica t ions either actually p ublished in public advertising mediums or furnished direct to interested parties pertaining to the wo r k contemplated und e r the Contract Documents constitutes the notice to bidders. Cl-1.4 PROPOSAL: The completed .written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the · bid security, constitutes the Proposal, which becomes binding upon the Bidder when it i s officially received by the Owner, has been publicly opened and read and not rejected by the Owner. Cl-1.5 BIDDER: Any person, persons, fiim, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. Cl-1.6 dENERAL CONDITIONS: The General C~nditions 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 l promulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions, the latter shall take precedence and shall govern. Cl-1.7 SPECIAL CONDI~IONS: Special conditions are the specific requirements which are ne~essary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditi~ns and other eiernents of the Contract Documents they provide the information which the Contractor and Own~r should have in order to gain a thoro~gh knowledge of the project. Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed and · useful project. ·whenever reference is made to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Oocuments just as though they were embodied therein. Cl-1.9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and l Cl-1 (2) faithful performance of the c o ntract 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 ·csee Special Instructions to Bidders, Part A and C2-2.6) Cl-1.10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. cl-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the locatiori, dimension and position of the various elements o~ the project, including such profiles, typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. _The plans are usually bound separately from other parts of the Contract Documents, but they are a part of the Contract Documents just as though they were bound therein. Cl-1.12 .CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manger, each of which is required by charter to perform specific duties. Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner ~re synonymous. Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. Cl-1.14 MAYOR:_ The officially elected Mayor, or in his absence, the Mayor Pro tern of the City of Fort. Worth, Texas. Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized ·representative. Cl-1.16 CITY ATTORNEY: The officially appointed City ~ttorney of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1 (3) Cl-1.17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred to in the Charter as t h e City Engineer, or his duly authorized representative. Cl -1.18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fo r t Worth, Texas, or his duly authorized representative, assistant, or agents. Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their du l y auth~rized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. Cl-l.20 CONTRACTOR: The person, persons, partnership, company, firm, association, or . corporation, ent~ring into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub-contract6r is a person, firm, coiporation, or others under cbntract with the principal contractor, supplying labor and materials or only labor, for work at the site of the project . Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and .satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. Cl-1.22 THE WORK OR PROJECT: The completed work coritemplat~d in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. Cl-1.23 WORKI~G DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted i n paragraph C7-7.6. Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, .no days being excepted. Cl-1.25 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: Cl-1 (4) ( ( '· 1. 2. 3 • 4 • 5. 6. 7. 8. 9. New Year's Day January 1 M. L. King, Jr. Birthday Memorial Day Independence Day .Third Monday in January Last Monday in May Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu of holidays as the City Council may determine July 4 First Monday in September Fourth Thursday in November Fourth Friday in November December 25 When one of the above named holidays or a special holiday is declared by the City Council~ falls on Saturday, the holiday shall be observed on the preceding Friday or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar holiday as the holiday. · Cl-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents, the intent and meaning shall be as follows: AASHTO - ASCE LAW ASTM AWWA ASA HI American Association of MGD State Highway Transportation Officials American Society of Civil Engineers In Accordance With American Society of Testing Materiali American Water Works Association American Standards Association Hydraulic Institute Asphalt Avenue Asph. - Ave. Blvd. CI -·Boulevard CL GI Lin. lb. MH Max. Cast Iron Center Line Galvanized Iron Linear or Lineal Pound Manhole Maximum Cl-1 (5) -Million Gallons Per Day CFS -Cubic Foot per Second Min. -Minimum Mono.-Monolithic % -Percentum R -Radius I.D. -Inside Diameter O.D. -Outside Diameter Elev.-Elevation F -Fahrenheit C · -Centigrade In. -Inch Ft. -Foot St. -Street CY -Cubic Yard Yd. -Yard SY -Square Yard L.F. -Linear Foot D.I. -Ductile Iron f • ,;; Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in t he 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 oi decrease is more than 25% of the amount of the particular item or items in the original proposal. A 1 1 " C h an g e Or d er s " sh a 11 be pr e pa r e d by th. e C it y f r o tn information as necessary furnished by the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having orre of the following types of wearing surfaces applied over the natural unimproved surface:· 1. 2. 3. 4. 5. Any type of asphaltic concrete with or without separate base material. ~ny type of asphalt surface treatment, not including an oiled surface, with or without separate base material. Brick, with or without separate base-material. Concrete, with or without separate base material. Any combination of the _above. Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above for "Paved Streets and Alleys." Cl-1.30 CITY STREETS: A city street is defined as that area between the right-of~way lines a~ the street is dedicated. Cl-1.31 ROADWAY: The roadway is defined as _the area between parallel lines two (2') feet back of the curb lines or four (4') feet back of the average edge of pavement where no cu~b exists. Cl-1.32 GRAVEL STREET: A gravel street is any unpaved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. Cl-l (6) ( ( (_ .SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.l PROPOSAt FORM: The 6wner will furnish bidders with proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide .a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's ~Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and not more than one Cl) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount·· of ten (10%) percent of the ·estimated project cost will be required. · For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as .that of the project for which bids are to be received, and such .experience must have been on projects completed not more than five (5) years prior to the date on which 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 C2-2(1) forms or other parts of the Contract Documents will be considered as approximate only and .will be used for t h e 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 w a y invalidating the unit . prices . bid. or .. any other requirements of the Contract Documents . . C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file wi t h the Owner shall con~titute all ·of the information which the Owner will furnish. All additional information and data which the owner w{ll supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall becom~ part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. · ( Bidders are required, prior to the filing of proposal, to read and become familiar with the Contract Documents, to vis\t 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 knowleoge of the conditions which will be encountered during the construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon ~he Owner. Bidders shall rely exclusively and solelj 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 investigations, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct. Neither the C2-2(2) 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 the work contemplated or furnishe the materials required. All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in numerals, the price most advantageous to the City shall govern. · If a propoial 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 must be given, and the proposal must be signed by a 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 corporate 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 of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, incomplete bids, erasures, or irregularities of any kind, or contain unbalance value of any items. Proposal tendered or delivered after thi official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID -SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in ·the "Notice to Bidders" and the "Proposal." The Bid Security is · required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance · and other bonds. The bid security of the 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(3) C2-2.7 DELIVtRY OF PROPOSAL: No proposal will be considered unl e ss 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 marked with the word ·"PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall ~e addressed to the City Manager, tity Hall, F6rt Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed wi th the City Manager cannot be withdrawn prior to the time set -for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read al6ud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the -City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening. time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which ·have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened arid 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 preseni for t h e opening of bids. C2-2.ll IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions, alterations of form, additions, or conditidns not called for, unauthoriz e d ( . I ~ alternate bids, or irregularities of any kind. However, the l C2-2(4) Owner reserves the right to waive any ana all irr e gulariti e s and to make the award of the contract to the best interest of th~ City. Tendering a proposal after the closi~g hour is an irregularity which cannot be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reason: a. Reasons for believing that collusion exists among bidders. b. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. c. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against -the bidder. · d. The bidder being in arrears on any existing contract or having defaulted on a previous contract. e. The bidder having performed a prior contract in an unsatisfactory manner. f. Lack of competency as revealed by the financial statement, experience record, equipment schedule, and such inquiries as the Owner may see fit to make. g. Uncompleted work which, in the juagment 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 1of 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 us~ on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2(5) PART C -GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.l CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best inte rest 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 a Woman-owned Business Enterprise (WBE) on the contract and the paymerit therefor. Contractor further agrees, upon request by Owner, to allow and audit and/or an examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and .for iriitiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) rnoryths. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinance prohibiting discrimination in employment practices. C3-3 (1) \ I • . 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 Equai 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-fiv~ (45) days ~after the date on which the proposals were opened. C3-3.5 AWARb OF CONTRACT: The Owner reserves the right to withholdfinal action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if an award is made, will be to the lowest and best responsible bidder. The award of the contract shall not become effective until the owner has botified 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 disc~etion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. · · C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the Owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal 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 the use of inferior materials. This performance C3-3 (2) ( 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 CB-8.10. c. PAYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contract, as evidenced by the. proposal .tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344 Acts 56th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. 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 ~cceptable 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 ef feet and the Contractor shall immediately provide a C3-3 (3) new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has by appropriate resolution, or otherwise, awarded the contract ., the Contractor sh~ll execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents. No contract shall be binding upon the owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. . ( C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bond~ or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal, and the Owner may annul the Award. -By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occuring to the Owner by ( reason of said awardee's failure to execute .said bonds and contract withih ten (10) _days, the proposal security accompanying the proposal shall be the agreed amount of damages which Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3-3.10 BEGINNING WORK: The Contractor shall not commence work until -authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed Order", it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3.ll INSURANCE: The Contractor shall not commence work under thi~ contract until he has obtained all the 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-contractors' C3-3 (4) 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-contractor~. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. b. c. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Workers' Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class · of employees engaged in hazardous work 6n the project under this contract is not protected under th~ Workers' Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so prot~cted. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the· life of this contract Contractor's Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: - 1. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation (if excavations are to be performed adjacent to same). · 4. Damage to underground utilities for $500,000. C3-3 (5) a. e. f. g. 5. Bui lder's risk (where above-ground structures are involved) ... 6. Contractual Liability (covers all indemnification requirements of Contract). AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain, during the life of this Contract~ Compiehensive Automobile Liability insurance in an amount not ~ less than $250,000 foi 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, a n d automobile property damage insurance in an amount not less than $100,000. SCOPE OF INSURANCE AND SPECIAL HAZARD: T h e insurance required under the above paragraphs sha l l provide adequate protection for the Contractor and his sub-contractors, respectively, against dama g e claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance ·required in these Contract Documents in amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall app l y to the sub-contractor, should the Prime Contractor's insurance not cover the sub-contractor's work ·operations. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and performance, payment, maintenance and all such other bonds are written shall be represented by an agent or agents having an offic e located within the city limits of the C3-3 (6) ( ( ( \ City of Fort Worth, Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom service of process may be had, and must have authoriti 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, any claims that the City of Fort Worth or other claimant or anj 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 vesied in a local agent or claims officer residing in the Metroplex, the Fort Worth-Dallas area. The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of th~ Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaini.ng to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditures, all claims against the work or any other C3-3 (7) ' " " matter associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth-Dallas metropolitan area, notification of the Contract-Or's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project,· all appropriately signed and s~aled, as applicable, by the Contractor's responsible officers with the understanding that this written assignment of authority to a local representative shall become part of the project Contract ~s 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 Engineer, the Engineer, at his sole discretion, may demand that such local ~epresentative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority ( .. satisfactory to the Engineer is · ass_igned. No credit of working time will be 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. 'i C3-3 CB) l_ SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4.l INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract .Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all i~ 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 satis£actorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be ani additional proposed work which is not covered by these Contract Documents, then "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein. 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 fo~nd to _be necessary, and the Contractor shall perform the work .as altered, increased or decreased at the unit prices. Such increased or decreased .quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or. decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 petcent or more, then either party to the contract shall upon written request to the oth~r party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity s~ated in the ~roposal; 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 nor shall such changes be considered as C4-4 (1) waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes ·in dep t h categories, shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4.4 ALTERATION .OF CONTRACT bOCUMENTS: 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 chan~e the gen~ral 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 sha l l be . performed by the Contractor in accordance with thes~ Contract Documents or approved additions thereto; provided, how~ver, that before any extra work is begun a "Change Order" shall be executed or written order issued by t~e 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 actuai 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) materi~ls entering permanently into the project, and (4) actual cost of insurance~ bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10% of the actual cost of such extra work. The fixed fee is not .to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The 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 C4-4 (2) 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 invoive Extra Work for which he should receive compensation, he shall make writt~n request to the Engineer for written orders authorizing such Extra Work, prior to beginning su~h work. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless the Contractor shall file his claim .with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The Cont~actor 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 p~rmanent record a corrected set of plans showing the actual installation. The compensation agreed upon for 'extra work' whether or not iniitiated. 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 eff~ct on changed or unchanged work as a result or the change or extra work. C4-4.6 SCHEDULE OF OPERATIONS: Before comrn~ncing _ 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 C4-4 (3) shall be presehted also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepared on 8-1/2" x 11" sheets and at least five black or blue line prints shall be furnished to the Owner. C4-4.7 PROGRESS SCHEDULES FOR WATER ANQ SEWER PLANT FA C I LIT IE S : W i th i n ten ( 1 0 ) . days ·· pr i o r to .. sub m i s s i on o f first monthly progress payment, the Contractor shall prepare and submit to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the . date of which he will start the several major activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical .Path Method {CPM) network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications.· Prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule with 'the Engineer to ensure the Contractor's .understand1ng of the.contract requirements. The following guidelines shall be adhered to in preparing t the construction schedule: a. Milestone d~tes and final project completion dates shall be developed to conform to time constrairits, sequencing requirements and completion time. b. rhe construction process shall be divided into activities with time durations of approximately fourteen (14) days and construction ,values not to exceed $50,000. Fabrication, delivery and submittal activities are exceptions to this guideline. C4-4 (4) c. Durations shall be in calendar days and normal holidays and wea ther 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 cat~gories 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 (141 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 foll6wing 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. 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. C4-4 (5) ., (, . ' • f ~ , 9. Operational testing. 10. Final inspect ion. 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 sched~le d~rnonstrating -hi~ progra~ and proposed plan to make up l~g in scheduled progress and to insure completion of the work within the contract time. If the Owner finds the proposed pla~ not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or the I! overtime operations without additional cost to the Owner. I 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 such diligence as will insure its completion within the time specified. , ' "f I·. .,., 'l; "l ~ ~ ' I k 4 ; C4-4 ( 6) f ~ • . . ( I • ( ', • ( PART C -GENERAL CONDITIONS CS-5 CONTROL OF WORK AND MATERIALS SECTION CS-5 CONTROL OF WORK AND MATERIALS CS-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. He shall decide all questions which arise as to the quality and acceptabili~y of materials furnished, work performed, rate of progress of the work, overall sequence of the construction; interpretation of the Contract Documents, acceptable fulfillment of the contract, compensation, m~tual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questibns or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequences 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 tqe contract documents. He shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such mattars, the Engineei must, within a reasonable time, upon written request of the Contractor, render and deliver to both the Owner and Contractor, a written decision on the matter in controversy. CS-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other. requirements otherwise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. CS-5 Cl) • j .. )• ' . . .. , ~ ' CS-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specificitions, and quantities shown on the plans shall govern over those shown in the proposal _ The Contiactor shall not take advantage of any apparent error or omission in the Contract Documents, and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention 9f the Engineer. In the event of a conflict in the drawirigs, specificatioris, 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 £00PERATION OF CONTRACTOR: The Contractor will be furnished with three sets of the Contract Documents and shall have available on the site of the project at all times one s e t \ of such Contract Documents. Th~ Contiact shall give to th~ ~erk 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 peisonnel 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 nuthorized 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 instr~ctions 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 C5-5 {2) I \ .. adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. CS-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergenc~ 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 on a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or corrections necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does .not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall then deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. CS-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 by 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather-proof, so that documents will not be damaged by the elements. CS-5.7 CONSTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, irades, and measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. CS-5 (3) These stakes or markings shall be set sufficiently in advance _of construction operations to avoid delay. Such stakes or markings as may be established for the Contractor's use or guidance shall be preserved by the Contractor until he is authoriz e d 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~ ana ~the full amount will be deducted from pay~ent due the Contractor. CS-5.8 AUTHORITY AND DUTIES OF CITY INSPECTORS: City Inspectors will be authorized to inspect all work done and to be done ~nd 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 authority to reject materials or equipment to suspend work until the question at issue can be referred to and be decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary to the requirements of the Contract Documents. He will in no case act as superintendent or foreman -or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The 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 Contrac.t Documents, provided, however, should the Contractor object to any orders or instructions of the City Inspectoc, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in controversy. CS-5 (4) ( ! \ l CS-5.9 INSPECTIO N : T he Contractor s h all furnish th e Engin eer with ev e ry reasonable facility for ascertaining whether or no t 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 ihe work exposed or examined prove acceptable, th e uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should be work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. CS-5.10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials, cir equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at his own expense .. Work done beyond the lines and grades given or as shown on the plans, except as herein specifically provided, or any Extra Work done without written authority, will be considered as unauthoriied and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due to the Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works. CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in ~riting that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified; and identifying all variations of the p roposed C S -5 (Sl substitute from that specified and indicating available ma intenance service. No substitute shall be ordered or installed without the written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense.· Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employed by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. CS-5.12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless otherwise specifically provided. The failure of the Owner to make any tests of materials shall be 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 ~uch facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use the materials represented by the samples until tests have been made and the materials approved for use. The Contractor will. furnish adequate samples without charge to the owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contactor shall be responsible for replacing any concrete which does not meet the requirements of ~he 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 suppiy change, new tests. shall be made prior to the use of the new materials. CS-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction operation shall be stored so as to insure the preservation of the quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ( CS-5 (6) ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. CS-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the Plans relative to existing utilities are ba.sed on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be consider~d as the nonexistence of, or a definite location of, existing .underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lin~s for all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision for which is not made in the Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractors responsibility , to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures and service lines. Verification of existing utilities, structures and service lines shall include notification of all utility companies ~t least forty eight (48) hours in a~vance of construction including exploratory excavation if necessary. All verification of existing utilities and their adjustment shall be considered as subsidiary work. CS-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosectuion 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. CS-5 (7) b. 2. Notify each customer personally· through responsible personnel as to time and schedule of the interruption o f 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 entrance door knob. The tag shall be durable in composition, and in large bold .type shall say: "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be inter- rupted on between the hours of and This inconvenience will be as short as possible. Thank you, Contractor Address Phone ' • Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above,but immediate. CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts or neglect on the part of the Contractor, any other Contractor or any sub-contractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub-contractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner will notify the Contractor, who shall indemnify and save harmless the Owner against any such claim. CS-5~17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site duri~g the prosecution of the work under these Contr~ct Documents shall be accomplished in · keeping with a daily routine established to the the satisfac·tion of the Engineer. Twenty-fours fours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the ( \ E_ngineer, if the Contractor fails to correct t h e ( C5-5 (8) unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to corr e ct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 25% of such costs, shall be deducted from monies due or to become due to the Contractor. U~on the completion of the project as a whole as covered by these Co~tract 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 pver such materials and equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. CS-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under ihe Contract Documents has been sa~isfactorily completed and final cleanup performed, the Engineer will notify ~the proper officials of the Owner and request that the Final inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. CS-5 (9) PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.l LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it 'be by himself or his employees. C6-6.2 PERMITS AND 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 prices shall include all royalties or cost arising from patents, trade-marks, and copy rights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any ·such patented design, device, material or process, or any trade-mark or copy right 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 responsibili~y to defend any and all suits brought for ·the infringement of any patent claimed to be infringed upon by the design, type of construction or material 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 Cl) . . f " ' i ' I C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be so placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to property contiguous to the work area. The Contractor shall make adequate provisions to render reasonable ingress · and egress f9r normal vehicular · traffic, except during actual trenching or pipe installation operatioris, at all driveway crossings. Such provisions may include bridging, placement of crushed storie or gravel or ~uch 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 shall make arrangements satisfactory to the Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his own expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversi~n 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 the construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, ' C6-6 (2) t. /. ( \ 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 done or materials furnished by the Owner or by the City shall be deducted from monies due or to become due to the Contractor. The Contractori 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 br 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 .str~ets, alleys, or hydrants are again placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. The Contractor shall at ail times conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site .of the work. Where~er 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 statemerit showing all such claims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY:· For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the · Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more. than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or stacked 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 ,railway tracks, the work shall be C6-6 (3) carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the O~ner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable f~cilities 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 railway, the City will secure the necessary easement for the work. Where the railway tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railway company as to the methods of performing the work and take all precautions for safety of property and the public. Negotiations with the railway companies for permits shall be done by and through the City. The Contractor shall give the City notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra or additional compensation for such railway crossings unless . specifically set forth in the Contract Documents. C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is ( carried on in or adjacent to any street, alley, or public plaee, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fence~, lights and danger signals, shall provide such watchmen, 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 ~alntained to keep pedestrians away from, and vehicles from being driven on or into, any work under construction or being maint~ined. 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 the provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued ~nder the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Veron's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31~ C6-6 (4) i ! \ 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 8780-8075), to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporaiy sign meeting the re.quirements 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 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 compl~ted. The Contractor will be held responsible for all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the work and materials involved in the constructingt providing, and maintaining of barricades, signs, fences, and lights or for salaries of watchmen, for the subsequent removal and dispo~al 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 ~XPLOSIVES, 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 C6-6 (5) advance of the use of any 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 Contract Documents, or the use of explosives is requested, the Contractor shall submit notice tq 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. All claims arising out of the use of explosives shall be investigated and a written report made by the Contractor's insurers to the Engineer within ten (10) days after receipt of written notice of the claim to .the Contractor from either the City or the claimant. The City shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until the cause of the complaint has been addressed. ( Whenever explosives are stored or kept, they shall be stored in a safe and secure manner and all storage places shall be . plainly marked "DANGEROUS EXPLOSIVES" and shall be under the care of a competent w~tchman at all times. All vehicles in ( which explosives are being transported shall be plainly marked as mentioned above and shall, insofar as possible, not use heavy traffic routes. · CG-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his own expense. Such 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 unle~s and until the specified ~pproval 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 l C6-6 (6) : eve r y p r ec aution t o p r e v e n t dama ge t o a ll tr ees , s h r u bbe ry, plants, lawn s , f e n ces , culverts, curbing, and all oth e r typ es o f s tructur es or improvements, to all wa t e r, s ewer, and ga s line s r t o a ll co nduits, overh e ad pol e lin es , or appurten a nces th e r e of, including the construction of t e mporary fenc es , and to all other public or private property along adjacent to the work. The Contractor shall notify the proper representatives of owners or .o c cupants of public or private lands or int e rest in lands which rnight -~be affected by the work. Such notice shall b e made at least 48 hours in advanc e of th e b e ginning of th e work_ Notices shall b e applicable to both public and priv a te utility companies or any corporation, company, individual; or other, either as owners or occupants, whose land or interest in land might affected by the work. The Contractor shall be re s ponsible for all damage or injury to prop e rty of any character re s ulting from any act, omission, neglect, or mi s conduct in the mariner or method or e x ec ution of th e work, o r at a ny time d ue to defective work, ma t e rial, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any a c t, o mission, neglect, or misconduct in the execution of the work, or in consequence of the . non-execution thereof on the part of the Contractor, he s hall restore or have restored at his own cost and expense such property to a condition at l e ast equal to that e x istin g before su c h damage or injury was d one, by repairing, r e building, o r otherwise replacing a nd r e storing as may be dir e cted by the Own~r, 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 0£ this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross braced posts on either side of peimanent easement before the fence is cut_ Should additional fence · cuts be necessary, the Contractor shall provide cross braced posts at point of the proposed cut in addition to the cross braced posts provided ai the perma nent e 1 s e me nts limits, before the fence is cut. Temporary fencing shall be erected in plac e of the fencing r e moved whenever the work is not in progre s s and when the s ite is · vacated overnight, and/or at all time s to pr e v e nt liv es tock from entering the construction area. The co s t for f e n ce rem o v a l, t e mporary clo s ures and r e pl aceme nt s h a ll b e s ub s idi a ry to the various items bid in the ~r e jec t C 6 -6 (7) proposal. Theref o re, no separate payment shall b e allowe~ for any service a s sociated with this work. In case of failure on th e part of the Contractor to restore such pioperty to make good such damage or injury, the·Ow~er may, upon 48 hour written notic e under ordinary ~ircurni~ances, and without noti c e wh e n a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property ·as may be d e termined by the Owner tQ be necessary, and the cost thereby will be deducted from a~y monies due or to become due to the Contractor under this Contract. C6-6.ll INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant or employee of the Owner. Contractor shall have exclusive control of and the exclusiv e right to control th e details of all the work and service s performed hereund e r, and a ll persons performing same, and s hall be sol e ly respon s ible for the acts and omissions of its officer s , agents, servants, employees, contractors, s ubcontractors, licensee~ and invitees~ The doctrine of respondeat superior s~all not apply as between Owner a~d 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.J2 CONTRACTOR'S RE SPONSIBILITY FOR DAMAGE CLAIMS~ Contractor co venants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense. Owner, it s offi cers, agents, s ervants and employees, from and against any and all cla im s or suit s for property lo s s or damage and/or personal injury, including de.ath, to any and all persons, of whatsoever kind or character, whether re.al or asserted, arising out of or in connection with, directly_ or indirectly, the work and services to be performed hereunder by Contracto r, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, agents, servants, employees, c9ntractors, subcontractors, licensees and invitees of the City; and said Contractor does hereby covenant and agree to assume all liability and re s pon s ibili ty of City, its offi cers, agents, servants and employees for any and all claims or s uits for property Jo s s or damage and/or personal injury, including death, to any and all . p e rsons, of whatsoever kind or character, whether re.al or asserted , arising out of or in connection with, di rec tly or indirectly, the work and services to be performed hereunder by Co ntractor, i ts officers, a gents, employees , subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the anew negligence of the officers, agents, servants, employees, C6 -6 C8 ) ' ., ( contractors, subcontractors, Iicen-sees and invitees of the City_ Contractor l ikewise covenants and agrees to, and does hereby, indemnify and hold bannless City from and a g ainst any and all injuries, damage, loss or destruction to property of City 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 pa rt, any and all alleged acts or omissions officers, ct gen ts, servants, employees, con tractors, subcontractors, licensees, invitees of Owner. In the event a WTitten claim for damages against the contractor or its subcontractors remains W1Set1kd 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 beer1 obtained fr o m 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 su c h work, and such semi-final payment may then be recommended by the Director. The Director shall nol 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: J _ 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 outstandin~ claims, and such good faith efforts have failed_ If condition (I) above is met at any time within the: six month period, the: Director shall recomm.end 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 Director may C6-6 C 9) re.commend that final payrnc~t be made .if all other work has lxc.n performed and all other obligations of the Contractor have been met to the satisfaction of lhc 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. (Revision Date: April 15, 1999) C6-6-13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining o~ such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which ·any such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and amount of such alleged 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 1 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 b~ moved or interfered with until orders thereupon have been issued by the Engineer. The right is .reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to their property that may be necessary by the performance of this contract. C6-6.15 ~EMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or diversions. The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage CG-6 (10) ' r ~ .., ' / I I \, 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 Contratt, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. 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-l.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the City Ordinance, or where no ordinance applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written order of th~ 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 to deficient operations on the part of the Contractor, shall be performed by the Contractor at his own expense. CG-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 C6-6 (11) thereof by action of the elements or from any cau s e whatsoever, whether .arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his o~n 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 1 for or acceptan~e of iny work, or any ~xtension of time, or any possession taken by the City shall not operate as a waivir 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 sam~ to meet the requirements of the Contract Documents. C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representatives of the Owner, either personally or otherwise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such. exemption certificate issued by the Contractor in lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller's Ruling .011, and any other applicable State Comptroller rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a -contract awarded by a developer for the construction of a publicly-owned improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant -to the provisions of Article 20.04 (H) of the Texas limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. C6-6 (12) ( ( Limited Sale, Excise and Use Tax permits and information can be obtained from: Comptroller of Public Accounts Sale Tax Division Capitol Station Austin, TX C6-6 (13) PART C -GENERAL CONDITIONS • C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.l SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workman under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced in the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject to the same requirements as to ~haracter and competency. The O~ner will not recognize any subcontractor on the work. The Contractor shall at all times; when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, convey, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, br otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or . corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any state, attempt to dispose of the contract ·may, 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 ·aamages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operation, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of C7-7 Cl) prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall also be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work tb be performed under this contract within the time limit stated in these Contract Docum~nts and shall conduct the work in a continuous manner and with sufficient equip~ent, materials, and labor as is necessary to insure its completion within the time limit. The sequence requested of all construction operations shall be at all times as specified in the Special Contract Docu~ents. Any deviation from scuh 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 ~ontractor from the full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 "Extension of Time of Completion" 0£ this Agreement, and a progress schedule shall not constitute a change in the contract time. ( C7-7.4 LIMITATIONS OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any ti~e when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street oc public way greater than is necessary for the proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commence~ on any additional section or street. · C7-7.S CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor is available. The Contractor may bring in from outside the City of Fort Worth his _key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties or 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 bi found to be incompetent, disrespectful, intemperate, dishonest, or C7-7 (2) ( otherwise objectionable or negl e ctful in the proper performance of his or their duties, or who neglects or refuses to comply with or carry out the directions of the Owner, and such person or persons shall riot be employed again thereon without written consent of the Engineer. · All workmen shall have sufficient skill, ability, and experience to properly p e rform the work assigned to them and operate ·any equipment necessary to properly carry out the performance of the assigned duties. T he Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, 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 o~ any ~ortion of the work shall be such that no injury to the work, workmen or adjacent property will result from its use. C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as defined in Cl-1.23 "WORKING DAY" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. N6thing 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 than the proceeding 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 ~ny work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar ·oays shall be defined in Cl-1. 24 and the Contractor may work as he so desires. C7-7 (3) ,-, 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 progre~s such ~swill insure = that the whole work ·will be performed and the premises cleaned _up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized by the Owner. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be con~idered only when the request for such extension is submitted 'in writi~g to the Engineer within seven days from and after the time alleged cause of delay shall have occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council -for approval . In adjusting the contract time for completion of work~ consideration will be given to unforseeable causes beyond the control of and without the fault or negligence of the Contractor, including but limited to acts of the public enemy, acts of the Owner, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, freight embargoes, or delays of ~uh-contractors due to such ~auses. 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 t-0 obtain su~plies and materials will be considered only when a revie~ of th~ 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 material~ from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the coniract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time may be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide iriforrnation or material, if C7-7 (4) ( ' '\ ( i '._ . ' any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to. the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his applicatibn for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of Completibn 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 the 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 monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. · AMOUNT OF CONTRACT 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 C7-7 (5) $ 500,001 to $1,000,001 to $2,000,001 and over $1,000,000 $2,000,000 inclusive$ inclusive$ $ 315.00 420.00 630.00 \ The parties hereto understand and agree th~t 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 of accurate estimation, and that -the "Amount of Liqqidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.ll SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the event the work is suspended by a Cburt Order~ Neither will the Owner be liable t6 the Contractor by virtue of any Court Order or action for wh i ch the Owner is not solely responsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right · to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unfavorable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of work covered by this contract, for any reason, the Owner will maki no extia 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 Contrac~or not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THE TIME OF COMPLETION, and should it be determined by rnutuai 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 C7-7 (6) ( that construction may b e resume d. Such reimbursement shall b e based on actual cost t o the Contractor of moving th e 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 Contract, then if the Owner cannot after reasonable effort . assist the Contractor in procuring and making available the necessary labor, materials and equipment within thirty days, the Contractor may request the Owner to terminate the contract and the Owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include, but not be limited to, the payment for all work executed but no anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared cancelled by the City Council for any good and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: · a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. C7-7 (7) ' ,, b. Substantial evidence that progress of the work operations by Contractor is insufficient to complete the work within the specified time. c. Failure of the Contractor to provide and maintain sufficient labor and eqqiprnent to properly execute the working operations. d. Substantial evidence .that. the. Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents . or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g. Failure of the Contractor p~omptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. . h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. 1. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. j. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commerices legal action against the Owner. A copy of the suspension aider or action of the City corincil shall be served on the Contractor's Sureties. When work is suspended for any cause or causes, or when the contract is cancelled, the Contractor shall discontinue the work or such part thereof as the Owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to ( ( discontinue, and may perform the same or may, with the written l C7-7 (8) I ' ' consent of the Owner, sublet the work or that portion of the work as taken over, provided howeve r, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of _ the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. I n ca s e th e S u r e t i e s do no t , with i n t he here in ab o v.e spec i f i e d time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered by the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the ~ork herein described or such part thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the Owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contiactor, 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 performance of the work by the Owner. C7-7.l5 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 Docu~ents have C7-7 (9) been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: A. B. NOTICE OF TERMINATION: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best iriterest of the Owner. Any such termination. shall be effected by mailing a notice of termination to the Contractor specifying the extent to which performance of work under the contract is terminated~ and the date upon which iuch termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as ,therein stated; and no proof in any claim, demand or suit shall be required of the Owner regarding such discretionary action. CONTRACTOR ACTION: After receipt 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 work terminated by the 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: C7-7 (10) '' ( a. the fabricated or unfabricated parts, work in process, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of termination; and 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 part of the 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 guality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by the 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 d~ys after notice of termination, the Contractor shall submit his termination claim to the Engirteer 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. C7-7 (11) D. E. AMOUNTS: Subject to the provisions of Item C7-7~16(C)~ the Contractor and Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant hereto; provided, tha~ such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise made and as further reduced by the contract price of work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits. Nothing in C7-7.16(E) hereafter, prescribing the amount to be paid to the Contractor in the event of failure of the Contractor by reason of the termination of wo~k pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. FAILURE TO AGREE: In the event of th~ failure of the Contractor and the Owner to agree as provided in C7-7.16 (D) upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this section the Owner shall determine, on the basis of .information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor t h e 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 (a) all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of G. this contract; (b) any claim which the Owner may have against the Contractor in connection with this contract; and Cc) the agreed price for, or the proceeds of sale of, any materials, supplies or other things kept by the Contractor or sold,· pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may fi le with the Engineer a request in writing for an C7-7 (12) ( H. equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by the notice of termination), such equitable adjustment as m~y be agreed upon shall be made in such price or prices; n6thi~g ~ontained herein, however, shall limit the right of the· Owner and the Contractor to agree upon the amount or amounts to be paid to the Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. NO LIMITATION OF RIGHTS: Nothing contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "Suspension of Abandonment of the work and Amendment of Contract" or any other right which Owner may have for default or breach of contract by Contractor. C7-7.17 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 (13) PART C -GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION CS-8 MEASUREMENT AND PAYMENT CS-8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and items installed. CB-8.2 UNIT PRICES: When in the Proposal a "Unit Pric~" is set forth, the said "Unit Price" ~hall include the furnishing ~y the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finished, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other causes, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. · CB-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, m~chinery, equipment, appurtenances, and all subsidary work necessary for the construction and completion of all the work t6 provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation, as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals· for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work at any time CB-8 (l) ( before its final acceptance b y th e Owner, (ex cept as provided in paragraph CS-5 .14) f or all risks of what eve r description conn ec ted with th e prosecution of the work, f or all exp e nse incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified, or an y and all infringements of patents, trademarks, copyrights, or other legal reservations, and f or completeing the work in an acceptable manner according to the terms of ·the Contract Documents. ( The payment of any current or partial estimate prior to final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used ·or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfection, or damage shall have been discovered on or before the final inspection and acc~ptance of work or during the one year guaranty period after final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable l to the Owner for failure to cdrrect the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE:. Between the 1st and 5th day of each month the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the 10th day of the month the Engineer shall verify such estimate, and if it is found to . be acceptable and the value of work performed since the last partial payment wa~ made exceeds one hundred dollars {$100.00) in amount, 90% of such estimated sum will be paid to the Contractor if the total contract· amount is less than $400,000, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000 or greater within twenty-five (25) days after the regular estimate period. The City will have the option of pieparing estimates on forms furnished by the City. The partial estimate may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the 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 CB-8 (2) him as a guide in the verification or the preparation of partial estimates. It is understood that the partial estimate from month to month will be approximate only, and all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate,and such estimate shall not, in any respect, be takeri as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or ·the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the paymeht of any 'monthly estimate if the contractor fails to perform the work strictly in accordance with the specifications or provisions of this contract. C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Docum e nts. 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 the final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reason~ble time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract ·oocuments ~nd all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment therefor as outlined in CS-8.8 below. · · C8-8.8 FINAL PAiMENT: 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 prepaied by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. CB-8 (3) The amount of the final estimate, le ss previous payments a nd any sum that have been deducted .or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit, as furnish~d by the City, certifying that all persons, firms, associations, corporations, or other organizations furnish i ng labor and/or materials have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payme nt as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under Contract Documents or any act or neglect of said City relating to or connec te d with the Co ntract. 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. \ CB-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has . employed competent Engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the· said requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or wor kmanship. The Contractor shall remedy any defects or damages in th e work and l C8-8 (4) pay for any damage to other work resulting therefrom whi c h shall appear within a period of one year from th e date of final acceptance of the work unless a longer period is specified andshall 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 outline. The Owner will give notice of observed defects with reasonable promptness. CS-8.ll SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for th e 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. CB-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: Contractor shall keep on record a copy of all specifications, plans, addenda,·modifications, shop drawings and samples at the site, in good order and annotated to show all changes made during the construction process. These shall be delivered to Engineer upon completion of the work. CB-8 (5) SUPPLEMENTARY CONDITIONS (Water Department) 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 prov isions of the Contract Documents as indicated b el ow . Provisions which are not so amended or supplemented remain in full force and affect. B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: C . D . 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. Part C -General Conditions: Paragraph C3-3 . l 1 of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions . C3-3 .11 INSURANCE: Page C3 -3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. 1 E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS : Page C6-6 (8), is deleted in its entirety and replaced with the followin g: Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel at the project site for Contractor 's sole negligence . In addition , Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss , property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage , loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor 's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 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 10/24 /02 Pg. 2 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 authoriz ed 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 10/24/02 Pg. 3 H. 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 . C8 -8.4 SCOPE OF PAYMENT: Delete C8 -8.4 , Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials , and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified , or any and all infringements of patents , trademarks, copyrights, or other legal reservations , and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections , or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. I. C8-8 .10 GENERAL GUARANTY: Delete C8-8 .10 , General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents , nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract Revised 10/24/02 Pg.4 which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptne ss. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resol ve d in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2 .8 and C2-2 .9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders ." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O . Box 17027, Fort Worth, Texas 76102 . C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals . A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2 .9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals , provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions , dated November 1, 1987; (City let projects) make the following revisions: Revised 10/24/02 Pg. 5 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. l 1 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 10/24/02 Pg.6 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 . 0. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE : Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore . Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal , state or local laws or ordinances relating to false statements ; further, any such misrepresentation ( other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years . Revised 10/24/02 Pg. 7 P. ' -. ·~ ., --!!"' ~:-·~ """'t ... ~ "7'"' . • -'1t; WAGE RA17ES: .~ec!io11 Qi-JJJ:,gfJp.e' Q.en ~r ~t Co,n pition §.)~ ,del eted.11nd. replaced ~itp. th e f ollo~ng: fa) The' contractoi: i hall 'coi]}p ly w ith au req~fr~ment; of Chapter 22s's ;'f exas Governmen t Code~' includirt g. the payment ofrfot less than the 'rates determined by the: Ci,ry Coµncil of th.e City ofFort Worth to 0be tl}e prevailing w age r ~tes in accordance wi.th . CJ:fapter22'5 ,8, Tex as~.Goy~IJlillent Go_de. ,Si1 ch prnx~Ji!!g ':Y age rate ~~~jnch.1cled in th;§§] £Qg tract do,cl!!]l erits! (l?) The contra~tor shall,. for a pe nocl~fthr~(3)° years foll bwjng the date of ac s ep't~P:9.~Qf the work,111.aintairi'records that shoMT.{i) tlie . name an"d occupationcof each worker ':rnployed ?Y the c9~tradof h the .gsgstm?!{oriofth ' w~rk RS?Yidedf6r in this contract;' hli'd (ii) tl1c;: actuai p~{~i~Jil ifwages '~~id'to\jth wor :;ffh ~{i\ecortlg'-'shall beoperi ~t '.au reasonable.hours· for ~nsp ection by the City: ·.:rh~&YJsion §...o.(.S.~cti~i C-1_; L.·Rigl)t to ~1:1.filL(Rf] .. 9£]QLQit pertajuJo ·th.i(in§I'.ecti ~ • .111 ( C) The co#tractor sh all fnt'.fude'T~Tt;~ubc(?i).tracts ·aii~or_ sh~!l p th ernTs e regutre all ofTts ' ~H!?£ontrnc..tQP . .!9..£2m.mx JY.t!JiRfil~fil?Pli2-(~}]n4.(!?)J!?2.YE~] (d}With each partial payrn~gt estirnate or p~yroll Beri od, whichever is less, an '.affidav,itl ~tattni' ili~¥.the cq~!hicto1J1i§;£qm"2 n~~l 'X ith;~li.~,.r~HR!l~Jneµti:pf Ch ~I?!E. 22 ~u?~~~as ; Q..<i vert)p1 eg t _9 og~J tk~ .co_~tr~~to;r sµ~~;:P.o ~!.1~~,J),t y'f<!iliv g,,~ag~"I~~~rLri:~m ll§R~U_2~lll ?£.e <!! !!1~ sg e gfi t!J.e_P,roJec t:at al! tim~s Revised 10/24 /02 Pg. 8 SPECIAL CONDITIONS (WATER DEPARTMENT) PART D -SPECIAL CONDITIONS GE NERAL .......................................................................................................................... 3 COORD INATION MEETING .............................................................................................. 4 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATIO N LAW .................... 5 COORD IN ATION WITH FORT WORTH WATER DEPARTMENT .................................... 7 CROSSING OF EXISTING UT ILIT IES ............................................................................... 7 'EXIST ING UTILITIES AND IMPROVEMENTS .................................................................. 7 CONSTRUCTION TRAFFIC OVER PIPELINES ................................................................ 8 TRAFFIC CONTROL ......................................................................................................... 8 DETOURS ......................................................................................................................... 9 EXAMINATION OF SITE ............................................................................................... 9 ZONING COMPLIANCE ................................................................................................. 9 WATER FOR CONSTRUCTION .................................................................................. 10 WASTE MATERIAL ..................................................................................................... 10 PROJECT CLEANUP AND FINAL ACCEPTANCE ...................................................... 10 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ................................. 10 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ............................ 10 BID QUANTITIES ........................................................................................................ 11 CUTTING OF CONCRETE .......................................................................................... 11 PROJECT DESIGNATION SIGN ................................................................................. 11 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ...................................... 12 MISCELLANEOUS PLACEMENT OF MATERIAL. ....................................................... 12 CRUSHED LIMESTONE BACKFILL ............................................................................ 12 2:27 CONCRETE ......................................................................................................... 12 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ......................................... 12 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ............ 14 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................ 15 SANITARY SEWER MANHOLES ................................................................................ 15 SANITARY SEWER SERV ICES .................................................................................. 18 REMOVAL, SALVAGE, AND ABANDONMENT OF EXIST ING FACILITIES ................ 20 DETECTABLE WARNING TAPES ............................................................................... 22 PIPE CLEANING .......................................................................................................... 22 DISPOSAL OF SPOIL/FILL MATERIAL ....................................................................... 22 MECHANICS AND MATERIALMEN'S LIEN ................................................................. 22 SUBSTITUTIONS ........................................................................................................ 23 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER. ............ 23 VACUUM TESTING OF SANITARY SEWER MANHOLES .......................................... 26 BYPASS PUMPING .............................................. · ....................................................... 27 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .......... 27 SAMPLES AND QUALITY CONTROL TESTING ......................................................... 29 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................................................ 30 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................ 31 PROTECTION OF TREES, PLANTS AND SOIL ......................................................... 31 SITE RES T ORATION .................................................................................................. 31 CITY OF FORT WORTH STANDARD PRODUCT LIST ..................... , ........................ 31 TOPSOIL, SODD ING , SEEDING & HYDROMULCHING ............................................. 32 CONFINED SPACE ENTRY PROGRAM ..................................................................... 37 SUBSTANTIAL COMPLET ION INSPECTION/FINAL INSPECTION ............................ 37 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ...................... 37 CONCRETE ENCASEMENT OF SEWER PIPE .......................................................... 38 CLAY DAM ................................................................................................................... 38 EXPLORATORY EXCAVATION (D-HOLE) .................................................................. 38 11 /29104 SC-1 D-52 52 .1 52.2 52.3 52.4 52.5 52 .6 52.7 52.8 52.9 52.10 52.11 52.12 D-53 D-54 D-55 D-56 D-57 D-58 D-59 D-60 D-61 D-62 D-63 0-64! D-65 D-66 D-67 'D-68 PART D -SPECIAL CONDITIONS INSTALLATION OF WATER FACILITIES .................................................................... 39 Polyvinyl Chloride (PVC) Water Pipe ........................................................................... 39 Blocking ....................................................................................................................... 39 Type of Cas i ng Pipe ..................................................................................................... 39 Tie-lns .......................................................................................................................... 40 Connection of Existing Mains ....................................................................................... 40 Valve Cut-Ins ............................................................................................................... 40 Water Services ............................................................................................................ 40 2-lnch Temporary Service Line ................................................................................... .42 Purging and Sterilization of Water Lines ..................................................................... .43 Work Near Pressure Plane Boundaries ....................................................................... 44 Water Sample Station .................................................................................................. 44 Ductile Iron and Gray Iron Fittings ............................................................................... .44 SPRINKLING FOR DUST CONTROL .......................................................................... 45 DEWATERING ............................................................................................................ 45 TRENCH EXCAVATION ON DEEP TRENCHES ........................................................ .45 TREE PRUNING .......................................................................................................... 45 TREE REMOVAL ......................................................................................................... 46 TEST HOLES ............................................................................................................... 46 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ........................................................................................................ 47 TRAFFIC BUTTONS .................................................................................................... 47 SANITARY SEWER SERVICE CLEANOUTS ............................................................. .48 TEMPORARY PAVEMENT REPAIR ........................................................................... .48 CONSTRUCTION STAKES ................................................... · ...................................... 48 EASEMENTS AND PERMITS ...................................................................................... 48 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............................................... .49 WAGE RATES ............................................................................................................ 49 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ..................................... 51 STORM WATER F?OLLUTION PREVENTION (FOR DISTURBED AREAS GREATER [HAN 1 ACREl ........................................................................................................... 51 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS .................................................................................... 53 D-69 D-70 D-71 D-72 D-73 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................. 53 EARLY WARNING SYSTEM FOR CONSTRUCTION ..................................................... 54 AIR POLLUTION WATCH DAYS ..................................................................................... 54 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS .......................................... 55 11129/04 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 : 2004 CIP CONTRACT 28 FORT WORTH, TEXAS DOE PROJECT NO . 5137 WATER DEPARTMENT PROJECTS NO . P253 541200602170 0289 & P258 5412007021700289 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above . The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore , work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work . This contract and project, where applicable , may also be governed by the two following published specifications, except as modified by these Special Provis ions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 11/29104 SC-3 PART D -SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents . A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street , 2nd Floor, Municipal Building , Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown , then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL : A . DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered . The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Noti ce 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-consideratio n 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 w ill 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 , 11 /29104 SC-4 - PART D -SPECIAL CONDITIONS D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions : 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to se lf-insure issued by the commission, or a coverage agreement {TWCC-81 , TWCC-82 , TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3 . Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators , employees of any such entity, or employees of any entity which furnishes persons. to provide services on the project. "Services" include, without limitation, providing, hauling , or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets . B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 .011(44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a cert ificate 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 cert ificates 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. 11 /29/04 SC-5 PART D -SPECIAL CONDITIONS G . The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known ,, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice , in the text, form and manner prescribed by the Texas Worker's Compensation Commission , informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage . I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage , based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 .011 (44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3 . Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4 . Obtain from each other person with whom it contracts , and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5 . Retain all required certificates of coverage on file for the duration of the project a nd 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 cove rage, 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 11129/04 SC-6 - PART D -SPECIAL CONDITIONS misleading information may subject the contractor to administrative , criminal, civil penalties or other civil actions. 9 . The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512)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 11 /29/04 SC-7 PART D -SPECIAL CONDITIONS considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions (as· approved or authorized by the applicable"" utility company) for the support, protection and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. It is understood that the Contractor is not responsibl!!for the ~ermanetnf r~IO Qation g(exJsting uti!ltie_s in direct cqpflict-vt[tb !he proposed constructiqn : The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED . Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or - better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new 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 addi t ional 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 11 /29/04 SC-8 - PART D -SPECIAL CONDITIONS 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. 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. 0-9 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. 0-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be g iven 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. 0-11 ZONING COMPLIANCE 11/29104 SC-9 PART D -SPECIAL CONDITIONS During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. 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 ~mple.~?.!l,,,~~!es~ inclu~~g suffi~i~~l time b~inQ "c:l!!?~ed I~r,,£!~a~up. Jfh~ Contractot shail m>i ,e:,mmence with water arJa/or sari1tary sewer 1ns!§l[§lt1on until SJ!C_h tlrt]e_ t'1~L!!le surv~y cu!-sh§et_J have been received from the Ci!Y inspector., D-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 11129/04 SC-10 - - PART D -SPECIAL CONDITIONS 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 . 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 taken as outlined in Paragraph (3). 0-17 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. 0-18 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: 11 /29/04 (817) 871-8306 M-F 7:30 am to 4:30 p.m . or (817)871-8300 Nights and Weekends SC-11 PART D -SPECIAL CONDITIONS Any and all cost for the required materials , labor, and equipment necessary for the furnish ing of Project Signs shall be considered as a subsidiary cost of the project and no addi tional compensation will be allowed . D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full ex isting width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502 . Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-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 mee t 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 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 11 /29/04 SC-12 - - PART D -SPECIAL CONDITIONS Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill , if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements . All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes . If excavated material is obviously granular in nature , containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D" Backfill, and E2-2 .11 Trench Backfill for additional requirements. When Type "C" back-fill material is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure A. Sand material specified in Figure A shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces , lumps of clay , soil, loam or vegetable matter and shall meet the following gradation : • Less than 10% passing the #200 sieve • P. I. = 1 0 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 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 All other provisions of this section shall rE!main the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. 0698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The top two (2) feet of 11 /29/04 SC-13 PART D -SPECIAL CONDITIONS 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 . The City, at its own expense, will perform trench compaction tests per A.S .T.M . standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City . These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested . No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material , with the exception of Type "B" backfill, a nd labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. Type "B" backfill shall be paid for at a pre-bid unit price of $15 .00 per cubic yard . D-25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 2000-1 through 2000 -3. The results of the street cores that were conducted on the project streets, to 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 st rip 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. 11129104 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 eithe r 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, vert ical 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 San itary Sewer Manholes , 11 /29/04 SC-15 PART D -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 p lug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines . The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121 . 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted and installed according to the manufacturer's recommendations . Stainless Steel manhole inserts shall be required for all pipe diameters 18 " and greater. 3. LIFT HOLES : All lift holes shall be plugged with a pre-cast concrete plug . The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole 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 lini ng 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 coate d 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 . 11 /29104 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 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent- Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength . The Joint sealer shall remain totally flexible without shrinking , hardening , or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION : 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant shall be kept clean . Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. 11 /29/04 Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings . Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced . Grade rings that are constructed of brick , block materials other than pre~cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings , or a pre-cast concrete flattop section will be the only adjustments allowed . In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame . If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame . Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense . Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface . If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. 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 confo rm 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 sha ll not include pavement replacement, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipmen t and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separa tely. 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 man hole inserts w ill be made per each . D-28 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps . The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees . City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required . Severed service connections shall be maintained as specified in section C6-6 .15. 11129104 SC-18 - - - - PART D -SPECIAL CONDITIONS D. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap . The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees . The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications , all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees , fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps . E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line . If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans . Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations (shown on the plans) at the building clean-out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route . All applicable sewer mains , laterals and affected service lines that are installed without pre-construction de- holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling , the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. All re- routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense . The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code . Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S .T.M . C-425 with series 300 stainless steel compression straps . The Contractor shall remove the existing clean-out and plug the abandoned sewer service line . The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained 1112 9/04 SC-19 PART D -SPECIAL CONDITIONS from the City of Fort Worth Development Department for all service line work on p rivate property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route . Payment for work and materials such as backfill , removal of existing clean-outs, plugging the abandoned sewer service line , double checking the grade of the installed service line , pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap " shall be included in the price bid for sanitary sewer service taps . D-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1 .5 Salvaging of Material and E2-2 . 7 Removing Pipe, of the General Co ntract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in acco rdance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials . The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials . The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade . If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. 11129/04 SC-20 - PART D -SPECIAL CONDITIONS E. ABANDONMENT OF EXISTING GATE VALVE : Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade . Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS : Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade . G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface . Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item -Abandon Existing Sewer Manhole . H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed. The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface . I. CUTIING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. J . REMOVAL OF EXISTING PIPE : Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe . All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard . C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES : Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a 11129/04 SC-21 PART D -SPECIAL CONDITIONS final determination that all existing service connections have been relocated to the new main . Once this determination has been made, the existing main will be abandoned as indicated above in Item I. D-30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe . The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents - found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall - not be less than two inches with a minimum unit weight of 2% pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D-31 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors . Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage . D-32 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Engineering Department, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator''), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-33 MECHANICS AND MATERIALMEN'S LIEN 11 12 9104 SC-22 - - PART D -SPECIAL CONDITIONS The Contractor shall be required to execute a release of mechanics and material men 's liens upon receipt of payment. D-34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified . Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City . If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "substitutions " shall be applicable to all sections of these specifications. D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location . Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the i mproper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation . The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned . Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream . The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible . 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high-velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand , and other materials and obstructions from the sewer lines and manholes . If cleaning of an entire section cannot be successfully performed from one manhole, the 11 /29/04 SC-23 PART D -SPECIAL CONDITIONS equipment shall be set up on the other manhole and cleaning again attempted . If, again, successful clean ing cannot be performed or equipment fails to traverse the entire manhole section , it will be assumed that a major blockage exists , and the cleaning effort shall be abandoned . When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3 . DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells , or damage pumping equipment, shall not be permitted. 4 . All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materia ls shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City . 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 6 . TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe . The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection . B. EXECUTION : 1. TELEVISION INSPECTION : The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps . In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. 11 /29104 When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized . All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marki ng on the cable, or SC-24 PART D -SPECIAL CONDITIONS the like, which would require interpolation for depth of manhole, will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device , and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera . The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances , when it becomes lodged during inspection, shall be incidental to Television inspection. 2. DOCUMENTATION : Television Inspection Logs : Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3 . PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations . 4. VIDEOTAPE RECORDINGS : The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be reta ined a maximum of 30 calendar days . Equipment shall be provided to the City by the Contractor for review of the tapes . The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City . If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also , no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected . The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS : The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of 11129104 SC-25 PART D -SPECIAL CONDITIONS the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera . The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents . All bypass pumping shall be incidental to the project. D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES D. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. 11/29/04 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 manufact urer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg -9"Hg) (SEC) Depth of MH. 48-lnch Dia. 60-lnch Dia . (FT.) Manhole Manhole 0 to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. 22' 55 sec . 72 sec. 24' 59 sec. 78 sec . SC-26 PART D -SPECIAL CONDITIONS 26' 28' 30' For Each Additional 2' 64 sec. 69 sec. 74 sec. 5 sec. 85 sec. 91 sec. 98 sec . 6 sec. 1. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. D-37 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage into the trenches . Payment shall be incidental to rehabilitation or replacement of the sewer line. D-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: 11129/04 SC-27 PART D -SPECIAL CONDITIONS 1. TELEVISION INSPECTION : The camera shall be moved through the line in either direction at a moderate rate , stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line . No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, 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. Mark ing on the cable, or the like , which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances , when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no wate r flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection . All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the televis ion picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4 . VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded . The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days . Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. 11 /29/04 SC-28 PART D -SPECIAL CONDITIONS If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City . If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made . Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item -Post-Construction Television Inspection . The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in-place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 11/29104 SC-29 PART D -SPECIAL CONDITIONS D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices . B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 2. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 3. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 4. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 6. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. 11/29104 SC-30 PART D -SPECIAL CONDITIONS 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. 0-41 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. 0-42 PROTECTION OF TREES , PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns , yards , shrubs , trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than existed prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys . This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture . Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D-43 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot. D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List , for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. 11129/0 4 SC-31 PART D -SPECIAL CONDITIONS D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil , Sodding and Seeding. 1. TOPSOIL DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and fore ign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS : Topsoil will be secured from borrow sources as requ ired to supplement material secured from street excavation. All excavated materials from st reets 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 excavat ion 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 a nd 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 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 . 11 129104 SC-32 - PART D -SPECIAL CONDITIONS a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded . In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped . The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass . Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. 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 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. 11129/04 The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Germination SC-33 PART D -SPECIAL CONDITIONS Common Bermuda Grass Annual Rye Grass Tall Fescue Western Wheatgrass Buffalo Grass Varieties Top Gun Cody 95% 95% 95% 95% 95% 95% Table 120.2.(2)a. 90% 95% 90% 90% 90% 90% URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Dates Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total : 100 Total : 100 Table, 120.2.(2)b Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total : 100 TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed . 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 obta ined. "Finishi ng" as specified in Section D-45, Construction Methods, is not applicable since no seed bed preparation is requ ired. 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 11/29104 SC-34 PART D -SPECIAL CONDITIONS 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 "Cu ltipacker'' type . All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded , shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D- 45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened . After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified , shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained . After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch . The planted surface area and giving a smooth surface without ruts or tracks . In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. 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 ach ieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration . * Slit-seeding, is achieved through the use of an implement which cuts a furrow {slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING : If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes . 11129/04 SC-35 PART D -SPECIAL CONDITIONS 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION : "Fertilizer'' will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications . MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis . The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings . The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nut ri ents 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 w ith 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". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site . Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place. Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer'' shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work . Its price shall be full compensation for excavating (except as noted below), loading, hauling , placing and furn ishing 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 11 /29/04 SC-36 PART D -SPECIAL CONDITIONS rolling and tamping; for all watering ; for disposal of all surplus materials ; and for all materials , labor, equipment , tools and incidentals necessary to complete the work , all in accordance with the Drawings and these Specifications . The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows : Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D-46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction . All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces ". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM " for all applicable manholes and maintain an active file for these manholes . The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. 8. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 9 . The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 10 . Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price . Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 11. Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" of PART C -GENERAL CONDITIONS. D-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be respons ible for tak ing measures to minimize damage to tree limbs , tree trunks, and tree roots at each work site . All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering . 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area . 11129/04 SC-37 PART D -SPECIAL CONDITIONS 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be no tified at least 24 hours prior to any tree trimming work . No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings , the "short tunnel" method using Class 51 D.I. pipe shall be utilized. 7 . Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures . 9 . Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D-49 CONCRETE ENCASEMENT OF SEWER PIPE 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 exist ing 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. 11129104 SC-38 PART D -SPECIAL CONDITIONS The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid . No payment shall be made for exploratory excavation(s) conducted after construction has begun. D-52 INSTALLATION OF WATER FACILITIES 11/29104 52.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents . Payment for work such as backfill , bedding , blocking, detectable tapes and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). 52.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents . All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 52.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15 , E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203 . Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Stainless Steel Casing Spacers ( centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E 1-15 and Construction standard E2-15 as per Fig . 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. SC-39 11/29104 PART D -SPECIAL CONDITIONS 52.4 Tie-Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins . And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing wa ter or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 52.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the Engineer, and all efforts shall be made to keep this down time to a minimum. In case of shutting down an existing main, the Contractor shall notify the Manager, Construction Services, Phone 871-7813, at least 48-hours prior to the required shut down time . The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION OF SERVICE, Page C5-5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linea r foot price bid for the appropriate pipe size. 52.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service . Payment for work such as backfill, bedding, fittings, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items. 52. 7 Water Services The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards (E1- 17 & E1-18) contained in the General Contract Documents. SC-40 - PART D -SPECIAL CONDITIONS All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade . All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5.15 INTERRUPTION OF SERVICE. All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop . Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 1. WATER SERVICE RECONNECTION : Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2. WATER SERVICE METER AND METER BOX RELOCATIONS : When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line . 11(29104 SC-41 PART D -SPECIAL CONDITIONS When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced . Adjustment of only the meter box and customer service line within 5 feet distance behind the meter w ill not justify separate payment at any time . Locations with multiple service branches will be paid for as one service meter and meter box relocation . 4 . NEW SERVICE : When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line , curb stop with lock wings , and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided fo r all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E1-18A-Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing , and curb stop with lock wings shall be included in the Linear Foot price bid for Serv ice Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops , and fitt ings shall be included in the price bid for Service Taps to Mains . Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 1. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s ). 2 . MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 52.8 2-lnch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be requ ired to have severed water service during said work . The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an exped itious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. 11 129/04 A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 an d 3. 2" SC-42 PART D -SPECIAL CONDITIONS temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation . The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. When the temporary service is required for more than one location the 2-inch temporary service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location. Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations. After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. 11/29104 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The City will provide all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM . The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine . Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available , chlorinated water shall be "de-chlorinated " prior to disposal. The line may not be placed in service until two successive sets of samples , taken 24 hours apart, have met the established standards of purity. SC-43 11129/04 PART D -SPECIAL CONDITIONS Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary . Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 52.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and ma terials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main . Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 52.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings: E2-7 .11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed . All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E 1-13 and Construction SC-44 PART D -SPECIAL CONDITIONS Specification E2-13 . Wrapping shall precede horizontal concrete blocking, vertical tie- down concrete blocking , and concrete cradle . Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed. D-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 san itary 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 11129104 SC-45 PART D -SPECIAL CONDITIONS 7. Survey and stake location of root pruning trenches as shown on drawings . 8 . Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 9 . Backfill and compact the trench immediately after trenching. 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11 . Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover w ith wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation . 12 . Limit any grading work w ithin 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 . 11 /29/04 SC-46 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 notification' flyer is attached . The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information : Name of the project, 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. . 11129/04 SC-47 PART D -SPECIAL CONDITIONS 0-61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced , the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways, streets, sidewalks , etc . whenever possible . When it is not possible , the cleanout stack and cap shall be cast iron. Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts . 0-62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized. The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. 0-63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, dra inage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted , and time will continue to be cha rged in accordance with the Contract Documents. 0-64 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right-of -entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-entry agreeme nts for properties where construction activity is necessary on City owned facilities, such as sewer lines or 1112 9/04 SC-48 - - - PART D -SPECIAL CONDITIONS manholes. For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property . This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the 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 .1 O of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners . The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item . The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thproughly*reviewing i understanding and complying with all provisions of such permits, including obta ining 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 flagmenduring construction in railroad/agency right-of-way . For railroad permits, any and all ailroad'insu rance costs and any other incidental 'costs n ecessary to meet the conditions associated witff pertnit(s) bo r'n pliance, includ ing payrne-nf for flagmen , ,shall be subsid iary to the bid item' price ,for boring undef lhe railroad. No additiona l Ray,rne,nt will be aJlowed fq r this ite!Tu D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. D-66 WAGE RATES Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penalty for Violation . A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City , pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract 11/29/04 SC-49 PART D -SPECIAL CONDITIONS documents. This penalty shall be retained by the City to offset its administrative costs , pursuant to Texas Government Code 2258 .023 . Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code , by a contractor or subcontractor, the City shall make an initial determination , before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writi ng the contractor or subcontractor and any affected worker of its initial determination. Upon the City 's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall reta i n the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per d iem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapte r 2258 , Texas Government Code. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comp ly with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section .) (Attached) 11/29104 SC-50 PART D ~ SPECIAL CONDITIONS D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category II, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61 .150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non -friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. D-68 STORM WATER POLLUTION PREVENTION {FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the 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 11129/04 SC-51 PART D -SPECIAL CONDITIONS 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 Manageme nt Practices are construction management techniques that, if properly util ized , 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 requ irements of the permit for storm wa ter 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 re q uired $100 application fee. The NOi shall be mailed to : Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P .O. Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity , t he 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 eros ion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site . Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering . The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Comm ission 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 . T he contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan 11/29104 SC-52 PART D -SPECIAL CONDITIONS must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above . A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SW PPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP . D-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 ·1 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 SUBMITTAL$ 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 11129104 SC-53 PART D -SPECIAL CONDITIONS the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 0-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken : 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed w ithin the contract time . 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation . If necessary, the City Manager's Office and the appropriate city council members may also be informed . 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. 4 . Upon receipt of the contractor's response , the appropriate City departments and directors will be notified . The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 0-72 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 .. 11129/04 SC-54 - PART D -SPECIAL CONDITIONS The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc., will be required . The fees are as follows: 1. The street permit fee is $50.00 per permit with payment due at the time of permit application. 2. A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete . Payment is due prior to the City performing re-inspection. Payment by the contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. 11 /29104 SC-55 PART D ~ SPECIAL CONDITIONS 11/29/04 SC-56 Date: ____ _ FORT WORTH DOE NO. XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON --------- BETWEENTHEHOURSOF _______ AND _____ _ IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: M~ AT -----------(CONT RAC TORS S_UPERINTENDENT) (TELEPHONE NUMBER) OR MR. _____________ AT _______________ _ (CITY INSPECTOR) (TELEPIIONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORTAS POSSIBLE. THANK YOU, ___________ _,CONTRACTOR .. 11129/04 PART D -SPECIAL CONDITIONS 'f TEXAS DEPARTMENT OF HEALTH ~ DEMOLITION I RENOVATION ~ NOTIFICATION FORM o , r ff i , C, 'i u Ii I y IJ 11 T D H NOTIFICATION# .. -~-------- NOTS: CIRCLE ITEMS THAT ARE.AMENDED T) Abatemen l Contractor: ________ ~~~------TDH License N.u.mber:. _____ _ . Address : ___________ City: -,,.---,----:c:--=-:---,,.....----Slate: .. Zip : ___ _ Office PhOne Number:.._. -L..,...-',-__ ,,,,_ ___ _,Jol> Site Phone Nurnbct :.-···--~------------- Sile Super:YJSOr: · TOH License Nurntier: ---------------Slte&ip,enlisor: TOH License Number.. __ ..,... _________ _ Trained On-Site NE;SHAP lndi\lidual.,,_· _____________ Certifu:;afiQn Pate:. ______ _ Demolition contractoc:.~-----------omce Pbooe Numb,er..._.'----------------AddT~:. _____________ .. _. ··c1iy : _________ Sta1e:~ __ .,..;Zip:,._ --- 2) Project Co~1~t(Jf Operator.. ___ -___________ TOH Ueer\S<t Number.. _____ _ Mailing Address :. __ ._.-----------------~-~~--------City:._· ..,.... ______ state:._· __ '""'Zi,p::~---... Office Phone Number:·· .. _ _._ ____ _ A 3) FacllityOwner.,_. ----~---------------~----------H · Attention ~.,_. ... _. -· ----------,---------..,......,.........---------------e Mailing N:ldt~.,,_· --------------'---'------------------A CJty: . . State: Zip: Owner Phone Number._(_),...._ ___ _ ,, .. Noto~ Tho lnvoieo for lho notlficatron fee wlll be sent to th• owm~r of tho bu I Id.Ing 4nd Uto bll!ll\g, ,i\ddi'CSS tor the Invoice wm be of?t•lnod from tho 1n:rormauon tb~ is pto\lided In this &ec.tion. 0 I N 4) Oescriptlon or facility Name: . E f'hy$igil Address; ·-------·-·· -eoo,....··: ·-···-nt-y.------C-ity---.. _ -_ -_ ---------------= -..... -=Z,.,..ip-;:::::::.: ~ Facility Phone Numbe._..__ ________ Fecility Contact Person:,._------------ H Description Df Area/RQQTO Number.·--------------~------------~ Prtor Use~ . --FUIUtttUse:. ______ ~---------e Age of auiidlfl9/Fac1Uty·._ ___ ...... Srza:.· ____ . Ni.Imber Qf filoora· ... · ____ Sct1ool (K -12): a YES er NO 5). Type of-Wo~ CJ Demolition a Renovatlon (Aba.temcnt) . D Annual Consplidated Wol'kwill b~ during~ 0 Day o Evening o Nigl'\t O Phi;1iSied Pt(lj(ld '· . Oescripllon of work sC!'~llle:.-. --------'---~~_.;.,.~~~------------- 6) Is lhh; a ptibtlc Building? 0 YES D NO Fed•ral Ficillty? O YES NO l11dustriai Site? 0 YES O NO NE:SHAP-Only:.FacUity?. o : YE:S o NO .. · Is Btilldil'lg/Facilily Ot:cupied? o YES Cl NO , 7) Nolification Type CHECK ONLY ONE , €'.J Qrlglnal (1? Wo,!'ldr,iO Days:) ·· Caneell atfon Q Amendment o Emergcney/Ordercd ··· If ihis is an am~ndmel'II; wt:11ch 8./Tll!fli:tment number fs this?_ (Enclo~ oopy of origlnal andJor last amillidrnent) If tin ~e~. wt\~ 9ld Y?tJ ~wllh .at TOH? .. Emetgency#:__ · Date a"4,flolir of Eml!l!'ganty,(HH/M,,t.10DIYY)· . . ......... ~. De:scttption of tile' sudden, un~ed event and explanation of how the e\/8nt caused unsafe conditioos or WQukl cause ~ulprnentdamage (~pulers; _mapunei'y, etc ' . . ' . : 9} We&anA&beslo$s.urveyperformed?' o YES o NO ~: I I TOH lnspeclorl.ioenseNo: ____ _ :.An~~I Meth(Mj :P Pb,M .OT~ o Assumed ·. Y~H uil)Otall)fyli¢eli® No ; ; . .. {For TAHPA (pubhc b~~ll?g) proiec;t$: .i;i11 ii5~1J.mpt1on must be made _by a TDH Licensed lnsp8Clor) ~ . . ·,·.,, . ·, .. ·. . .. , . ' .. ' 10) °'escription of prarin~ dern<llruon ~r -l'm'l~atiM WQTk. type oJ'.materiafI a:nd method(s} to be u:sed . ._· -----~ :::·. ' ... :,-·._; ·. ' 11) Oesa'iption of WQrl( prc!Qices and engineering ~ntrols to be used to prevent omissions of ast>es1¢s at the ·demolitloolrenov_atfori ________ ..._~--------....:......-----...,....--,---'--- SC-58 PART D -SPECIAL CONDITIONS 12) ALL applicable ltt?ffls in lhEt folio.wing table must be completed: IF NO ASBESTOS PRESENT CHECK HEREo Approximpte itmount of Check unit of measurement Asbestos-Containing Buildio9 Materia.l A$be'Sl0$ Type ____ ...... ,_ ............ ______ .,..._.,,..._.....,.._,,.....-a..4 Pipes I Surface Area RACM h> be removed RACM NOT removed Interior Cate J non•friabt& removed. Ex!Miot Calat1orv J non-friabte removed Category I non-frfable NOT removed Interior Cate{iory II non•fttabfs removed ' Exteii.Or CateQotv II non-fiiabfe removed Cate II noo-frlabl5l NOT removBd RACM Oft'-FticflityComponent 13} Waste Trar1Sporler Name: TOH License Number.------Address: City; .. Stale: _Zip:.· ___ _ C011t.ict Pers<m: . Phono Numoor. ... ·___.'----------14) Waste D~pt>sal Site Narne=·--------=-------------------'--Addfes · . Clty: state~ ___ Zip;~~~-. Telephone: { ) . TNRCG Permit Nu!llibf;!r; --------~· . 15) For slructurally u11s.ouod fa:cllllles,. attaeh a eopy of demolruon order at!d identify Govemrnent.al Official beJow. Namo: 'Reglstratlon No:--------------'--"--~-"--Till~· ' ' . .. ' '' • Date. of order (MWOq,'YV) .. _ I .I .Date orqer to begin (MM/00/YY} I I 16) Sc~chiled Oates of Asbestos Abateme.nt (MM/ODJYY} Start:.. I I Complete; L:.__J_ 17) SehedU!l!d D1a1tes Demolilion/Renovation (MM/ODNY) Start~ ... L _j_ Cornplete:._--'-/ -"""/ ___ _ ,.. Note: If Iha start dale on lhfs notiflcatlt>n ean not bo mot, tho TDH R~conal or Local Program office Must be contacted by phone prior to the !ilarl data; Failure 1o ~o so 1$ a vrotatlon. rn aee~nc:o to TAHPA. ~oalon .29?M51. I hereby-certify ltlat an Information I have provided Is correcl, complete, ancl !roe ki tl'le Ile$! of my knowCedse. I ~cl<nQWledge ihat I '.am res'ponsibte for·~u aspec11; of the r1(;)tifi®lioit form, rncluding, but not limi!in:g, coole11I and submlssron dates. The maximu'rn penalty i$ $10,000 per day per violation. . · . · . • · L, (s'tg~lure Of euilcling Owner/ Operator , '.?"' Delegated Coosullant/Conlract(;)t) . (Printed Nama) . (D!tts) (Telephooe) {ftax Number) MAIL TO: ASBESTOS NOTIFICATION SECliON TOX~~sre~~~g~f6~m-~~ION ~:T~~ w~;14-a538 ·~os jtfO f!Ot a~opte<r . . .. .. . Pl+ 512..S34-tl600, 1-800~72-5548 Foim APB#5, dated 07/2<)!{)2. Replaces TDH fem, dated 07113/01. Fol' ~lanes in compl1;1/1I)g form, c.dl 1-1J00-5!2·5548 ;;;_.,..;;,, _____ _ 11129/04 SC-59 loiiiii I.ii ADDITIONAL SPECIAL CONDITIONS (WATER DEPARTMENT) C>A.-1 , DA-2 ClA-3 DA-4 QA:§ DA..G DA-7 DA-8 -·-· C>!\-9 DA-10 DA-11 DA-12 DA-13 DA-14 DA-15 DA-16 DA-17 DA-18 DA-19 DA-20 DA-21 DA-22 DA-23 DA-24 DA-25 DA-26 DA-27 DA-28 DA-29 DA-30 DA-31 DA-32 DA-33 DA-34 DA-35 DA-36 DA-37 DA-38 DA-39 DA-40 DA-41 DA-42 DA-43 DA-44 DA-45 DA-46 DA-47 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ............ OMITTED -··-·-.. --·--··· -. PIPELINE REHABILITATION CURED-IN-PLACE PIPE .................................. OMITTED PIPE ENLARGEMENT SYSTEM ..................................................................... OMITTED -----· ... ----...... ---. FOLD AND FORM Pl.PE .................................................................................. OMITTED SLIPLINING ......................................................................................................... OMITTED PIPE INSTALLED BY OTHER THAN OPEN CUT ........................................... OMITTED TYPE OF CASING Pl'PE ......................................................................................... OMITTED- SERVICE LINE POINT REPAIR I CLEANOUT REPAIR ................................. OMITTED PROTECTlVE MANHOLE COATING FOR CORROSION PROTECTION .................... .4 ·-····--·-................ -··· ··-· ··--.. ·-· ·····-······-······ ·-..... ········-······ MANHOLE REHABILITATION ...................................................................................... 6 SURFACE PREPARATION FOR MANHOLE REHABILITATION ................................. 17 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM ................. 18 INTERIOR MANHOLE COATING -QUAOEX SYSTEM .............................................. 20 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM ...................................... 23 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM .................................... 25 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER .... 28 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ..................................... 31 --..... -·. . ... ··-·····--···-···········-------·--·-.... ········-···-·--····- RIGID FIBERGLASS MANHOLE LINERS ......................................................... OMITTED PVC LINED CONCRETE WALL RECONSTRUCTION .................................... OMITTED PRESSURE GROUTING ................................................................................. OMITTED VACUUM TESTING OF REHABILITATED MANHOLES .................................. OMITTED ·--··------.. ·····-············ -· ·-·- FIBERGLASS MANHOLES ............................................................................. OMITTED LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ..................... 34 REPLACEMENT OF CONCRETE CURB ANO GUTTER ................................ OMITTED REPLACEMENT OF 6 .. CONCRETE DRIVEWAYS ........................................ OMITTED REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ............................................. 34 GRADED, CRUSHED STONES ........................................................................... OMITTED WEDGE MILLING 2" TOO" DEPTH 5.0' WIDE ............................................... OMITTED BUTT JOINTS -MILLED ..................................................................................... OMITTED ·-· . ··--· 2" H.M.A.C. SURFACE COURSE {TYPE "Du MIX) ..................................................... 35 REPLACEMENT OF 711 CONCRETE VALLEY GUTTE.R ................................ OMITTED NEW 7° CONCRETE VALLEY GUTTER ......................................................... OMITTED NEW 4 .. STANDARD WHEELCHAIR RAMP ................................................... OMITTED ··-. ··-··-···--. - 8" PAVEMENT PULVERIZATION ................................................................... OMITTED REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) .............. OMITTED RAISED PAVEMENT MARKERS .................................................................... OMITTED POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ..... OMITTED ···-····· ·- LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL OMITTED ROCK RIPRAP ~GROUT· FILTER FABRIC .................................................. OMITTED CONCRETE RIPRAP ......................................................................................... OMITTED CONCRETE CYLINDER PIPE ANO FITTINGS ............................................... OMITTED CONCRETE PIPE FITTINGS AND SPECIALS ................................................ OMITTED --.. ··-·--· ·-·· UNCLASSIFIED STREET EXCAVATION ........................................................ OMITTED 6" PERFORATED PIPE SUBDRAIN ............................................................... OMITTED REPLACEMENT OF 4'' CONCRETE SIDEWALKS ......................................... OMITTED RECOMMENDED SEQUENCE OF CONSTRUCTION .................................... OMITTED . -. ·······-·· ............ --··-···-··. --·--... ····-··-···- PAVEMENT REPAIR IN PARKING AREA ...................................................... OMITTED ASC-1 DA-48 DA-49 DA-50 DA-51 DA-52 DA-53 DA-54 DA-55 OA-56 DA-57 DA-58 DA-59 DA-60 DA-61 DA-82 DA-63 DA-64 DA-85 DA-66 DA-67 DA-68 DA-89 DA-70 DA-71 DA-72 DA·73 DA-74 DA-75 DA-76 DA-77 DA-78 DA-79 DA-80 DA-81 DA-82 DA-83 DA-84 DA-85 DA-86 DA-87 DA-88 DA-89 DA-90 DA-91 DA-92 DA-93 DA-94 11/02/04 PART DA -ADDITIONAL SPECIAL CONDITIONS EASEMENTS AND PERMITS .......................................................................... OMITTED HIGHWAY REQUIREMENTS .......................................................................... OMITTED CONCRETE ENCASEMENT .......................................................................................... 36 CONNECTION TO EXISTlNG STRUCTURES ............................................................. 37 TURBO METER WITH VAULT AND BYPASS INSTALLATION ....................... OMITTED OPEN FIRE LINE INSTALLATIONS ................................................................ OMITTED WATER SAMPLE STATION ............................................................................ OMITTED CURB ON CONCRETE PAVEMENT ............................................................... OMITTED SHOP DRAWINGS ................................................................................................... OMITTED COST BREAKDOWN ...................................................................................... OM ITT.ED STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ...................... OMITTED H.M.A.C. MORE THAN 9 INCHES DEEP ........................................................ OMITTED ---· -. - ASPHALT DRIVEWAY REPAIR ...................................................................... OMITTED TOP SOIL ........................................................................................................ OM ITT.ED WATER METER AND METER BOX RELOCATION AND ADJUSTMENT .................. 37 BID QUANTITIES ........................................................................................................ 37 WORK IN HIGHWAY RIGHT OF WAY ............................................................ OMITTED CRU§HED LIMESTQf'.Jf;_ ffLEX-§A§_I;_} .......................................................... OMITTED OPTION TO RENEW ........................................................................................... OMITTED NON-EXCLUSIVE CONTRACT ....................................................................... OMITTED CONCR.ETE VALLEY GUTTER. ...................................................................... OMITTED r ·RAFFIC BUTTONS ........................................................................................ OM ITT.ED PAVEMENT STRIPINGr ..................................................................................... OMITTED H.M.A.C. TESTING PROCEDURES ................................................................ OMITTED SPECIFI.CATION RE.FERENCES ..................................................................... OMITTED RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL . -- VALVE AND BOX ........................................................................................................... 38 RESILIENT~SEATED GATE VALVES ......................................................................... 39 EMERGENCY SITUATION, JOB MOVE-IN ................................................................. 39 1 '!hn & 2" COPPER SERVICES ...................................................................... OMITTED ··--········-·····-·· ----·-···· SCOPE OF WORK {UTIL. CUT) ...................................................................... OMITTED CONTRACTOWS RESPONSIBIL TY{UTIL CUT) ........................................... OMITTED CONTRA,CT TIME {UTIL. CUT) ......................................................................... OMITTED Rl;_<::)UIRED CREW PERS9NNEL & EQUIPMENT {UTIL. CUT) ..................... OMITTED TIME ALLOWED FOR UTILITY CUTS (UTIL. cun ........................................ OMITTED LIQUIDATED QAMAGES (UTIL. ClJT} ............................................................ OMITTED PAVING REPAIR EDGES (UTIL. CUTI ........................................................... OMITTED TRENCH BACKflLL(UTll.. qlJ}] ................................................................... OMITTED CL.EAN-UP (UTIL. CUT) .................................................................................. OMITTED PRClPERTYACCESS {IJlJL ~UT) ................................................................. OMITTED SUBMISSION OF BIDS (UTIL .• CUT) .............................................................. OMITTED STANDARD BASI: BE'PAIR FOR llt-JIT I {lJJll.. CUT) .................................... OMITTED CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) .................. OMITTED 2u TO 9" H.M.A.C.PAVEMENT {UTIL c;UJ) .................................................. OMITTED ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUTI OMITTED "-4AINTE~A~Cl:J:lQN D_ {lIJl_l.~ -~_lJ:fl ............................................................... OMITTED BRICK PAVEMENT (UTlL. CUT) ..................................................................... OMITTED UME SJABlUZED SUB~RADE {UTll. CUT) ................................................. OMITTED ASC-2 DA-95 DA-96 DA-97 DA-98 DA-99 DA-100 DA-101 DA-102 DA-103 DA-104 DA-105 DA-106 DA-107 DA.-108 DA-109 DA-110 DA-111 DA-112 DA-113 DA-114 DA-115 DA-116 DA-117 DA-118 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS CEMENT STABILIZED SUBGRADE (UTIL. cun ........................................... OMITTED REPAIR OF ~TQRM DRAIN\ STRUCTLJRES JUTIL CUl] ............................. OMITTED "QUICK-Ser· CONCRETE (UTIL. CUT) ......................................................... OMITTED UTILITY ADJUSTMENT (UTIL CUT} .............................................................. OMITTED STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) OMITTED LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. cun ........................... OMITTED CONCRETE CURB AND GUTTER {lJlJL.. CUT) ............................................. OMITTED PAYMENT {UTIL. CUT) ..................................................................................... OMI.TTED DEHOLES (MISC. EXT.) ................................................................................. OMITTED CONSTRUCTION LIMITATIONS (MISC. EXT.) .............................................. OMITTED PRESSURE CLEANING AND TESTING {MIS9'. E)(.J.) ................................... OMITTED BID QUANTITIES {MISC. EXT.) ...................................................................... OMITTED LIFE OF CONTRACT (MISC. EXT.} ................................................................ OMITTED FLOWABLE FILL. (MISC. EXT.} ...................................................................... OMITTED BRICK PAVEMENT REPAIR (MISC. REF>L.) .................................................. OMITTED DETERMINATION AND INITIATION OF WORK (MISC. REPL.) .................... OMITTED WORK ORDER COMPLETION TIME (MISC. REPL.}.. ................................... OMITTED MOVE IN CHARGES (MISC. REPL.) .............................................................. OMITTED f>R()JECT SIGNS (Ml~~~ RE;~l..) ................................................................... OMITTED LIQUIDATED DAMAGES (MISC . REPL.) ........................................................ OMITTED TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) .................................... OMITTED FIELD OFFICE .................................................................................................... OMITTED TRAFFIC CONTROL PLAN ............................................................................ OMITTED COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS ..... OMITTED ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS -OMITTED DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE -OMITTED DA-3 PIPE ENLARGEMENT SYSTEM -OMITTED DA-4 FOLD AND FORM PIPE -OMITTED DA-5 SLIPLINING -OMITTED DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT-OMITTED DA-7 TYPE OF CASING PIPE -OMITTED 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 corrosior protection shall meet the requirements of this Specification (and items DA-14 and DA-15) and the Manufacturers recommendations and specifications. 2. Description: The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of protective coating of structures in accordance with manufacturer's recommendations. 3. Manufacturer's Recommendations: Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. 4. Corrosion Protection: Corrosion protection may be required on all structures where high turbulence or high H2S content is expected. B. MATERIALS: 1. 2. 11/02104 Scope: This section governs the materials required for completion of protective coating of designated structures. Protective Coating: The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as ASC-4 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 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 Tensile Strength Flexural Stress Flexural Modulus Standard ASTM D-638 ASTM D-790 ASTM D-790 Long Tenn Value 5,000 psi 10,000 psi 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 r~commendations of the manufacturer and in such a manner as to minimiz.e 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: 11/02104 1. General: Protective coating shall not be installed until the structure is complete and in place. 2. Preliminary Repairs: a. All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). b. All unsealed lifting · holes, unsealed step holes, and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application. c. After all repairs have been completed, remove all loose material. 3. Protective Coating: a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the tap of the trough. The top of the structure shall also be coated. ASC-5 PART DA -ADDITIONAL SPECIAL CONDITIONS b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the walls are coated, the wooden bench covers shall be removed . 5) The final application shall have a minimum of three (3) hours cure time or be set hard ta the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application. 4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Section D-36 -VACUUM TESTING OF SANITARY SEWER MANHOLES. 0. MEASUREMENT AND PAYMENT: Payment shall be based an 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 ta application of the protective coating, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular structure, if required by the Eng ineer, shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION. DA-10 MANHOLE REHABILITATION A. GENERAL 1. Scope. This section covers the rehabilitation of sanitary sewer manholes and other appurtenances in accordance with the Manhole Rehabilitation Details in the specifications. The rehabilitation requirements for each manhole are listed in the Manhole Rehabilitation Schedule in the specifications. Manhole rehabilitation . includes repairing, replacing, or restoring manhole frame & cover, frame seal, chimney, corbel, wall, bench, invert and/or pipe seal(s). 11102104 ASC-6 PART DA -ADDITIONAL SPECIAL CONDITIONS The Contractor shall furnish all labor, superv1s1on, materials, equipment and testing required to complete the rehabilitation of the manholes listed in these Contract Documents. 2. General: Contractor is responsible for locating all manholes scheduled for rehabilitation. Contractor shall notify City Engineer if a manhole cannot be located. Contractor shall contact City Engineer to determine if materials removed from rehabilitated manholes will remain the property of the Owner. If so, Contractor shall coordinate when and where to deliver salvaged material to the Fort Worth Water Department. If not, Contractor shall be responsible for disposal of material. Contractor shall provide watchmen, barricades and warning signs to protect his workers, inspectors, and the public. Contractor shall, at no additional cost to the Owner, replace any portion of an existing manhole that is damaged during rehabilitation of the manhole . Contractor shall provide necessary means to prevent wastewater flow from contacting .material used for rehabilitation prior to fully curing. Loose and broken brick and mortar shall be removed immediately from the manhole to eliminate the possibility of pieces entering the sewer lines . 3. Submittals: a. Product Information. Contractor shall submit manufacturer's information on products proposed to be used that are not specifically named in the Contract Documents. b. Personnel Qualifications. Prior to starting manhole coating, Contractor shall submit qualifications of personnel that will be performing wall repairs and coating procedures. Proposed personnel shall verify certification within the last two years by the coating manufacturer and verify working on at least three projects with similar coating within the previous 12 months. c. Work Schedule . Prior to beginning work on bench and invert replacements, complete manhole replacements, or construction of new maintenance manholes, Contractor shall submit for review by Owner's Representative a plan for maintaining wastewater flow without any interruptions. Contractor shall maintain wastewater flow at all times. 4. Quality Assurance. Contractor will be responsible for all testing laboratory services in connection with data required for review of materials proposed to be used in the Work. Contractor shall obtain Engineer's acceptance of the testing laboratory before having· services performed and shall pay for all costs for testing. Owner may, at his discretion, perform quality control tests on materials during and after their incorporation in the Work. If any of these tests fail, Contractor will be responsible for correcting situation and shall pay for any retest. All costs for quality assurance testing will be subsidiary to the Work. 5. Delivery, Storage, and Handling. Upon delivery, all material shall immediately be stored and protected until installed in the Work. All material shall be labeled and stored in accordance to the manufacturer's recommendations and all local, state, and federal regulations. 11/02104 ASC-7 PART DA -ADDITIONAL SPECIAL CONDITIONS 6. Testing. All rehabilitated manholes shall be tested in accordance with Section D-63. B. MATERIALS 11/02/04 1. Cleaners : 2. 3. 4 . 5 . 6 . Water Cleaners Wall, Bench, Trough, Grouting, and Pipe Seal Repair Hydraulic Cement Quick-setting Mortar Urethane Gel Grout Cementitious Grout Material Activated Oakum Clean and free from deleterious substances. Detergent, muriatic acid or approved equal. Strong-Seal Plug, Penny Grout, IPA "Octocrete", or approved equal. Strong-Seal QSR, Rapid Set, or approved equal. Scotch-Seal "5610 and 5612" or approved equal. Sauereisen Cements "F-100 Grout" or approved equal. 3M Scotch Seal "5600" or approved equa l. Two-Part Epoxy Adhesive Coating American Chemical Corp. "Aquatapoxy" or approved equal. Concrete Bonding Agent ThoroSeal "Acryl 60" or approved equal. Concrete External Manhole Coating Coal Tar Internal Manhole Coatings Non-cementitious Cementitious Frames, Covers, and Inserts Manhole Frames and Covers Watertight Manhole Frames and Covers Manhole Insert -Polyethylene Manhole Insert -Stainless Steel Fiberglass Manhole Liner ASC-8 Material in accordance with City of Fort Worth Water Department General Contract Documents. Tnemec "46-450 Heavy Tnemecol", Kop Coat "Bitumastic Black Solution", or approved equal. Sprayroq "Spray Wall" or Raven 405. Standard Cement Materials "Reliner MSP" or Quadex "QM-1s". McKinley "Type N with indented top", Neenah "R1726A", or approved equal. Neenah "R1915-E , Type L" or approved equal. Corrosion-proof high density polyethylene, 1/8" thick in accordance with Fort Worth Water Department General Standards E100- 4. Southwestern Packing & Seals, Inc., "T etherlok". Material in accordance with Section DA-15 PART DA -ADDITIONAL SPECIAL CONDITIONS 7. 8. PVC Lined Concrete Wall Reconstruction Joint Material Adjustment Rings Bitumastic Gasket Material Bitumastic Trowelable Material 9. Miscellaneous Root inhibitor of these specifications. Material in accordance with Section DA-16 of these specifications . Single-piece, precast concrete, ASTM C478 , 2" min . thickness . RAM-NEK, EZ-STIK or approved equal. GS-702 compound or approved equal. Dichlobenil 2 ,6 -dichlorobensonitrile, or approved equal. C. EXECUTION 1. Inspection . Prior to beginning the Work on a manhole, the Contractor shall inspect the manhole and notify City Engineer if actual conditions are in conflict with Manhole Rehabilitation Schedule. After City Engineer revises schedule, Contractor shall commence with Work. 2. Manhole Rehabilitation Repairs . Each manhole listed in the Manhole Rehabilitation Schedule will be repaired with at least one of the following repair methods . The requirements for each repair shall be completed as described in this section and as indicated on the Manhole Rehabilitation Details in the specifications. 11/02104 a. Cover/Frame/Frame Seal Replacement. 1) Paved Areas: Make square full depth saw cut and remove the pavement to expose the entire manhole frame and exterior of manhole a minimum of 6 inches below the top of the structurally sound structure, keeping trench sides as vertical as possible. Remove the pavement by breaking out from saw cut toward the manhole to avoid breaking the frame. 2) Non-paved Areas: Excavate adjacent to the manhole to expose the entire frame to a minimum depth of 6 inches below the top of the structurally sound structure, keeping trench sides as vertical as possible . Limit excavation to a 6-foot by 6-foot working area . Remove and replace the existing frame, cover, and sealing material. Furnish bolt down frame and cover, if required by Manhole Rehabilitation Schedule in the Specifications . If grade rings are broken, deteriorated, or loose, Contractor shall notify Engineer prior to placing manhole frame. Also, if manhole contains brick grade adjustments on top of concrete corbel or chimney , Contractor shall replace the brick grade adjustments with precast concrete . rings in accordance with manhole grade ring replacements. ASC-9 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 3) 4) 5) 6) 7) 8) 9) 10) Clean exposed interior and exterior surfaces of the existing chimney and inspect for reuse. Wire brush and apply a concrete bonding agent and quick setting hydraulic cement to the top surface of the manhole to provide a smooth surface prior to installing new grade rings and bitumastic material. Surfaces between the frame, adjustments, and corbel sections shall be free of dirt and debris. Bitumastic gasket material (minimum % inch thick) shall be placed in two concentric rings along the inside and outside edge of each joint or use bitumastic trowelable material. Butt joints of the two rows of bitumastic material shall be positioned opposite of each other. 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, frames shall be installed so the top of the casting will conform to the slope and finish elevation of the paved surface. Allowances for the compression of the bitumastic material shall be made to assure a proper final grade elevation. Manhole rims in parkways, lawns, or other improved lands shall be at an elevation not more than one (1) inch no r less than one-half (1/2) inch above the surrounding ground . Backfill shall provide a uniform slope from the manhole frame for not less than three (3) feet each direction to existing ground elevations. In drainage areas, frames shall be installed so the top of the casting will be at the same elevation that existed prior to rehabilitating the manhole. If the inside diameter of the manhole is too large to safely support new grade adjustments or frame, the corbel shall be replaced or a flattop installed prior to placing frame . The exposed, exterior surfaces of manhole corbel, chimney, and frame shall be wire brushed and coated with two coats of coal tar, 14 mils OFT. The grade adjustments shall be wrapped with a 6 mil polyethylene sheet. In unpaved areas, backfill with excavated material and compact with mechanical equipment. In paved areas, backfill with granular material meeting requirements of Item 402 and Section E1-2 to the limits shown on figures in Section H. A concrete collar shall be constructed in accordance with Figure 121. Concrete collars will be required on rehabilitated manholes and new replacement manholes as listed in the manhole rehabilitation schedule. Construction of concrete collar will be paid for separately for each manhole and shall include surface restoration (including seeding/sodding) and permanent pavement repair. Repair of pavement outside of 4 foo t by 4 foot concrete collar shall be equal to or superior in composition, thickness, etc., to existing pavement and/or as detailed in the Transportation and Public Works Department typical sections for Pavement and Trench Repair ASC-10 PART DA -ADDITIONAL SPECIAL CONDITIONS for Utility Cuts , Figures 1 through 5 . Non-standard concrete collars shall be constructed at locations authorized by the Engineer. b. Reseating/Sealing of Existing Frame -Work shall be done in accordance with Section D-27, with the exception that the existing frame shall be reused . The frame and cover shall be inspected for any defects and notify the Owner's representative if it is damaged or deteriorated . All scale, dirt, and debris shall be removed from the existing casting with a wire brush. a. Grade Adjustment -All Work shall be done in accordance with Section D-27, with the exception that the existing frame shall be raised or lowered to surrounding surface elevations in accordance with the Grade Adjustment Detail. 1) In brick manholes, remove and replace the defective chimney up to a maximum of 24 inches below the frame. If chimney is defective below 24 inches, Contractor shall notify Engineer prior to completing manhole rehabilitation . 2) Existing defective concrete grade ring adjustments and all brick or block adjustments shall be replaced with precast concrete adjustment rings. 3) Where partial manhole replacement is required on the Manhole Rehabilitation Schedule, the following shall apply : a) b) c) d) e) The extent of partial manhole replacement shall be based on the depth of deterioration as determined by the Owner's Representative . The remaining structure shall be capable of supporting the newly constructed portions of the manhole. Excavate the work area to expose the entire depth of deterioration in the existing manhole to a minimum depth of 6 inches below the top of structurally-sound structure. Perform reconstruction to allow easy access into the manhole. No more than 12 inches of depth of precast concrete grade adjustment rings shall be allowed to obtain proper grade. Perform reconstruction in accordance with the Partial Manhole Replacement Detail. Seal manhole joints in accordance with Section D-27. Precast corbel, or barrel sections may be used as necessary. The diameter of the precast sections shall be consistent with the existing remaining structure. Place a flattop section on existing manhole structure prior to setting precast sections. Flattop sections shall not overhang existing manhole structures by more than 6 inches . If the clearance from the underside of the proposed flattop to . the manhole invert is less than 4 Yi feet, the manhole shall be completely replaced . ASC-11 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS f) Partial Manhole Replacement shall also include replacement of frame, cover, and sealing of frame and grade adjustments. g) Remove all debris from reconstruction from the manhole and dispose of properly. d. Interior Manhole Coating -Interior manhole coating shall meet the requirements of Section DA-12, DA-13, DA-14, DA-15, DA-16 and DA-17. e. Bench and Invert Rehabilitation 1) Remove existing deteriorated bench and invert material to solid material. Care shall be taken to avoid allowing broken pieces of brick and mortar to enter the sewer lines . 2) Apply concrete bonding agent and quick setting concrete to form a smooth surface and continuous invert with the sewer pipe. New bench and invert shall be formed in accordance with repair Bench and Invert Rehabilitation Detail. f. Bench and Invert Replacement 1) Remove the existing bench and trough completely. If the existing trough is formed of sewer pipe laid continuously through the manhole, special care shall be taken to ensure that the pipe seal and the sewer pipe to remain is not damaged. Contractor shall, at no additional cost, replace any portion of the existing manhole or sewer pipe to remain that is damaged during bench and invert replacement. 2) Install new bench and trough with Class A concrete in accordance with repair detail. Surface shall be troweled smooth and the invert of the trough shall form a continuous smooth flow path from pipes entering the manhole to where they exit. The bench and invert shall form a watertight seal with the manhole wall, pipe, and bench/trough area. 3) If the manhole base is deteriorated or nonexistent, the minimum thickness of the bench/trough shall be six inches. g. Removal of Existing Manhole -Work shall be conducted as specified in Section D- 29. h. Construct New Manhole 1) 2) Completely remove the existing manhole structure . Construct new manhole in accordance with Section D-27 of these specifications. Connect to existing sewers using flexible couplings. ASC-12 - PART DA -ADDITIONAL SPECIAL CONDITIONS 3) Contractor shall maintain existing wastewater flows at all times. Contractor shall submit a plan for maintaining wastewater flows to the Engineer prior · to beginning work . i. Pressure Grout Pipe Seals, Bench and Trough, and Lower Portion of Manhole 1) Alf work shall be done in accordance with Section DA-19 of these specifications. 2) Remove all foreign materials from the manhole walls around the pipe seal and within the pipe seal itself, including all loose and protruding brick, mortar and concrete. Stop active leaks using products specifically for that purpose . 3) Remove deteriorated area of the pipe seal to sound material. Apply bonding agent to area and place hydraulic cement to fill voids to form a watertight seal around pipe. 4) Drill holes around the pipe seal, bench/trough and lower portion of the manhole arid inject urethane gel grout into holes in accordance with repair detail. Activated oakum rope shall be used to fill the injection hole after removal of the grouting probe . Patch the injection hole with hydraulic cement and apply a water resistant two-part epoxy coating to the patch. Clean all grout from interior of manhole. j. Manhole Step Removal -Remove existing manhole steps and fill voids with hydraulic cement in accordance with repair detail. k. Patch Holes -Clean and remove loose debris from holes to be patched. Apply bonding agent to surface of holes and fill voids with hydraulic cement in accordance with repair Patch Holes Detail. I. Watertight Manhole Insert -Install watertight gasketed manhole inserts as specified in Fort Worth Water Department Standard E100-4. m. Grout Flattop to Waif Joint -Injection holes shall be drilled through the manhole at 90 degree angles from each other within 4 inches of the bottom of the flattop. Provide additional holes near observed defects, if necessary. Urethane gel grout shall be injected through the holes under pressure with a probe designed for this purpose. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grouting from the ground surface will not be allowed. Grout travel shall be verified by observation of grout at defects or adjacent injection holes. Provide additional injection holes, if necessary, to ensure grout travel. Injection holes shall be cleared with a drill and patched with a waterproof quick setting mortar. The flattop to wall joint shall be pressure washed, cleaned, filled with a non-shrink grout, and finished smooth. n. Fiberglass Manhole Insert -Work shall be conducted as specified in Section DA-18. 11102104 ASC-13 PART DA -ADDITIONAL SPECIAL CONDITIONS o . PVC Lined Concrete Wall Reconstruction -Work shall be conducted as spe c ified in Section DA-19 . p. Point Repair to Replace Sewer Line, 6"-15" Diameter -This item shall apply at those locations indicated in the Manhole Rehabilitation Schedule and t hose additional locations authorized by the Engineer. The Contractor shall excavate adjacent to the manhole to uncover the damaged sewer pipe . This pipe shall be carefully removed from the manhole to the first sound joint (maximum of 5 fe et) of pipe . This pipe shall be replaced with SOR 35 PVC pipe of the same nominal size . This pipe shall be connected to the existing sewer using f lexible connectors approved by the City. The connection of the new pipe to the manhole sh a ll be made using flexible gaskets meeting the requirements of ASTM C-923, grouted into the manhole wall using non-shrink grout. Embedment material shall be installed around the pipe up to the pipe springline. Backfill ma terial conforming to City specifications shall be placed and compacted as required . This item shall include surface restoration and permanent pavement repair. q. Bypass Pumping -The Contractor shall furnish and operate pumping equipment and piping as required for bypass pumping necessary to complete any ma n hole replacement or rehabilitation work. D. MEASUREMENT AND PAYMENT 1. Frame and Cover Replacement: Payment for installation of new manhole frames and covers shall be based on the Contract unit price and the actual quantity installed. The Contract unit price shall be full payment for the new manhole frame and cover, excavation, installation of the manhole frame and cover, minor grade adjustment, backfill , and demolition and disposal of waste materials. 2. Grade Ring Replacement: Payment for installation of new grade rings shall be based on the Contract unit price and the actual quantity of new grade rings installed. The Contract unit price shall be full payment for the new grade rings . All - - costs for installing and sealing grade rings shall be included in the appl icable - Contract unit price for seal ing of frame and grade rings. 3. Paved Frame and Grade Adjustment Sealing: Payment for sealing manhole frames and grade adjustment rings in paved areas shall be based on the Contract unit price and the actual number of manholes Where sealing of the manhole frame and/or grade adjustments in paved are required . The Contract unit price shall be full payment for excavation , pavement removal , sealing materials, installation of grade rings, sealing , minor grade adjustment, backfill, and demolition and disposal of waste materials . 4 . Non-Paved Frame and Grade Adjustment Sealing : Payment for sealing manhole frames and grade adjustment rings in non-paved areas shall be based on the Contract unit price and the actual number of manholes where sealing of the manhole frame and/or grade adjustments in non-paved are required . The Contract unit price shall be full payment for excavation, seal ing materials , installation of grade rings , sealing, minor grade adjustment, backfill , surface restoration , and demolition and disposal of waste materials . 11102104 ASC -14 11 /02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 5. Interior Manhole Coating: Payment for interior manhole coating shall be based on the Contract unit price where interior manhole coating is applied. The Contract unit price shall be full payment for surface preparation, interior coating of the corbel, wall and bench, and cleanup. 6. Pressure Grout Pipe Seals , Bench and Trough, and Lower Portion of Manhole : Payment for grouting pipe seals, bench and trough , and lower portion of the manhole shall be based upon the Contract unit price and the actual quantity of manholes where pipe seals, bench and trough and lower portion of the manhole were grouted. The Contract unit price shall be full payment for the preliminary repairs, rehabilitating the pipe seals, grout material, installation of the grout materials and cleanup . 7 . Bench and Invert Rehabilitation~ Payment for bench and invert rehabilitation shall be based upon the Contract unit price and the actual number of manholes where the bench and invert were rehabilitated. The Contract unit price shall be full payment for materials and bench and invert rehabilitation. 8. Bench and Invert Replacement: Payment for bench and invert replacement shall be based upon the Contract unit price and the actual quantity of manholes where the bench and invert were replaced. The Contract unit price shall be full payment for materials, installation of materials, and demolition and disposal of waste materials . 9 . Patch Holes: Payment for patching holes shall be based upon the Contract unit price and the actual number of manholes that were patched. The Contract unit price shall be full payment for surface preparation, patching of the holes, and cleanup . This item is allowed for payment only when it is included in the Manhole Rehabilitation Schedule . Patching holes prior to interior coating of manholes is not a pay item. 10 . Manhole Step Removal : Payment for manhole step removal shall be based upon the Contract unit price per manhole and the actual number of manholes that had steps removed . The Contract unit price shall be full payment for removal and disposal of the steps and patching of the voids created by step removal. 11. Watertight Manhole Insert: Payment for watertight manhole inserts of the respective type shall be based upon the Contract unit price and the actual number of inserts of each type installed. The Contract unit price shall be full payment for the watertight manhole insert and installation of the insert in the manhole. 12 . New Sanitary Sewer Manhole: Payment shall be made as indicated in Measurement and Payment, Section 0-27 in these specifications. This item shall include up to five (5) linear feet of new PVC pipe at each manhole pipe connection and connecting to the existing sewer. 13 . Concrete Manhole Collars: ASC-15 11 /02104 PART DA -ADDITIONAL SPECIAL CONDITIONS a . b. Paved Areas . Payment for manhole collars in paved areas shall be based on the Contract unit price and the actual quantity installed. The Co ntract unit price shall be full payment for labor, materials, pavement sawing, excavating, disposal of waste materials . Payment shall not include pavement replacement , which if required, shall be paid separately. Non-Paved Areas. Pavement for manhole collars in non-paved areas shall be based on the Contract unit price and the actual quantity installed . The Contract unit price shall be full payment for labor, materials, excavation, disposal of waste materials, and surface restoration. 14 . Partial Manhole Replacement: Payment for partial manhole replacement shall be based on the Contract unit price per vertical foot measured from the top of the frame to the top of the structurally sound existing manhole. The Contract unit price shall be full payment for furnishing all labor and materials necessary, including excavation and removal of the existing structure, replacement of the frame and cover, installation of new adjustment rings, flattop, corbel or wall sections, sealing, backfilling, and unpaved surface restoration. Payment shall not include pavement replacement, which if required, shall be paid separately. 15 . Interior Corrosion Protection : Payment shall be made as indicated in Measurement and Payment, Section DA-9 in these specifications. 16 . Grout Flattop to Manhole Wall Joint: Payment for grouting the flattop to manhole wall joint shall be based upon the Contract unit price and the actual number of joints grouted. The Contract unit price shall be full payment for all material, labor and cleanup required to complete each joint grouting . 17. Fiberglass Manhole Insert~ Payment shall be made as indicated in Measurement and Payment, Section DA-18 in these specifications. 18. PVC Lined Concrete Wall Reconstruction: Payment shall be made as indica ted in Measurement and Payment, Section DA-19 in these specifications. 19. Point Repair to Replace Sewer Line, 6" -15" Diameter: Payment for each point repair shall be based upon the Contract unit price for each manhole connection actually repaired. The Contract unit price shall be full payment for all material, labor, and cleanup required to complete each manhole connection repair. 20 . Flattop Replacement: Payment for each flattop replacement shall be based on the Contract unit price for each flattop actually replaced. The Contract unit price shall be payment in full for all labor, material, and cleanup required to complete each flattop replacement. Payment for frame and cover replacement, grade rings, sealing, and concrete manhole collar as required to complete the manhole rehabilitation will be paid for separately at the applicable Contract Unit Prices. 21. Bypass Pumping : All bypass pumping shall be a subsidiary obligation of the Contractor. All costs for bypass pumping shall be included in the Contract unit price for the items requiring bypass pumping. ASC-16 - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION A. GENERAL: This item shall govern the preparation of surfaces for manhole rehabilitation. B. CLEANING : 1. Covers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system. 2. All concrete that is not sound or has been damaged by chemical exposure shall be removed from the manhole. Loose and protruding brick, mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them flush with the wall of the manhole. 3. All contaminates including but not limited to: oils. grease, waxes, form release , curing compounds, efflorescence, sealers, salts, incompatible existing coatings, and all other contaminants shall be removed. 4. Surfaces to receive protective coating shall be cleaned and abraded to produce a sound concrete/brick surface with adequate profile and porosity to provide a strong band between the protective coating and the substrate. All foreign materials shall be removed from the manhole interior using high pressure water spray (3500 psi to 4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. 5. Detergent water clean ing, muriatic acid, and hot water blasting shall be used, if necessary, to remove dirt, oils, grease, and other matter which may prevent a good bond of sealing material to the manhole surface. A mild chlorine solution (household bleach) may be used to neutralize the surface to diminish microbiological bacteria growth prior to final rinse and coating. C. PRELIMINARY REPAIRS 1. 2. 3. 11/02104 All unsealed lifting holes, unsealed step holes, voids larger than approximately one- half (1/2) inch in thickness shall be filled with patching compound at least one hour (1) prior to application of the first spray coat. Active leaks shall be stopped using City approved products specifically for that purpose and according to manufacturer's recommendation . Some teaks may require grouting to stop the inflow. Grouting shall be performed in accordance with City specifications and Section DA-20 -PRESSURE GROUTING. Bench area shall be built up if required to provide a uniform slope from the circumferences to the manhole trough. City approved cementitious patching compounds or epoxy grout as recommended by manufacture shall be used. ASC-17 PART DA -ADDITIONAL SPECIAL CONDITIONS 4. After all repairs have been completed, all loose material shall be removed from the manhole. Contractor shall insure no material is allowed to enter the sewer system. 5. Contractor shall ensure the manhole is clear of all detergents and cleaners and that all active infiltration has been stopped prior to application of protective manhole coatings for rehabilitation. D. INSPECTION Applicator shall carefully inspect all surfaces prior to application of protective coating and shall notify Owner of any noticeable disparity in the surface which may interfere with the proper performance of the repair mortar and protective coating. E. MEASUREMENT AND PAYMENT Payment for Surface Preparation shall be considered subsidiary to the cost far Interior Manhole Coating or Protective Manhole Coating for Corrosion Protection. DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR 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 an the Manhole Rehabilitation schedule. Interior manhole coating shall meet the requirements of this section or of Section DA-13, DA-14, DA-15, DA-16 or DA- 17. 2. Description -The Contractor shall be responsible far the furnishing of all labor, supervision, materials, equipment, and testing required far the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations -Materials , mixture ratios , and procedures ut ilized far the coating process shall be in accordance with manufacturers' recommendations . 4. Manholes -Manholes to be coated are of brick, black, or concrete construction. Some manholes may have a cementitious sprayed or trowelled on coating over the original interior surface. B. MA TE RIALS 1. 2. 11/02104 Scope -This section governs the materials required for completion of interior coating of manholes. Interior Coating -Reliner MSP proprietary pre-blended mixture of cementitious and pozzolanic materials, silica fume admixture, 100 percent polypropylene fibers an.ct other selected ingredients, as manufactured by Standard Cement Materials . No material (other than clean potable water) shall be used with or added to these standard products without prior approval or recommendation of the respective manufacturer. ASC-18 - PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Material Identification -Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties , ease of application , and expected performance , to the satisfaction of the Engineer. 4 . Mixing and Handling -Mixing and handling of interior coating , which may be toxic under certain conditions shall be in accordance with the recommendations of the manu.facturer 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 and application of the coating material shall perform the coating operations . C. EXECUTION 11/02104 1. General -Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete . 2. Temperature -Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85°F, using ice if necessary. 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the top of the carf;lel or flattop to the bench/trough, including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11 , SURFACE PREPARATION FOR MANHOLE REHABILITATION. 2) The surf ace prior to application shall be damp without noticeable free water droplets or running water. Reliner MSP material shall be spray applied (using a manufacturer approved machine) to a minimum uniform thickness of 1-inch minimum. Troweling shall begin immediately following the spray application. The trowelled surface shall be smooth with no evidence of previous void areas. After the walls are coated, the wooden bench covers shall be removed and the bench sprayed with Refiner MSP material in such a manner as to produce a bench having a gradual slope from the walls ASC-19 PART DA -ADDITIONAL SPECIAL CONDITIONS ta the invert with the wall/bench intersection built up and rounded to a uniform radius for the full circumference of the intersection. The thickness of the bench shall be no less than 1-inch at the invert and shall increase in the direction of the wall so as to provide the required slope. 3) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate far curing as long as the manhole is covered. 4) Traffic shall not be allowed over manholes far 24 hours after reconstruction is complete. 4. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes far watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21. b. At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date, location and job recorded on each. The cylinders shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C780 or ASTM C-10, as recommended by the material manufacturer, and the results will be furn ished to the Engineer and Owner an request. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical f aot, measured from the tap of the corbel or flattop to the top of the bench . The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all material testing necessary to complete the work. Grouting, if necessary, shall be induded in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM A. GENERAL 11/02104 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 the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-14, DA-15, DA-16 or DA-17. 2. Description ASC-20 - PART DA -ADDITIONAL SPECIAL CONDITIONS The Contractor shall be responsible for the furnishing of all labor, supervision. materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. 4 . Manholes Manholes to be coated are of brick, block, or concrete construction . Some manholes may have a cementitious sprayed or trowelled on coating over the original interior surface. 8. MA TE RIALS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Quadex QM-1 s and Quadex Excel proprietary pre-blended cement based synthetic granite (Dannafill) enhanced polypropylene fiber reinforced coatings as manufactured by Quade:x, Inc. No material (other than clean potable water) shall be used with or added to Quadex QM-1 s or Quadex Excel without prior approval or recommendation from Quadex, Inc. 3. Material Identification Contractor shall completely identify the types of grout, mortar, patching compounds, sealant. and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based an chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling Mixing and handling of interior coating , which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard ta personnel. It is the responsibility of the Contractor ta 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 coating operations. C. EXECUTION 11102104 ASC-21 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. General Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete. 2. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85°F, using ice if necessary. 3 . Interior Manhole Coating a. The interior coating shall be applied to the manhole from the top of the corbel or flattop to the bench/trough, including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE REHABILIATATION. 2) The surface prior to application shall be damp without noticeable free water droplets or running water. QM-1 s material shall be spray applied (using a Quadex Model 900D application machine or manufacturer approved equal) to a minimum uniform thickness of 1- inch minimum. Troweling shall begin immediately following the spray application. The trowelled surface shall be smooth with no evidence of previous void areas. 3) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. 4) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete . 4 . Testing of Rehabilitated Manholes a. b. Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21. At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date, location and job recorded on each . The cylinders shall be sent to a certified testing laboratory for ASC-22 PART DA -ADDITIONAL SPECIAL CONDITIONS testing. A compression test will be made per ASTM C780, and the results will be furnished ta the Engineer and Owner on request. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot measured from the top of the corbel or flattop ta the top of the bench. The Contract Unit Price shall be payment in full for performing the work and far furnishing all labor, supervision, materials , equipment and all material testing necessary to complete the work. Grouting, if necessary to stop active leaks in manhole wall areas, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by the Manhole Rehabilitation Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. 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 far the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers recommendations. 4. Manholes Manholes ta be coated are of brick, black, or concrete construction . All manholes shall have a minimum of one-half (1/2) inch specialty cement-based coating material (Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 11/02/04 1. Scope This section governs the materials required for completion of interi.or coating of manhol.es. ASC-23 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 OM-1 s 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 res in system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the physical properties as follows: Property Tensile Strength Flexural Stress Flexural Modulus 5 . Mixing and Handling Standard ASTM D-638 ASTM D-790 ASTM D-790 Long Term Value 5,000 psi 10,000 psi 550 ,000 psi Mixing and handling of specialty cement material and interior coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures ta ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject ta the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C. EXECUTION 11 /02104 1. General Manhole coating shall not be installed until sealing of manhole frame and grade adjustments, or partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule, is complete. 2 . Temperature 3. Normal interior coating operation shall be performed at temperatures of 40°F or greater. Na application shall be made when freezing is expected with in 24 hours. Interior Manhole Coating ASC-24 PART DA -ADDITIONAL SPECIAL CONDITIONS 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-1 s or Reliner MSP) smooth surface for the urethane coating material. 4) Spray the urethane onto the manhole wan 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 special.ty cement product (Quadex QM-1 s or Reliner MSP). 1. Testing of Rehabilitated Manholes a . Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame ta 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 1. Scope 11/02104 ASC-25 PART DA -ADDITIONAL SPECIAL CONDITIONS This section governs all work, materials and testing required far 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, superv1s1on, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations 4. Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. Manholes Manholes to be coated are of brick, block, or concrete construction. AU 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 surf ace. B. MATERIALS 11102/04 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification Contractors will completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance. These grouting materials shall be compatible with Raven 405 interior coating . The contractor shall be responsible for ASC-26 - - PART DA -ADDITIONAL SPECIAL CONDITIONS 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 ta personnel. It is the responsibility of the Contractor ta 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 11102104 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) 2) 3) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE RESTORATION. 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. 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}. ASC-27 PART DA -ADDITIONAL SPECIAL CONDITIONS 4) After the walls are coated, the wooden bench covers shall be removed and the bench sprayed to the same average and min imum thickness as required for the walls. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application . 4. Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to touch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brushing the lining material over the area. All blisters and evidence of uneven cover shall be repaired according to the manufacturer's recommendations. Spot check of coating thickness may be made by Owner's Representative, and the contractor shall repair these areas as required, at no additional cost to the Owner. b. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 -VACUUM TESTING OF REHABILITATED MANHOLES. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment all testing necessary to complete the work. Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER A. GENERAL This section prescribes the minimum standards for the safe and efficient rehabilitation of sewer structures, utilizing Permacast with Epoxy Liner. B. MA TE RIALS 1. 11/02104 Leak Plugging Leak Plugging of the same or greater strength than the Liner Mix and/or chemical grouts may be used. If water pressures are severe, the contractor may drill relief holes at the bottom of the manhole wall ta concentrate the leaks before plugging. ASC-28 - - PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Patching Mix Voids which have not compromised the structure in its overall soundness must be filled prior to lining with materials of the same or greater strength than the Liner Mix. 3. Liner Mix Shall be densely compacted, Reliner Microsilicate cement mortar, Quadex QM-ls and Quadex Excel cement mortar, or approved equal, applied uniformly at a minimum thickness of ~ inch. Liner Mixes shall attain strengths as follows: Compressive ASTM C-109 Flexural ASTM C-295 Elasticity ASTM C-469 24 HOURS 3500 psi 650 psi 180,000 psi 28 DAYS 10,000 psi 800 psi 1,150,000 psi It shall be delivered in factory prepared packaging suitable for mixing with just the addition of clean water in the prescribed dosage. No additives shall be used at the site without prior approval. All visible leaks must be plugged prior to application of the cementitious liner with quick setting, non-shrink hydraulic cement mortar. C. EXECUTION 11/02104 1. Mixing The manufacture's published technical specifications and directions for proportioning and mixing shall be strictly followed by the certified applicator. 2. Equipment Equipment shall be as recommended by the manufacturer to ensure proper mixing and pumping of the mortar and shall be clean and in good working order according to the manufacture's published recommendations for safe operation. Only factory certified workers shall operate with a controllable retrieval method shall be used to produce a uniform and dense application without the need to trowel which can weaken the mortar. 3. Application Once prepared, the application shall commence, in accord with the manufacturer's recommended procedures and in the presence of the owner's inspector in a single application to the prescribed thickness (1/2 inch or greater) without delay or interruption in order to produce a uniform and monolithic liner. Multiple layers with time between for drying are not allowed. Once completed, the manhole shall be covered to prevent air drying. ASC-29 PART DA -ADDITIONAL SPECIAL CONDITIONS 4. Testing & Verification Testing of rehabilitated manholes far water tightness shall be performed by the Contractor after operations are complete in accordance with Section DA-21 . The owner's inspector shall verify the thickness with a wet gauge. Any area found to less than the minimum prescribed thickness shall result in the minimum prescribed thickness shall result in the immediate relining of the entire interior. Two test cubes shall be made from each day's mix and tested for strength verification. D. CORROSION PREVENTION 1. Preparation & Procedure The liner shall be applied to the prepared interior as specified in proceeding sections at Y2 inch thickness. 2 Protective Coating The protective coating shall be a 100% solids epoxy with no volatile organic compounds and white in color to optimize visual inspection. Minimum physical properties shall be: Hardness Tensile Strength Compressive Strength Flexural Strength ASTM 0-2240 ASTM D-63860 ASTM D-69544 ASTM D-79058T 65 Shore D 10 ,000 psi 15,000 psi 1,000 psi It shall be uniformly spray applied or centrifugally cast onto the fresh mortar before new bacterial growth can contaminate the underlying mortar. It shall have a minimum thickness of 125 mils and shall not run or sag during placement. 3. Safety If personnel are required to enter the confined space during the application procedure. each and all OSHA requirements as well as those required by the manufacturer's material safety data sheets shall be complied with fully. 4. Testing & Verification The interior shall be visually inspected for thoroughness of coverage. When dry ta the touch. the entire interior shall be tested with a Tinkor & Rasor holiday detector at the prescribed voltage ta verify thickness and locate pinholes if any. Deficiencies shall be immediately corrected and retested . E. MEASUREMENT AND PAYMENT 11102104 ASC-30 PART DA -ADDITIONAL SPECIAL CONDITIONS Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame ta the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials , equipment all testing necessary to complete the work . Payment for grouting of pipe seals , bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM 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 in the Manhole Rehabilitation Schedule, listed in Part 1. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-13 , DA-14, DA-15 or DA-16. 2. Description . The Contractor shall be responsible for the furnishing of all labor, supervision, materials , equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations . Materials , mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers recommendations. 4. Manholes. Manholes to be coated are of brick, block, or concrete construction . Some manholes may have a cementitious sprayed or trowelled-on coating over the original interior surface. B. MATERIALS 1. 2 . 3. 4. 11/02104 Scope. This section governs the materials required for completion of interior coating of manholes . Interior Coating. Strong-Seal Systems MS-2A • factory-blended, cement-based , fiber-reinforced coating as manufactured by Strong-Seal Systems of Pine Bluff, AR. No material ( other than clean potable water) shall be used with or added to Strong-Seal MS-2A without prior approval or recommendation from Strong-Seal Systems. Material Identification. Contractor shall completely identify the types of grout, mortar, patching compounds , sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties , ease of application, and expected performance. to the satisfaction of the Engineer. 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 ASC-31 PART DA -ADDITIONAL SPECIAL CONDITIONS responsibility of the Contractor to provide appropriate protective measures ta 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 coating operations. C. EXECUTION: 11/02104 1. General. Manhole coating shall not be performed until replacement of manhole cavers, sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete. 2. Preliminary Repairs a} All foreign materials shall removed from the manhole interior using high pressure water spray (minimum 3500 psi). Loose and protruding brick, mortar, and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them 1" below the surface of the manhole. b) All unsealed lifting hales, unsealed step holes, · voids larger than approximately one-half (1/2) inch in thickness shall be filled with rapid- setting, trowel-applied patching compound prior to spray application of the MS-2A coating. c) Active leaks shall be stopped using rapid-setting hydraulic cement products specifically for that purpose and according to manufacturer's recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with Section DA-20. Contact Strong-Seal Systems for grouting recommendations. d) After all repairs have been completed, remove all loose material. 3. Temperature. Normal interior coating operation shall be performed at temperatures of 40 Degrees F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90 Degrees F, precautions shall be taken to keep mixing water below 85 Degrees F, using ice if necessary. 4. Interior Manhole Coating a) The interior coating shall be applied to the manhole from the top of the bench/trough to the top of the corbel or flattop, including the bench/trough. b} The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. (1) 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). ASC-32 - PART DA -ADDITIONAL SPECIAL CONDITIONS (2) Place covers over invert to prevent extraneous material from entering the sewer. (3) The surface prior to application shall be damp without noticeable free water droplets or running water. MS-2A material shall be spray applied (using a manufacturer approved application machine) to a uniform thickness of 1" minimum . Troweling shall begin immediately fallowing the spray application. The trowelled surface shall be smooth with no evidence of previous void areas. (4) The application shall have a minimum of four hours (4) cure time before being subjected to active normal flows. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. (5) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. 5. Testing of Rehabilitated Manholes a} Testing of rehabilitated manholes for water-tightness shall be performed by the contractor after operations are complete in accordance with Section DA-21. b} At least four (4) 2-inch cubes of the coating material shall be taken from each day's work with the date, location and job recorded an each. The cubes shall be sent to Strong-Seal Systems, Pine Bluff, AR, for testing. A compression test will be made according to ASTM C-109, and the results will be furnished to the engineer and the owner. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per each manhole coated. The Contract Unit Price shall be payment in full for performing the work: and for furnishing all labor, supervision, materials, equipment and material testing necessary to complete the work. Grouting, if necessary to stop active leaks in manhole well areas, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by the Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately. DA-18 RIGID FIBERGLASS MANHOLE LINERS -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 11/02104 ASC-33 . PART DA -ADDITIONAL SPECIAL CONDITIONS DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity . In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Telephone Number Southwestern Bell Telephone 338-6275 Texas Utilities 336-9411 Lone Star City of Fort Worth, Street light and Signal Ext. 2121 336-8381 Ext. 6982 871-8100 Contact Person "Hot line" Mr. Roy Kruger Mr. Jim Bennett Mr. Jim Bob Wakefield Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut dawn of the resurfacing operation by the Construction Engineer. The contractor shall be responsible far all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER -OMITTED DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS -OMITTED 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 11102104 ASC-34 PART DA -ADDITIONAL SPECIAL CONDITIONS surface-base-some sub-base removal far 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". Be.fore the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied ta all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation ta accept the recycling process . All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils. and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation far an materials, labor, equipment and incidentals necessary to complete the work. DA-27 GRADED CRUSHED STONES -OMITTED DA-28 WEDGE MILLING 2" TO O" 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 far City approval 48 hours prior ta placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary ta complete the work. DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER-OMITTED DA-32 NEW 7" CONCRETE VALLEY GUTTER -OMITTED 11 /02104 ASC-35 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-33 NEW 4" STANDARD WHEELCHAIR RAMP -OMITTED DA-34 8" PAVEMENT PULVERIZATION -OMITTED DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) -OMITTED DA-36 RAISED PAVEMENT MARKERS -OMITTED DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING -OMITTED DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL- OMITTED DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC -OMITTED DA-40 CONCRETE RIPRAP -OMITTED DA-41 CONCRETE CYLINDER PIPE AND FITTINGS -OMITTED DA-42 CONCRETE PIPE FITTINGS AND SPECIALS -OMITTED 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 DA-47 PAVEMENT REPAIR IN PARKING AREA -OMITTED DA-48 EASEMENTS AND PERMITS • OMITTED DA-49 HIGHWAY REQUIREMENTS -OMITTED The Texas Department of Transportation requirements pertaining to the construction of this project are enclosed herein and made part of these specifications . 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 conf arm 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 includ ing all labor, tools , equ ipmen t and material necessary to complete the work shall be included in the linear foot price bid far Concrete Encasement. 11 /02104 ASC-36 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities , shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents . Prior to conc rete placement. a gasket. RAM-Nek or approved equal shall be installed around penetrating pipe . Payment for such work as connect ing to existing facilities including all labor, tools, equipment , and material necessary ta complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM . DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION -OMITTED DA-53 OPEN FIRE LINE INSTALLATIONS AU open fire line installations will be per attached Figure 32 unless otherwise directed by the Engineer. The appropriate size detector check. meter, 3/4-inch meter and class 'B' meter box will be furnished to the Contractor free of charge; however. the Contractor will be required to pick up the items at the Field Operations Warehouse . Payment for all work, materials, and all necessary appurtenances from the City side flange coupling adapter to the customer s ide gate valve and box; including incidental 5 linear feet of pipe, which are required to provide a complete and functional open fire line installation shall be included in the price bid for each. Payment for the City side gate valve or tap valve depending on which is required will be paid for under the appropriate bid item(s). DA-54 WATER SAMPLE STATION -OMITTED DA-55 CURB ON CONCRETE PAVEMENT -OMITTED DA-56 SHOP DRAWINGS -OMITTED DA-57 COST BREAKDOWN -OMITTED DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY-OMITTED DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP -OMITTED DA-60 ASPHALT DRIVEWAY REPAIR -OMITTED DA-61 TOP SOIL -OMITTED DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall include raising or lowering an existing meter box to the parkway grade specified No payment will be made for adjusting existing boxes which are within 0.001 feet of specified 11102104 ASC-37 PART DA -ADDITIONAL SPECIAL CONDITIONS parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box. DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I be used on an "emergency" basis only. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $200,000 (see Options to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed. It is understood and agreed that the scope of work contemplated in this contract is that wh ich is designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all change orders. DA-64 WORK IN HIGHWAY RIGHT OF WAY -OMITTED DA-65 CRUSHED LIMESTONE (FLEX-BASE) -OMITTED DA-66 OPTION TO RENEW -OMITTED DA-67 NON-EXCLUSIVE CONTRACT -OMITTED DA-68 CONCRETE VALLEY GUTTER-OMITTED DA-69 TRAFFIC BUTTONS -OMITTED DA-70 PAVEMENT STRIPING -OMITTED DA-71 H.M.A.C. TESTING PROCEDURES -OMITTED DA-72 SPECIFICATION REFERENCES -OMITTED 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. 11102104 ASC-38 - - PART DA -ADDITIONAL SPECIAL CONDITIONS A minimum of twenty-four (24) hours advance notice shall be given when service interruption will be required. When the relocat ion is required , separate payment will be allowed for the relocation of sprinkler back-flow preventer or control valve and box. Payment for an 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 far the relocation of sprinkler back-flow preventer or control valve and box. All other casts will be included in other appropriate bid item(s). DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26.1. All resilient-seated gate valves shall be mechanical joints and be approved an the City of Fort Worth Standard Product List. DA-75 EMERGENCY SITUATION, JOB MOVE-IN The Owner or Engineer shall determine when an emergency situation shall exist. When water emergency work is required, the Contractor shall mobilize to the said location within twenty-four (24) hours after given notification from the Inspector and/or Project Manager. The Contractor shall make all necessary arrangements for bypass pumping , setting up barricades, notifying citizens, etc., while waiting for other 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 ta remobilize back ta the previous project location site. DA-76 1 %" & 2" COPPER SERVICES -OMITTED DA-77 SCOPE OF WORK (UTIL. CUT) -OMITTED DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) -OMITTED DA-79 CONTRACT TIME (UTIL. CUT) -OMITTED DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) -OMITTED DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) -OMITTED DA-82 LIQUIDATED DAMAGES (UTIL. CUT) -OMITTED DA-83 PAVING REPAIR EDGES (UTIL. CUT) -OMITTED DA-84 TRENCH BACKFILL (UTIL. CUT) -OMITTED DA-85 CLEAN-UP (UTIL. CUT) -OMITTED DA-86 PROPERTY ACCESS (UTIL. CUT) -OMITTED 11102104 ASC-39 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-87 SUBMISSION OF BIDS (UTIL. CUT) -OMITTED DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) -OMITTED DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT 111 (UTIL. CUT) -OMITTED DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) -OMITTED DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) -OMITTED DA-92 MAINTENANCE BOND (UTIL. CUT) -OMITTED DA-93 BRICK PAVEMENT (UTIL. CUT) -OMITTED DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) -OMITTED DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) -OMITTED DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) -OMITTED DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) -OMITTED DA-98 UTILITY ADJUSTMENT (UTIL. CUT) -OMITTED DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) - OMITTED DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) -OMITTED DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) -OMITTED DA-102 PAYMENT (UTIL. CUT) -OMITTED DA-103 DEHOLES (MISC. EXT.) -OMITTED DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) -OMITTED DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) -OMITTED DA-106 BID QUANTITIES (MISC. EXT.) -OMITTED DA-107 LIFE OF CONTRACT (MISC. EXT.) -OMITTED DA-108 FLOWABLE FILL (MISC. EXT.) -OMITTED DA-109 BRICK PAVEMENT REPAIR (MISC . REPL.) -OMITTED DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) -OMITTED 11102104 ASC-40 - - - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) -OMITTED DA-112 MOVE IN CHARGES (MISC. REPL.) -OMITTED DA-113 PROJECT SIGNS (MISC. REPL.) -OMITTED DA-114 LIQUIDATED DAMAGES (MISC. REPL.) -OMITTED DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) -OMITTED DA-116 FIELD OFFICE -OMITTED DA-117 TRAFFIC CONTROL PLAN -OMITTED DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS - OMITTED 11102/04 ASC-41 TECHNICAL SPECIFICATIONS (Part E -Water Department) ', SECTION E -SPECIFICATIONS JAN UAR Y 1, 1978 All materia ls, construction methods and proc edures used in this pro j ect shall conform to Sections E 1, E2 and E2A of th e Fort Worth Water Department Genera l .Con tract Documents a nd General Spec ifica tions , together w it h an y additional material spec ification(s), construction (s ) or later revision(s ). (See rev isions listed on this shee t). Sections E1, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if cop ies verbat im herein , and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth . INDEX E1 MATERIALS SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revis io ns as of April 20 , 1981, follow: E1-2.4 Backfill: (Correct minimum compaction requirement to 95% Proctor density and correct P.I. values as follows:) E1-2 .11 E1-2 .11 c . Additional backfill requirements when approved for use in streets : ( 1) Type B Backfill (c) Maximum plastic index (Pl) shall be§. (2) Type C Backfill (a ) Material meeting requirements and having a Pl of§ or less shall be considered as suitable for compaction by jetting . (b) Material meeting requirements and having a Pl of 2 or more shall be considered for use only with mechanical compaction. Trench Backfill: Proctor density . unchanged). (a) (b) Trench Backfill: Proctor density unchanged). (Correct minimum compaction requirement wherever it appears in this section to 95% except for paragraph a.1 . where the "95% modified Proctor density" shall remain Material meeting requirements and having a Pl of § or less shall be considered as suitable for compaction by jetting . Material meeting requirements and having a Pl of~ or more shall be considered for use only with mechanical compaction . (Correct minimum compaction requirement wherever it appears in this section to 95% except for paragraph a.1. where the "95% modified Proctor density" shall remain SECTION E1-18A-REINFORCED PLASTIC W ATER METER BO X ES E 1 .18A.1 SCOPE : This specifica tion cov ers three types o f wa ter me ter boxes , T yp e A Ty pe B and Ty pe C . E1 .1 SA.1 .1 Class A Standard Meter B o x : Intended for use with serv ices ut iliz ing 5/8" X W', Y." and 1" meters . E1 .18A.1 .2 Class B Standard Meter Box: Intended for use with serv ices utilizing 1-1 /2" and 2" meters . E1 .18A .1 .3 Class C Sta ndard Meter Box: Intended for use w ith services utilizing tw o 5/8" X Y. or Y." me ters . E1 .18A.2 CONSTRUCTION : Reinforced plastic water meter boxes and iron cover lids under this spec ification will include three specific sizes of a rectangular shape. Those three sizes will be referred to us: CLASS 'A', 11" x 18" Box , 12" high CLASS 'B', 15.25" x 27" Box, 12" high CLASS 'C ', 18" x 16" Box, 12" high E1 .18A .3 REINFORCED PLASTIC METER BOX SPECIFICATION The meter box shall be constructed of Linear Medium Dens ity Polyethylene (LMDPE ) as defined in ASTM D-883-95A and have a minimum wall thickness of .500". The exterior sha ll be black to pro vi de UV protection . Boxes shall be able to withstand a minimum 15,000 pounds vertical load and sha ll w ithstand a minimum 400 pounds sidewall load. The meter box exterior shall be free from seams or parting lines and all edges and comers are to be smooth and free from sharp edges so the unit can be handled safely without gloves . E1 .18A.4 IRON METER BOX LID SPECIFICATION The meter box lids are to be made of cast iron according to ASTM A48-84, Class 30-B or ductile iron according to ASTM A-536 . The lids shall withstand a minimum vertical load of 15,000 pounds . Castings are coated with a bituminous emulsified asphalt unless other.,,vise specified, ground smooth, and cleaned w ith shot blasting, to get a uniform quality free from strength defects and distortions . Dimensions shall be within industry standards of plus or minus (+/-)one-sixteenth of an inch per foot. All castings will bear the Manufacturer's IS (name or logo) and Country of Origin. Casting weights may very plus or minus(+/-) five percent from drawing weight per industry standards . SECTION C (Transportation and Public Works) Spec ial Instructions to Bidders (TPW) Special Pro visions for Street and Storm Drain General Construction Notes (TPW) SPECIAL INSTRUCTIONS TO BIDDERS (T/PW) 1. SPECIAL INSTRUCTIONS TO BIDDERS BID SECURITY: Cash ier's check or an acceptable bidder's bond pa yable to the Cit y of Fort Worth, in an amount of not less than 5 percent of the largest poss ible to tal of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded . To be an acceptable surety on the b id 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 obl igations 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 . PROPOSAL: After proposals have been opened and read aloud , the proposals will be tabulated on the basis of the quoted prices , the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents . The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right w ill 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 maybe considered for the best interest of the Owner. 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 w ill 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. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Engineering Construction Division at (817) 871-7910 . Bids that do not acknowledge all applicable addenda will be rejected as non-responsive . 4 . AWARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities . No bid may be withdrawn until the expiration of ninety (90) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation ") is received by the City. 5 . PAYMENT, PERFORMANCE AND MAINTENANCE BONDS : The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended . A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City . SPECIAL INSTRUCTION S TO BIDDERS - I - 8 . If the contract amount is in e x cess of $25,000, a Payment Bond shall be executed, in the amount of the contract , solely for the protecti on of all cla iman ts supply ing labor and material in the prosecution of the work . C. If the contract amount is in exc ess of $100 ,000 , a Performance Bond shall be ex ecuted , in the amount of the contract cond itioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth . D. All contracts shall requ ir e a Maintenance Bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from defects in workmanship and /or material. To be an acceptable surety on the performance, payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all requirements of Tex as Insurance Code, section 7 .19-1 . 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. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City . Should any surety on the contract be determined unsatisfactory at any time by the City , notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City . 6 . LIQUIDATED DAMAGES : The Contractor's attention is called to Part 1 -General Provisions, Item 8 , Paragraph 8 .6 , Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth , Texas , concerning liquidated damages for late completion of projects. 7 . EMPLOYMENT AND NON -DISCRIMINATION : The Contractor shall not discriminate against any person(s ) because of sex, race , religion, color or national origin and sha ll comply with the provisions of sections 13A-21 through 13A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices . 8 . WAGE RATES: All bidders will be required to comply with prov1s1on 5159a of "Vernons Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in Contract Documents for this project. 9 . FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering Director for use by the CITY OF FORT WORTH in determining the successful bidder . This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10 . INSURANCE : Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000 ,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500 ,000 bodily injury per person per occurrence . A commercial business policy shall provide coverage on "any auto ", defined as autos owned , hired, and non-owned). Additional lines of coverage may be requested. If such a request is made after bid opening , Contractor shall be entitled to additional compensation equal to 110 % of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders -Item 16. ADDITIONAL INSURANCE REQUIREMENTS : SPECIAL INSTRUCTIONS TO BIDDERS -2 - A The City , its officers , employees and servants sha l l be endorsed as an addit ional insured on Contractor's insurance policies ex cepting emp loyer's liability insurance coverage under Contractor's workers ' compensation insurance policy . 8 . Cert ificates 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 not ice shall be acceptable in the event of non-payment of premium . E. Insurers must be authorized to do business in the State of Texas and have a current AM. Best rating of A : VII or equivalent measure of financial strength and solvency . F. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. G. Other than worker's compensation insurance , in lieu of traditional insurance , City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups . The City must approve in writing any alternative coverage . H. Workers' compensat ion 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. L. 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. 11. NON-RESIDENT BIDDERS : Pursuant to Texas Government Code, art . 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non-resident'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 non-resident bidder to obtain a comparable contract in the state in which the non-resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. SPECIAL INSTRUCTIONS TO BIDDERS -3 - "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its princ ipal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by a ll non-res ident bidders in order for its bid to meet specifications . The failure of a non-res ident contractor to do so will automatically disqualify that bidder . 12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accord w ith City of Fort Worth Ordinance No . 15530, the City of Fbrt Worth has goals for the part icipation of m inority 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 SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with Documentat ion) 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 b id non-responsive . Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be ut ilized on this project. Such Letters of Intent or executed agreements shall include the following information : 1. Name of Contract 2. Name of M/WBE firm utilized 3 . Scope of Work to be performed by the M/WBE firm 4 . Monetary amount of work to be performed by the M/WBE firm 5 . Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor must meet the terms of the M/WBE Ordinance by complying with the following procedures : • A M/WBE Participation Report Form must be submitted monthly until the contract is completed . The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not the M/WBE firm has been ut ilized . If there was no activity by an M/WBE in a particular month, place a "O" or "no participation" in the spaces provided, and provide a brief explanation . • The Contractor shall provide the M/WBE Office proof of payment to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2 . A notarized letter explaining , in detail: a Subcontractor/supplier Scope of Work b . Date when services were received from subcontractor/supplier c . Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. SPECIAL INSTRUCTIONS TO BIDDERS -4 - • If the Contractor foresees a problem with submitting participation reports and /or proof of payment on a monthly basis , the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier , adhere to the following : 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2 . If the change affects the committed M/WBE partic ipation goal , state clearly how and why in documentation . a . All requests for changes must be reviewed and pre-approved by the M/WBE Office . b . If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Summary Payment Report Form to reflect the total participation from ALL (M/WBE and non-M/WBE's) subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor -City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104 . Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payment therefore . Contractor further agrees to permit an aud it and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/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 a negligent misrepresentation) and/or commission of fraud will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years. 13. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the proposal, the City reserves the right to adopt the most advantageous construction thereof or to reject the proposal. 14. PAYMENT, FINAL PAYMENT PROJECT ACCEPTANCE AND WARRANTY: The contractor will receive full payment (less 5% retainage) from the city for each pay period. Payment of the retainage will be made with the final payment upon acceptance of the project as being complete. 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 . The warranty period shall begin as of the date that the final punch list has been completed . 15 . OZONE ALERT DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "OZONE ALERT DAYS". Typically , the Ozone Alert season within the Metroplex area runs from May through September, with 6:00 a.m . -10 :00 a.m. being critical ozone forming periods each day . The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Ozone Alert by 3:00 p .m . on the afternoon prior to the alert day. On designated Ozone Alert Days, the Contractor shall bear the responsibility of being aware that such days have been designated Ozone Alert Days and as such shall not begin work until 10:00 a.m . whenever construction phasing requires substantial use of motorized equipment. However, the Contractor may begin work earlier if such work minimizes the use of motorized equipment prior to 10 :00 a .m. SPECIAL INSTRUCTIONS TO BIDDERS -5 - 16 . If the Contractor is unable to perform cont inuous work for a period of at least se ve n hours between the hours of 7:00 a.m . -6 :00 p .m ., on a designated Ozone Alert Day, that day will be considered as a weather da y and added onto the al lowable weather da ys of a g iv en month . WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows : A. Definitions : Certificate of coverage ("certificate") - A copy of a cert ifi cate of insurance, a certificate of author ity to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83 , or TWCC-84), showing statutory workers ' compensat io n insurance coverage for the person's or entity employees provid ing services on a project, for the duration of the project. Duration of the project -includes the time from the beginn ing of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in. 406 .096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person 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. "Serv ices" include , without limitation , providing, hauling, or de l ivering equipment or materials , or provid ing labor, transportat ion, or other service related to a project. "Serv ices" does not include activities unrelated to the project , such as food/beverage vendors, office supply deliveries, and delivery of portable toilets . B. The contractor shall provide coverage , based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Tex as Labor Code, Section 401.011(44) for 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 to the City : (1) a certificate of coverage, prior to that person beginning work on the project, so the City 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 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. SPECIAL INSTRUCTIONS TO BIDDERS - 6 - H. The contractor shall post on each project site a notice , in the text , form and manner prescribed by the Texas Workers ' 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 or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity 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 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 . J . By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' 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 of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City . "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 Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least SPECIAL INSTRUCTIONS TO BIDDERS -7 - 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 te xt for the notices shall be the following te xt , without any additional words or changes : REQUIRED WORKERS' COMPENSAT IO N 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 the ir employer or status as an employee ." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has prov id ed the required coverage, or to report an employer's failure to provide coverage." 17 . AGE DISCRIMINATION : In accordance with the pol icy ("Policy ") of the Executive Branch of the federal government, contractor covenants that neither it nor any officers , members, agents or employees who engage in the performance of this contract shall, in connection with such employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment , discriminate against any person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents or employees acting on their behalf, shall specify in solicitations or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. 18 . DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or local laws concerning disability and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS -8 - SPECIAL PROVISIONS FOR STREET AND STORM DRAIN - SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents I. SCOPE OF WORK ................................................................................................................................... SP-4 2. AW ARD OF CONTRACT ........................................................................................................................ SP-4 3. PRECONSTRUCTION CONFERENCE ................. : ................................................................................ SP-4 4 . EXAMINATION OF SITE ...................................................................................................................... SP-4 5. BID SUBMITIAL ..................................................................................................................................... SP-5 6. \VATERFORCONSTRUCTION ............................................................................................................. SP-5 7. SANITARY FACILITIES FOR WORKMERS ......................................................................................... SP-5 8. PAYMENT ................................................................................................................................................ SP-5 ·9. SUBSIDIARY WORK .............................................................................................................................. SP-5 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ....................................................................................................................................... SP-5 11 . WAGERATES .......................................................................................................................................... SP-5 12. EXISTING UTILITIES ............................................................................................................................. SP-5 13. PARKWAY CONSTRUCTION ................................................................................................................ SP-5 14. MATERIAL STORAGE ........................................................................................................................... SP-5 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS .......................................................................................................................... SP-6 16. INCREASE OR DECREASE IN QUANTITIES ...................................................................................... SP-6 17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS ........................................................... SP-6 18. EQUAL EMPLOYMENT PROVISIONS ................................................................................................. SP-6 19. MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE ........................................................................................................................ SP-7 20. FINAL CLEAN UP ................................................................................................................................... SP-8 21. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW .......................................................................................................................... SP-8 22. SUBSTITUTIONS ................................................................................................................................... SP-11 23. MECHANICS AND MATERIALSMEN'S LIEN ................................................................................... SP-11 24. WORK ORDER DELAY ........................................................................................................................ SP-11 25. WORKING DAYS .................................................................................................................................. SP-11 26. RIGHT TO ABANDON .......................................................................................................................... SP-11 27. CONSTRUCTION SPECIFICATIONS .................................................................................................. SP-11 28 . MAINTENANCE STATEMENT ........................................................................................................... SP-11 29. DELAYS · .................................................................................................................................. SP-11 30 . DETOURS AND BARRICADES ........................................................................................................... SP-12 31. DISPOSAL OF SPOIUFILL MATERIAL ............................................................................................. SP-12 32. QUALITY CONTROL TESTING .......................................................................................................... SP-12 33. PROPERTY ACCESS ............................................................................................................................. SP-13 34. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ............................................... SP-13 35. WATER DEPARTMENT PRE-QUALIFICATIONS ............................................................................. SP-13 36. RIGHT TO AUDIT ................................................................................................................................. SP-13 37. CONSTRUCTION STAKES: .................................................................................................................. SP-14 38. LOCATION OF NEW WALKS AND DRIVEWAYS .......................................................................... SP-14 39 . EARLY WARNING SYSTEM FOR CONSTRUCTION ........................................................................ SP-14 40. AIR POLLUTION WATCH DAYS ......................................................................................................... SP-15 05/27/05 SP-1 - - SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS: 41. 42 . 43 . 44. 45 . 46. 47 . 48 . 49. 50. 51. 52 . 53 . 54. 55 . 56. 57 . 58 . 59 . 60 . 61. 62 . 63. 64. 65 . 66. 67. 68 . PAY ITEM-UNCLASSIFIED STREET EXCAVATION ...................................................................... SP-15 PAY ITEM -6" REINFORCED CONCRETE PAVEMENT .................................................................. SP-16 PAY ITEM -SILICONE JOINT SEALING ............................................................................................. SP-16 PAY ITEM -7" CONCRETE CURB ....................................................................................................... SP-20 PAY ITEM -RETAINING WALL ........................................................................................................... SP-20 PAY ITEM -REPLACE EXIST. CURB AND GUTTER ........................................................................ SP-20 PAY ITEM -HMAC TRANSITION ....................................................... , ................................................ SP-20 PAY ITEM -6" PIPE SUBDRAIN .......................................................................................................... SP-20 PAY ITEM -TRENCH SAFETY ............................................................................................................. SP-20 PAY ITEM -8" THICK LIME STABILIZED SUBGRADE AND CEMENT FOR SUBGRADE STABILIZATION ............................................................................................................... SP-21 PAY ITEM -6" HMAC PAVEMENT (THICKNESS TOLERANCES AND HMAC TESTING PROCEDURES) ................................................................................................................. SP-21 PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTTER, SIDEWALKS, LEADW ALKS, WHEELCHAIR RAMPS AND DRIVEWAYS) ...................................... SP-22 PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS, LEADW ALKS AND WHEELCHAIR RAMPS ................................................................. SP-22 PAY ITEM -REMOVE EXISTING CURB AND GUTTER ................................................................... SP-22 PAY ITEM -REMOVE EXISTING CURB INLET ................................................................................ SP-22 PAY ITEM-6" REINFORCED CONCRETE DRIVEWAY .................................................................. SP-23 PAY ITEM -REMOVE AND CONSTRUCT CONCRETE STEPS ....................................................... SP-23 PAY ITEM-4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP ...................................................................................................... SP-23 PAY ITEM -REMOVE AND REPLACE FENCE .................................................................................. SP-23 PAY ITEM -ST AND ARD 7" CURB AND 18" GUTTER ...................................................................... SP-24 PAY ITEM -REMOVE AND RECONSTRUCT MAILBOXES/MISCELLANEOUS ........................... SP-24 PAY ITEM -BORROW ........................................................................................................................... SP-24 PAY ITEM -CEMENT STABILIZATION ............................................................................................. SP-24 PAY ITEM -CEMENT ........................................................................................................................... SP-24 PAY ITEM-NEW 7" CONCRETE VALLEY GUTTER ........................................................................ SP-24 PAY ITEM -STORM DRAIN INLETS ................................................................................................... SP-25 PAY ITEM -TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN ......................................................................................................... SP-25 PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE) ................................................................... SP-25 69 . PRE BID ITEM -PROJECT DESIGNATION SIGN .............................................................................. SP-27 70 . PRE BID ITEM -UTILITY ADJUSTMENT .......................................................................................... SP-27 71 . PRE BID ITEM-TOP SOIL .................................................................................................................... SP-27 72 . PRE BID ITEM -ADJUST WATER VALVE BOX ............................................................................... SP-28 73 . PRE BID ITEM -MANHOLE ADJUSTMENT ...................................................................................... SP-28 74. PRE BID ITEM -ADJUST WATER METER BOX ............................................................................... SP-28 75. NON-PAY ITEM-CLEARING AND GRUBBING ............................................................................... SP-28 76 . NON-PAY ITEM -SPRINKLING FOR DUST CONTROL. .................................................................. SP-28 77. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOILS ................................................ SP-28 78 . NON-PAY ITEM -CONCRETE COLORED SURF ACE ...................................................................... SP-29 05/27/05 SP-2 - - - SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 79 . NON-PAY ITEM -PROJECT CLEAN-UP ............................................................................................. SP-29 80. NON-PAY ITEM -PROJECT SCHEDULE .................................................. : ......................................... SP-29 81 . NON-PAY ITEM -NOTIFICATION OF RESIDENTS .......................................................................... SP-29 82 . NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONST RUCTION .... : ......... SP-29 83 . NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING ....................................... SP -30 84. NON-PAY ITEM-WASHED ROCK ..................................................................................................... SP -30 85. NON-PAY ITEM -SA WCUT OF EXISTING CONCRETE .................................................................. SP-30 86 . NON-PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ........................ ~ ................................................................. SP-30 87 . NON-PAY ITEM -TIE-IN INTO STORM DRAIN STRUCTURE ....................................................... SP -31 88 . NON-PAY ITEM -SPRINKLER HEAD ADJUSTMENT ..................................................................... SP-31 89 . NON-PAY ITEM -FEE FOR STREET USE PERMITS AND RE -INSPECTIONS .............................. SP-31 90. NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN I ACRE) ... SP -31 91 . NON PAY ITEM -TRAFFIC CONTROL .............................................................................................. SP-32 05/27/05 SP-3 - - - SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: 2004 CAPITAL IMPROVEMENT PROGRAM-CONTRACT 28 PAVING RECONSTRUCTION : NW 22ND & NW 23RD 0 .0.E. NO . 5137 1. SCOPE OF WORK : The work covered by these plans and specifications consist of the following : Reconstruction of NW 22nd Street (Chestnut Avenue to Pearl Avenue; Lincoln Avenue to Prospect Avenue ; Lee Avenue to Ellis Avenue and NW 23rd Street (Clinton Avenue to Ellis Avenue) and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2 . AWARD OF CONTRACT: Submission of Bids: Un it 1 and Unit II constitute a package . If the Contractor submits a bid on both Unit 1 and Unit II and has the lowest responsive proposal price, the Contractor will be the apparent successful bidder for this project. 3 . Bidders are hereby informed that the Director of the Department of Engineering reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. 4 . PRECONSTRUCTION CONFERENCE : The successful Contractor, Engineer, and City -City shall meet at the call of the City for a preconstruction conference before any of its work begins on this project. At this ti me, details of sequencing of the work , contact individuals for each party, request for survey, and pay requests will be covered . Prior to the meeting , the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others. A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction. As used herein, the term "Engineer'' shall mean the design engineer who prepared and sealed the plans , specifications and contract documents for th is project. 5 . EXAMINATION OF SITE : It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular 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 preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. During the construction of this project, it is required that all parkways be excavated and shaped including bar ditches at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the Engineer. During construction of this proj ect, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes . 6. BID SUBMITTAL: Bidders shall not separate, detach or remove any portion , segment or sheets from the contract documents at any time . Failure to bid or fully execute contract without retaining 05/27/05 SP-4 contract documents intact may be grounds for designating bids as "non-responsive " and rejecting bids as appropriate and as determined by the Director of the Department of Engineering . 7 . WATER FOR CONSTRUCTION : Water for construction will be furn ished by the Contractor at his own expense. 8 . SANITARY FACILITIES FOR WORKERS : The Contractor shall provide all necessary conveniences for the use of workers at the project site . Specific attention is directed to this equipment. 9. PAYMENT : The Contractor shall receive full payment from the City for all the work based on un it prices bid on the proposal and specified in the plans and specifications and approved by the Engineer per actual field measurement. 10 . SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans, the General Contract Documents or these spec ial Contract Documents, in which no specific item for bid has been provided for in the Proposal , shall be considered as a subsidiary item or work, the cost of wh ich shall be included in the price bid in the Proposal for each bid item , including but not limited to surface restoration cleanup and relocation of mailboxes. All objectionable matter required to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No . 102 "Clearing and Grubbing " and shall be subsidiary to the other items of the contract. 11 . LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC : The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations .and Responsibilities to the Public " of the "Standard Specifications for Street and Storm Drain Construction". 12 . WAGE RATES : Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents . Penalty for Violation . A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258 .023 . . Complaints of Violations and City Determination of Good Cause. On receipt of information , including a complaint by a worker, concerning an alleged violation of 2258.023 , Texas Government Code, by a contractor or subcontractor, the City shall make an init ial determination, before the 31st day after the date the City receives the information , as to whether good cause exists to believe that the violation occurred . The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the C ity 's determination that there is good cause to believe the contractor or subcontractor has violated Chap ter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages pa id and 05/27/05 SP-5 - - wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the v io lation . Arbitrat ion Required if Violation Not Resolved . An issue relating to an alleged violation of Section 2258.023, Texas Government Code , including a penalty owed to the City or an affected worker , shall be submitted to binding arbitration in accordance with the Texas General Arb itration Act (Art icle 224 et seq ., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required , a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a party in the arbitration . The decis ion and award of the arbitrator is final and bind ing on all parties and may be enforced in any court of competent jurisdiction . Records to be Maintained . The contractor and each subcontractor shall , for a period of three (3) years following the date of acceptance of the work , maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract ; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates . With each partial payment estimate or payroll period, wh ichever is less, the contractor shall submit an affidavit stating that the contractor has complied w ith the requirements of Chapter 2258, Texas Government Code . Posting of Wage Rates . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . Subcontractor Compliance . The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section .) 13 . EXISTING UTILITIES : The locations and dimensions shown on the plans relative to existing utilities are based on the best information available . It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in ad.vance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance. The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities and any losses to the utility City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense. 14 . PARKWAY CONSTRUCTION: During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the Director of the Department of Engineering . 15. MATERIAL STORAGE : Material shall not be stored on private property unless the Contractor has obtained permission from the property City. 05/27/05 SP-6 16. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Engineer to be accurate as to extent, location and depth, they are shown on the plans as the best information available at the time of design, from the Owners of the utilities involved and from evidences found on the ground. 17 . INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate . It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid. No additional compensation shall be paid to Contractor for errors in the quantities. Final payment will be based upon field measurements . The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories . 18. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: 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 City, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the 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 City, its officers, servants or employees. In the event City 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 City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 19. EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13-A-21 through 12- A-29) prohibiting discrimination in employments practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided by assistance by the City of Fort Worth's Equal Employment Officer who will refer 05/27/05 SP-7 - - - - - any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 20. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE : In accordance with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts . The Ordinance is incorporated in these specifications by reference . A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within fine (5) city business days after bid opening. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. 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 acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state, or local laws or ordinances relating to false statement. Further, any such misrepresentation (other than a negligent misrepresentation) and/or 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 not less than three years. The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids . Failure to comply with the City's M/WBE Ordinance , or to demonstrate "good faith effort", shall result in a bid being rendered non-responsive to specifications. Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals.· The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid. The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable .. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non-responsive. Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work. Whenever a cnange order exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order During the term of the contract the contract shall : 1 . 05/27/05 Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid, and, SP-8 2 . 3 . If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let , and shall be required to comply with modifications to goals as determined by the City, and , Submit a REQUEST FOR APPROVAL OF CHANGE FORM , if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers. Justification for change may be granted for the following : a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. · b. Failure of Subcontractor to provide required general liability of other ins urance . c . Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan . d. Default by the M/WBE subcontractor or supplier in the performance of t he subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs . 21 . FINAL CLEAN-UP : Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed. No more than seven days shall elapse after completion of construction before the roadway and ROW . is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative . This cleanup shall include removal of all objectionable rocks , pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. 22. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a . DEFINITIONS: b. 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. - - - - - Duration of the project-includes the time from the beginning of the work on the project until the · lo.iii Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing se.rvices 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 t he project, regardless of whether that person contracted directly with the Contractor and rega rdless of whether that person has employees . This includes, without limitation, independent Contractors, subcontractors, leasing companies, motor carriers , City-operators , employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include , without limitation, 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. 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 05/27/05 SP-9 - 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 to 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 , or any change that materially affects the provision of coverage of any person providing services on the project. h . The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation , 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: 05/27/05 (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 form each other person with whom it contracts , and provide to the Contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and SP-10 j . k. . B. {b) a new certificate of coverage showing extens ion of coverage, prior to the end of the coverage period, if the coverage period shown on the current cert ificate of coverage ends during the duration of the project; (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. {d) (e) 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 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 . 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 w ith 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 . The Contractor's fa ilure 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 day after receipt of notice of breach from the governmental entity. 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 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 05/27/05 The law requires that each person working on this site or providing services rela ted to this construction project must be covered by worker's compensation insurance . This includes persons providing , hauling, or delivering equ ipment or materials, or providing labor or transportation or other service related to the project, regardless of the identify of their employer or status as an employee ." Call the Texas Worker's Compensation Commission at 512-440.-3789 to rece ive 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". SP-11 - 23 . SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City bel ieves necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material that has been specified. Where the term "or equal ", or "or approved equal " is used , it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal ", or "approved equal " is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose . However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions . The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications. 24 . MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. 25. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right-of-ways, easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 26. WORKING DAYS : The Contractor agrees to complete the Contract within the allotted number of working days. 27. RIGHT TO ABANDON : The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 28 . CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Engineering, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102 . The specifications applicable to each pay item are indicated in the call-out for the pay item by the Engineer. 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. 29 . MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes . 30 . 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 05/27/05 SP-12 to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Department of Engineering and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time , his application for which shall , however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 31 . DETOURS AND BARRICADES : The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicula r and pedestrian traffic within the project area . Contractor shall protect construction as required by Engineer by providing barricades . Barricades , warn ing and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs ," Item 524 and/or as shown on the plans . Construction signing and barricades shall conform with "1980 Texas Manual on Uniform Traffic Control Devices , Vol. No . 1." 32 . DISPOSAL OF SPOIL/FILL MATERIAL : Prior to the disposing of any spoil/fill material , the Contractor shall advise the Director of the Department of Engineering acting as the C ity of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Con t ractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ord inance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies . No fill permit is required if disposal sites are not in a flood plain . 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 materials at a site without a fill permit or a letter from the admin istrator approving the disposal site, upon notification by the Director of Engineering , Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section . 33 . 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, includ ing 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 ni ne days prior to the placing of concrete using the same aggregate , cement and mortar wh ich are to be used later in the concrete . The Contractor shall provide a certified copy of the test results to the City . (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material ~o meet proj ect 05/27/05 SP-13 - - 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 Contracto r of its responsibility to furnish materials and equipment conforming to the requirements of the contract. {d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing . The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested . (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site . The ticket shall specify the name of the p it supplying the fill material. 34. PROPERTY ACCESS : Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 35. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES : The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drill ing rigs, pile drivers , hoisting equipment or similar apparatus . The warning sign shall read as follows: "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ." {b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm , except back hoes or dippers and insulator links on the lift hood connections . (c) When necessary to work w ithin six feet of high voltage electric lines, notification shall be given the power company {TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line . The work done by the power company shall not be at the expense of the City of Fort Worth . The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case . {d) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 36. WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer facil ities 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 . 37. 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 05/27/05 SP -14 pertinent books , documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section . The City shall give Contractor reasonable advance notice of intended audits . (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the 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 together with subsection (c ) hereof. 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 Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed . 38. CONSTRUCTION STAKES; The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc .), one set of excavation/or stabilization stakes , and one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished . If, in the opinion of the Engineer, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace · such stakes or markings as required . An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Docume nts . 39 . LOCATION OF NEW WALKS AND DRIVEWAYS; The Contractor will make every effort to protect existing trees within the parkway, with the approval of the engineer the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees. 39. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule , the following process shall be applicable : The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more (example : 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken : 1. 05/27/05 A letter will be mailed to the . Contractor by certified mail , return receipt re quested demanding that ,. within 10 days from the date that the letter is received , it provide SP-15 - - sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the Contractor receives such a letter, the Contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed . 3. Any . notice that may, in the City 's sole discretion , be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. 4. Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will , if necessary, then forward updated notices to the interested individuals . 5 . If the Contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 40. AIR POLLUTION WATCH DAYS : The Contractor shall be requ ired to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m . -10:00 a.m . being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3 :00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not beg in work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG . If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a .m. -6:00 p .m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. CONSTRUCTION 41. PAY ITEM -UNCLASSIFIED STREET EXCAVATION : See Standard Specifications Item No . 106, "Unclassified Street Excavation" for specifications governing this item. Removal of existing penetration or asphalt pavement shall be included in this item . Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such . 05/27/05 SP-16 During the construction of this project, it is required that all parkways be excavated and shaped at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the engineer. The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid for at the unit prices bid . The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities . 42. PAY ITEM - 6" REINFORCED CONCRETE PAVEMENT: (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement," sha ll apply . The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections . The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work. (b) Once an evaluation of the pavement is made to determine whether the crack is due to distress or minor shrinkage, the following policy will apply: (1) When the crack is minor and due to shrinkage (cosmetic), then no further treatment will be needed . (2) If the crack is due to distress (structural), the failed pavement must be removed and replaced a minimum of 5 feet. In no case should the remaining portion of the panel be less than 5 feet wide after repairing the failed panel. (3) Any crack within 12 inches of any joint must be removed and replaced a m inimum of 5 feet to prevent future spalling of the pavement. (c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the Construction Engineer. Screeds will not be allowed except if approved by the Construction Engineer. 43. PAY ITEM -SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: 1. SCOPE CITY OF FORT WORTH , TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18 , 1989) (Revision 2, May 12, 1994) This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314 .2. (11) "Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH , and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS . 2. MATERIALS 2 .1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification . Before the installation of the joint sealant , the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint 05/27/05 SP-17 sealant meet these requirements . 2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated, documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems . Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted . The silicone sealant shall be cold applied. 2.3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland, Ml 48686-0994, or an approved equal. Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED **** Non Volatile Content, % min . 96 to 99 MIL-S-8802 Extrusion Rate, grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1 .206 to 1 .340 **** Skin-Over Time, minutes max. 60 **** Cure Time, days 14 to 21 **** Full Adhesion, days 14 to 21 AS CURED -AFTER ASTM D 412, Die C Mod. Elongation,% min. 1400 ASTM D 3583 Modulus @ 150% Elongation, psi max. 9 (Sect. 14 Mod.) ASTM C 719 Movement, 10 cycles @ +100/-50% No Failure ASTM D 3583 Adhesion to Concrete, % Elongation min. 600 (Sect. 14 Mod .) ASTM D 3583 Adhesion to Asphalt,% Elongation min. 600 (Sect. 14 Mod .) 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them . Reference is made to the "Construction Detail " sheet for the various joint details with their respective dimensions . 3 . TIME OF APPLICATION 05/27/05 On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail" sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch SP-18 width "green " saw-cut and the "reservoir'' saw cut are identical and should be part of the same saw cutting operation . Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints .) The pavement shall be allowed to cure for a minimum of seven (7) days . Then the saw cuts for the joint sealant reservoir shall be made , the joint cleaned, and the joint sealant installed . During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising . 4 . EQUIPMENT 4 .1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows : 4.2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 4.3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors: The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4.5 Extrusion Pump : The output shall be capable of supplying a sufficient volume of sealant to the joint. 4.6 Injection Tool : This mechanical device shall apply the sealant un iformly into the joint. 4 .7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 4 .8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination . They shall be compatible with the join depth and width requirements. 5 . CONSTRUCTION METHODS 5.1 General : The joint reservoir saw cutting, clean ing , bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints : The joints shall be saw-cut to the width and depth as shown on the "Construction Detail " sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water . The water flushing shall be done in one-direction to prevent joint contamination . 05/27/05 SP-19 - - When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed air . (Paragraph Rev . 1, October 18, 1989) After complete drying, the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes . Upon the termination of the sandblasting , the joints shall be blown-out using compressed air. The blow tube shall fit into the joints . The blown joint shall be checked for residual dust or other contamination . If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned . Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tae shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions . 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints . The pavement surface shall present a clean final condition . Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation . The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences . 6. WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee. on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the Engineer. 7. BASIS OF PAYMENT 05/27/05 Payment will be made at the Contract bid item unit price bid per linear foot (L.F.) as provided in "MEASUREMENT" for "SILICONE JOINT SEALING ", which price of SP-20 shall be full compensation for furnishing all materials and for all preparation, delivery, and application of those sealing materials and for all labor, equipment, tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications . 44. PAY ITEM -7" CONCRETE CURB : The Contractor may, at his option , construct either integral or superimposed curb . Standard Specification Item 502 shall apply except as follows : 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. If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete. 45. PAY ITEM -RETAINING WALL: This item will consist of placing retaining walls in locations and at heights determined by the engineer in the field. All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows : Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing No. S-M13 "Retaining Wall With Sidewalk" where applicable . All existing brick and/or stone retaining walls not significantly impacted by proposed grade changes will be protected . Replacement of retaining walls not impacted by proposed grade changes will be at the expense of the Contractor. 46 . PAY ITEM -REPLACE EXIST. CURB AND GUTTER: This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as determined by the Engineer in the field . The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed. Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for "REPLACE EXIST. CURB AND GUTTER" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 47. PAY ITEM -HMAC TRANSITION: This item will consist of the furnishing and placing at varying thicknesses an HMAC surface in transition areas where indicated on the plans, as specified in these specifications and at other locations as may be directed by the Engineer. This item shall be governed by all applicable provisions of Standard Specifications Item 312 . The price bid per ton HMAC Transition as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 48 . PAY ITEM - -6" PIPE SUBDRAIN : No specific location for this item is designated on the plans. Subdrain shall be installed only if fie ld conditions indicate ground water at subgrade level after excavation and if deemed necessary by the Engineer. 49. PAY ITEM -TRENCH SAFETY: Description: This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench . The Contractor shall develop, design and implement the trench excavation safety protection system . The Contractor shall bear the sole 05/27/05 SP-21 - responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration, U .S . Department of Labor, shall be the m inimum governing requirement of this item and is hereby made a part of this specification . The Contractor shall , in addition , comply with all other applicable Federal, State and local rules , regulations and ordinances. Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit price in the Proposal, which shall be total compensation for furnishing design, materials, tools, labor, equipment and incidentals necessary, including removal of the system . Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe. 50. PAY ITEM -8" THICK LIME STABILIZED SUBGRADE & CEMENT FOR SUBGRADE STABILIZATION : See Standard Specifications Item No. 210 , "Lime Treatment (Material Manipulation)" and Specification Item No. 212 , "Hydrated Lime and Lime Slurry" for specifications governing this item . Quantities for this pay item are approximate and are given only to establish a unit price for the work. The price bid per square yard for "8" THICK LIME STABILIZED SUBGRADE" as shown in the Proposal will be full payment for all labor, equ ipment, tools and incidentals necessary to complete the work. The price bid per ton for "LIME FOR SUBGRADE STABILIZATION" as shown in the Proposal will be full payment for materials necessary to complete the work . 51. PAY ITEM - 6" H.M.A.C. PAVEMENT (Thickness Tolerances and HMAC Testing Procedures): The base course shall be a 3" deep Type "B" course placed in one lift. The surface course shall be a 3" deep Type "D" course placed in one lift. All provisions of Standard Specification No. 312.7 'Construct ion Tolerance' shall apply except as modified herein: 1) After completion of each asphalt paving course, core tests will be made to determine compliance with the contract specifications. The hot-mix asphaltic concrete pavement will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the Engineer. The thickness of individual cores will be determined by averaging at least three (3) measurements. If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained which are at least of specified thickness . The width of such area shall not be less than % of the roadway width . 2) When the thickness of t he base course (as determined from core samples) is more than 15% deficient of the plan thickness , the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base th ickness with surface course material. 3) The surface course must be the plan thickness. This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense . 05/27/05 SP-22 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications. 6) HMAC Testing Procedure : The Contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference . This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated , if one has not been previously calculated , for the use during density testing . For type "B'' asphalt a maximum of 20% rap may be used . No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the Con tractor is approved for placement of the asphalt. The Contractor shall contact the City Laboratory, th rough the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing . After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B " and "D " asphalt. Densities on type "B" must be done before Type "D" asphalt is applied . Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied . Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. 52 . PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTTER, SIDEWALKS, LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS): Concrete flatwork is defined as curb, curb and gutter, sidewalks, leadwalks, wheelchair ramps a nd driveways as shown in the plans. This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item . Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed. No payment will be made for flatwork until the pay item has been completed, which includes backfilling and finished grading. 53. PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS, LEADWALKS AND WHEEL CHAIR RAMPS: This item includes removal of existing concrete sidewalks, driveways, steps, leadwalks and wheelchair ramps at location shown on the plans or as designed by the Engineer. See Item No . 104 "Removing Old Concrete", for Specifications governing this item . 54 . PAY ITEM -REMOVE EXISTING CURB AND GUTTER: Where shown on the plans or where designated by the Engineer, existing curb and or gutter and existing laid down curb shall be removed and disposed of in a manner satisfactory to the Engineer. Measurement will be by the linear foot for curb and gutter, laydown curb removed , and for all labor, tools , and incidentals necessary to complete the job. 55 . PAY ITEM -REMOVE EXISTING CURB INLET: 05/27/05 SP-23 - - - - - - - - This item shall include all labor, materials, and equipment necessary to remove and dispose of the existing inlet and removal and connection of the existing RCCP lead pipe inlet as shown on the Plans and as directed by the Engineer. · 56. PAY ITEM - 6 " THICK REINFORCED CONCRETE DRIVEWAY: See Standard Specification Item No . 504, "Concrete Sidewalks and Driveways " for specifications governing this item as well as details S-S5 and S-S5A. The price bid per square foot for "6 " THICK REINFORCED CONCRETE DRIVEWAY" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 57 . PAY ITEM-REMOVE AND CONSTRUCT CONCRETE STEPS : See Standard Specification Item No . 516, "Concrete Steps" for specifications governing this item as well as details SM -3. The price bid per each for "REMOVE CONCRETE STEPS" and "CONSTRUCT CONCRETE STEPS " as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the removal and construction of each set of concrete steps . 58 . PAY ITEM - 4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP : All applicable prov isions of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways " shall apply except as herein modified. The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The Contractor shall not remove any regulatory sign, instruction s ign, street name and sign or other sign which has been erected by the City. The Contractor shall contact Signs and Marking Division, TPW (Phone 871-7738). All concrete flared surfaces shall be colored with LITHOCHROME color hardener as manufactured by L.M . Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufacturers instructions . "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification . The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item . The method of application shall be by screen, sifter, sieve or other means in order to provide for a un iform color distribution ." 59. PAY ITEM -REMOVE AND REPLACE FENCE : This item shall include the removal and reconstruction of the existing fence at the locations shown on the plans or where deemed necessary by the Engineer. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence . Their constructed fence shall be equal in every way, or superior, to the fence removed. The Contractor shall be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the fence , and for any damage or injury sustained by persons, livestock or property on account of any act of omission , neglect or misconduct of his agents, employees, or 05/27/05 SP-24 subcontractors . The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments , tools and incidentals necessary to complete the wo r k . 60. PAY ITEM -STANDARD 7" CURB AND 18 " GUTTER : All provisions of Standard Specification No . 502 'Concrete Curb and Gutter' shall apply except as modified herein : Subsidiary to the unit pr ice bid per linear foot shall be the following : a. A minimum of 5" or greater as required depth of stabilized subgrade properly compacted under the proposed curb and gutter as shown in the construction details. b . If the Contractor fails to backfill either in from of the gutter or bet,ind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb and gutter shall be reduced by 25% until the backfill operation is complete . Standard Specifications Item No . 502, shall apply except as herein modified . Concrete shall have m inimum compressive strength of three thousand (3,000) pounds per square inch in twenty-eight (28) days . The quantity of mixing water shall not exceed seven (7) 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 cub ic yard of concrete is required . 61 . PAY ITEM -REMOVE AND RECONSTRUCT MAILBOXES/ MISCELLANEOUS: This item includes the removal and reconstruction of existing mailboxes, brick walls , flowerbed trim and miscellaneous items within the right of way which may be damaged or removed during construction. When possible, the Contractor shall salvage existing materials for reuse in the replacement or repair of damaged or removed items . Items which are to be repaired or reconstructed should look architecturally the same in material and appearance and should be reconstructed or repaired in a better or new condition . All applicable provisions of City of Fort Worth Construction Standards shall apply. 62 . PAY ITEM-BORROW : The .non-expansive earth fill should consist of soil materials with a liquid limit of 35 or less , a plasticity index between 8 and 20, a minimum of 35 percent passing the No. 200 sieve, a minimum of 85 percent passing the No . 4 sieve , and which are free of organics or other deleterious materials. When compacted to the recommended moisture and density, the material should have a maximum free swell value of 0.5 percent and a maximum hydraulic conductivity (permeability) of 1 E-05 cm/sec, as determined by laboratory testing of remolded specimens of the actual materials proposed for the non- expansive earth fill. 63 . PAY ITEM-CEMENT STABILZATION : All applicable provisions of Item 214, 'Portland Cement Treatment' shall apply. 64 . PAY ITEM -CEMENT: All applicable provisions of Item 214, 'Portland Cement Treatment' shall apply. 65. PAY ITEM -NEW 7" CONCRETE VALLEY GUTTER : This item shall include the construction of concrete valley gutters at various loca t ions to be determined in field . 05/27/05 SP-25 - - - Removal of existing , asphalt pavement, concrete base, curb and gutter , and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item . Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item. See standard specification Item No . 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No . 104 , "Removing Old Concrete", Item No . 106, "Unclassified Street Excavation" Item No . 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. 66 . PAY ITEM-STORM DRAIN INLETS : An alternative method of construction for these items will be "Pre-Cast" manholes and inlets. If the Contractor desires to use this method, he must submit details for the construction to the Transportation and Public Works Department fore review and approval if said details are acceptable . The Pre-Cast construction must be equal or superior to the strength requirements for this item as set out in Item 444, "Manholes and Inlets" and said construction shall be in compliance with all other requirements of Item 444 where applicable. 67. PAY ITEM-TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN : Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area. Payment will be made for the quantity of earth excavated/backfilled . The placing offill shall be subsidiary to the trench excavation/backfill price . Excess material which is obtained from excavating the trench shall be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications . All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly. Unacceptable material shall be , but not limited to: rocks, concrete, asphalt , debris , etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices. 68. PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE): PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The Contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc .state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical 05/27/05 SP-26 controls and possible reduce costs. The methods of control shall result in minimum sediment re tention 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 leas_t 48 hours prior to the Contractor moving on site and shall include the required $100 application fee . The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O . Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to : City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activ ity, the Contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT} form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site . Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering . The selected Contractor shall be provided with three copies of the SWPPP after award of contract , along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi} form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities . The SWPPP shall be incorporated into in the contract documents . The Contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP . Modifications may be required to fully conform to the requirements of the Permit. The Contractor must keep a copy of the most current SWPPP at the construction si te. 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 responsib ility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. 05/27/05 SP-27 - - - - - - - - - - - SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above , shall be implemented at least 48 hours before the commencement of construction activities . The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control m~asures 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 min imum 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 PROVISION 23 -40 SHALL BE APPLICABLE . 69 . PRE BID ITEM -PROJECT DESIGNATION SIGN: The Contractor shall construct and install two (2) Project Designation Signs and it w ill be the responsibility of the Contractor to maintain the signs in a presentable condition at all t imes on each project under construction . Maintenance will include paint ing and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint , painting and lettering on the signs shall be approved by the Engineer. The he ight and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of%" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencem_ent of construction . The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the Eng ineer. The unit price bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 70 . PRE BID ITEM -UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to mainta in. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments , neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his neg ligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense . The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent ( 10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. 05/27/05 SP-28 71 . PRE BID ITEM -TOP SOIL: The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb . The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site . Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed . 72. PRE BID ITEM -ADJUST WATER VALVE BOX : Contractor will be responsible for adjusting water valve boxes to match new pavement grade . The water valves themselves will be adjusted by City of Fort Worth Water Department forces. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 73 . PRE BID ITEM -MANHOLE ADJUSTMENT: This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the Engineer. Standard Specification Item No. 450 shall apply except as follows : Included as part of this pay item shall be the application of a cold-applied preformed flex ible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions. 74. PRE BID ITEM -ADJUST WATER METER BOX: This item shall include raising or lowering an existing meter box to the parkway grade specified . No payment will be made for existing boxes , which are within 0.1' of specified parkway grade. The un it price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 75 . NON-PAY ITEM -CLEARING AND GRUBBING : All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing ." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 76 . NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. 77. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. 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-way and designated alleys. This permit can be obtained by calling the Forestry Office at 871- 5738 . All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association . A copy of these standards 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 . 05/27/05 SP-29 - - - - - - - Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus , all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 78. NON-PAY ITEM -CONCRETE COLORED SURFACE : Concrete wheelchair ramp surfaces , excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal , shall be used in accordance with manufacturers instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension , or other dimension approved by the Engineer, meeting the aforementioned specifications . The sample, upon approval of the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution . 79. NON-PAY ITEM -PROJECT CLEAN-UP : The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items . Clean up work shall be done as directed by the Engineer as the work progresses or as needed . If, in the 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 by25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed . No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. 80. NON-PAY ITEM -PROJECT SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference . This schedule shall detail all phases of construction, including project clean up , and allow the Contractor to complete the work in the allotted time . Contractor will not move on to the jobsite nor w ill work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in . Project schedule will be updated and resubmitted at the end of every estimating period . All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 81 . NON-PAY ITEM -NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from residents due to the dust generated when saw- cutting joints in concrete pavement, the Contractor shall notify residents, in writing , at least 48 hours in advance of saw-cutting joints during the construction of paving projects . All costs involved with providing such written notice shall be cons idered subsidiary to this contract. 82 . NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION : 05/27/05 SP-30 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 not ice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any cons truction 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 notification' flyer is attached. The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed . The Contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block . An electronic version of the sample flyer can be obtained from the construction office at 871-8306. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 83 . NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING : After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The Contractor, inspector, and project manager shall meet with all affected residents and presen t the projected schedule, including construction start date , and answer any construction related questions . Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre - construction conference but in no case will construction be allowed to begin until this meeting is held. 84 . NON-PAY ITEM -WASHED ROCK : All washed rock used for embedment or backfill or as otherwise directed by the Engineer shall washed, crushed stone and shall meet the following gradation and abrasion : (Actual washing not required if gradation is met) Sieve Size % Retained 1" 0-10 1/2" 40-75 3/8" 55-90 #4 90-100 #8 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S.T .M. Designation C-131. 85. NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE : When existing concrete or H.M.A .C. is cut , such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses. All sawing shall be subsidiary to the unit cost of the respective item. 86 . NON PAY ITEM-LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES : The Contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the recycling process commences for a particular street. The Contractor shall attempt to include the construction engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum to two (2) working days before recycling begins on any street. Marking the curbs with paint is a recommended procedure. 05/27/05 SP-31 - - - - It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the recycling is completed (within the same day) the Contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the Contractor shall notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons : Company Southwestern Bell Telephone Texas Utilities Lone Star Telephone Number (817) 338-6275 (817) 336-9411 ext. 2121 (817) 336-8381 ext. 372 Contact Person "Hot Line" Mr. Roy Kruger Mr. Jim Bennett Of course, under the terms of this contract, the Contractor shall complete adjustment of the storm dra in and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C . overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the recycling operation by the Construction Engineer. The Contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 87 . NON PAY ITEM-TIE IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines. 88 . NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under utility adjustment in the proposal section. No other compensation will be provided . 89 . NON PAY ITEM -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: The street permit fee is $50.00 per permit with payment due at the time of permit application . A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. Payment by the Contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. 90. NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollut ion control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dames, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIRMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface are of erodible-earth material exposed by preparing right-of-way, clearing and grubbing , the surface area of erodible-earth material exposed by excavation, borrow and 05/27/05 SP-32 to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water course, 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 curren t in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil- erosion-control measures shall be performed as directed by the Engineer. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 3. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream . Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 4 . All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not part of the finished work. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. E. SUBMITIAL: Prior to the start of the applicable construction, the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum. He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the Engineer. F. MEASUREMENT AND PAYMENT: All work , materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work . 91. NON PAY ITEM -TRAFFIC CONTROL: The Contractor will be required to obtain a "Street Use Permit" prior to starting work . As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set 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 05/27/05 SP-33 - - - Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27 , 29, 30 and 31 . A traffic control plan shall be submitted for review to Mr. Charles R. Burkett , City Traffic Engineer at (817) 392-8712 , at the pre-construction conference . Although work will not begin until the traffic control p lan 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 s ign, 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 ." 05/27/05 SP-34 (To be printed on Contractor's Letterhead) Date : ----- CONSTRUCTION NOTICE DOE No: xxxx Project Name: A. Mapsco Location: <XXE> Limits of project.: <example: Alpha St. between Beta Street and Gamma Ln.) Estimated Duration of Construction on your Street : <XX> days This notice is to inform you that under a contract with the City of Fort Worth, our company will <replace water and/or sewer lines -reconstruct the street etc ... > on or around your property. Weather permitting; construction will begin in approximately ___ days from the date of this notice. If you have any questions about access, security, safety or any other issue, please call: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 P.M. OR ON WEEKENDS, PLEASE CALL 392-8100 PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL. 05/27/05 SP -35 Fecha: ----- NOTA DE CONSTRUCCION Numero DOE: xxxx Nombre del proyecto: Ubicaci6n de Mapsco: Limites del proyecto: <example: Alpha St. entre Beta Street a Gamma Ln.) Estimaci6n de la duraci6n de la construcci6n en su calle: <XX> dias Esta nota es para informarle que bajo un contrato con la Ciudad de Fort Worth, nuestra companfa hara <reparaciones de If neas de agua y/o alcantarillado -reconstruira la calle etc ... > En o alrededor de su propiedad. Permitiendo el estado de tiempo; construcci6n empezara en aproximadamente dfas de la fecha de esta nota. Si usted tiene cualquier pregunta acerca de acceso, seguridad o cualquier otro asunto, par favor llama a: Sr. <CONTRACTOR'S SUPERINTENDENT> Al <TELEPHONE NO.> 0 Sr. <CITY INSPECTOR> Al <TELEPHONE NO.>. Para solicitar informaci6n sabre este proyecto en espanol llame al 871- 8306. Despues de las 4:30 p.m. o en las fines de semana, llame al 392-8100. POR FAVOR MANTENGA ESTE AV/SO CERCA CUANDO USTED LLAME. (To be printed on Contractor's Letterhead) 05/27/05 SP-36 GENERAL CONSTRUCTION NOTES (T/PW) TPW GENERAL CONSTRUCTION NOTES 1. CON T RAC TO R IS RE SPO NS IBLE FO R MA INTAIN ING WATER AND SE W ER CO NNE CT IO NS IN WORKING ORDER AT ALL TI MES. IN NO CA SE SHALL SER V ICES BE ALLO W ED TO REMAIN OUT OF SER V IC E OV E RNIGHT . 2 C O NTRACT O R SHALL BECO ME FAMILIAR W ITH THE TERMS AND CONDITIONS SET FO URTH IN TEMPORARY CONSTRUCTION EA S EMENTS. INGRESS AND EGRE SS IS ALLO W ED ON PRI V ATE PROPERTY IN ORDER TO A CCESS TEMPORAR Y CONSTRUCTION EASEMENTS . IN THE AREAS WHERE NO CONSTRUCTION EASEMENTS ARE AVAILABLE , CONTRACTOR SHALL LIMIT ACTI V ITIES TO WITHIN THE EXISTING UTILITY EASEMENT. 3 . CONTRACTOR SHALL VERIF Y THE ELEVATION , CONFIGURATION AND LOCATION OF EX ISTING LINES PRIOR TO CONSTRUCTION. SUCH VERIFICATION SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE PROJECT AND NOT ADDITIONAL COMPENSATION WILL BE ALLOWED . 4. THE CONTRACTOR SHALL REMOVE FROM THE PROJECT AREA ALL SURPLUS MATER IAL . THIS SHALL BE INCIDENTAL AND NOT A SEPARATE PAY ITEM . SURPLUS MATERIALS FROM EX CAVATION INCLUDING DIRT , CONCRETE, TRASH , ETC ., SHALL BE PROPERLY DISPOSED OF AT A SITE APPROVED BY THE CITY INSPECTOR. 5 . THE CONTRACTOR SHALL PRESERVE AND PROTECT OR REMOVE AND REPLACE (WITH PRIOR APPRO V AL OF AFFECTED PROPERTY OWNER) ANY TREES, SHRUBS, HEDGES. LANDSCAPING ETC ., IN OR NEAR PROPOSED CONSTRUCTION AREA THIS WORK SHALL BE CONSIDERED INCIDENTAL AND NOT A SEPARATE PAY ITEM . 6. ALL GRASS AREAS DAMAGED BY CONSTRUCTION SHALL RECEIVE 4 " OF TOPS OIL AND SOLID SODDING . CONTRACTOR SHALL REMOVE AND REPLACE EX ISTING TOPSOIL WHENE V ER POSSIBLE . 7 . THE CONTRACTOR SHALL REMOVE ALL FENCES INTERFERING WITH CONSTRUCTION OPERATION WITHIN ROE AND /OR EASEMENTS REMOVED FENCES SHALL BE REPLACED WITH NEW FENCE OR UNDAMAGED ORIGINAL FENCING WITH PRIOR APPRO V AL OF PROPERTY OWNER 8 . THE CONTRACTOR SHALL MAKE NECESSARY PROVISION FOR THE SUPPORT AND PROTECTION OF ALL UTILITY POLES , GAS MAINS , TELEPHONE CABLES, SANITARY SEWER LINES , ELECTRIC CABLES , DRAINAGE PIPES , UTILITY SERV ICES , AND ALL OTHER UTILITIES, AND THE STRUCTURES BOTH ABOVE AND BELOW GROUND DURING CONSTRUCTION . THE CONTRACTOR IS LIABLE FOR ALL DAMAGES DONE TO SUCH EX ISTING FACILITIES AS A RESULT OF THE CONTRACTOR 'S OPERATIONS . 9 . CONTRACTOR SHALL SUBMIT WRITTEN REQUEST TO THE ENGINEER FOR APPROVAL OF ALL AREAS TO BE USED FOR STAGING , MOBILIZATION , EQUIPMENT AND MATERIAL STORAGE AND GENERAL PROJECT CONSTRUCTION MANAGEMENT . REQUEST SHALL BE SUBMITTED TO THE ENGINEER WITHIN FIVE (5) DAY S OF NOTICE TO PROCEED . 10 . CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING GENERAL SAFETY AT AND ADJACENT OF THE PROJECT AREA, INCLUDING THE PERSONAL SAFETY OF THE CONSTRUCTION CREW AND GENERAL PUBLIC AND THE SAFETY OF PUBLIC AND PRI VATE PROPERTY . 11 . ALL BARRICADES , WARNING SIGNS, LIGHT DEVICES , ETC ., FOR THE GUIDANCE AND PROTECTION OF TRAFFIC AND PEDESTR IANS MUST CONFORM THE INSTALLATION SHOWN ON THE 2003 TE XAS MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES , AS CURRENTLY AMENDED , BY THE TE XA S STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION. 12 . THE CONTRACTOR IS RESPONSIBLE FOR KEEPING STREETS AND SIDEWALKS ADJACENT TO THE PROJECT FREE OF MUD AND DEBRIS FROM THE CONSTRUCTION 13 . TWO-WAY TRAFFIC MUST BE MAINTAINED AT ALL TIMES . ONE LANE OF TRAFFIC AROUND CONSTRUCTION OPERATIONS IN PROGRESS WITH ADEQUATE SAFEGUARDS WILL BE ACCEPTABLE , UNLESS OTHERWISE DIRECTED BY THE ENGINEER. 14. CONTRACTOR SHALL HAVE UTILITY COMPANIES LOCATE AND MARK ALL UNDERGROUND FACILITIES BEFORE BEGINNING EXCAVATION. 15 . THE CONTRACTOR SHALL CLEAN UP AND RESTORE THE AREA OF OPERATIONS TO A CONDITION AS GOOD AS OR BETTER THAN THAT WHICH EX ISTED PRIOR TO THE PROJECT. 16. THE CONTRACTOR IS RESPONSIBLE FOR MAINTAINING THE EX ISTING STORM DRAIN SYSTEM UNTIL THE PROPOSED SYSTEM IS IN SERVICE IN NO CASE SHOULD THE CONTRACTOR LEAVE THE EX ISTING STORM SEWER OUT OF SERVICE WHERE BY RUNOFF WOULD CAUSE DAMAGE TO ADJACENT HOMEOWNERS . 17. VERTICAL DEFLECTIONS AND PIPE SLOPES FOR EXISTING UTILITIES SHOWN ON PLANS WERE OBTAINED FROM RECORD DRAWINGS AND HAV E NOT BEEN FIELD VERIFIED. SOME PIPE SLOPES WERE ADJUSTED TO MATCH SURV EYED MANHOLE FLOWLINES. RIM ELEVATIONS AND HORIZONTAL LOCATIONS OF EXISTING MANHOLES WERE DETERMINED FROM FIELD SURVEY'S . 18. NO EQUIPMENT OR MATERIAL SHALL BE DEPOSITED ON PRIVATE PROPERTY WITHOUT WRITTEN PERMISSION FROM THE PROPERTY OWNERS. IF THE CONTRACTOR PLACES EXCESS MATERIAL IN THE AREW WITHOUT WRITTEN PERMISSION, HE WILL BE RESPONSIBLE FOR ALL DAMAGES RESULTING FROM SUCH FILL AND HE SHALL REMOVE THE MATERIAL AT HIS OWN COST, AS THE ENGINEER SO DIRECTS. 19. THE LOCATION OF DRIVEWAYS, STEPS, AND RETAINING WALL, ETC ., AND ALL WATER, SANITARY SEWER, STORM SEWER, TELEPHONE, GAS, ELECTRIC , AND CABLE TELEVISION UTILITIES SHOWN ON THESE PLANS ARE APPROXIMATE. ACCURATE LOCATIONS SHALL BE VERIFIED AT THE TIME OF CONSTRUCTION AFTER CONSULTATION WITH THE PROPERTY OWNERS AND THE RESPECTIVE UTILITY COMPANIES. 20 . THE CONTRACTOR SHALL CONSTRUCT ALL DRAINAGE SYSTEMS FROM THE DOWNSTREAM END TO ALLOW CONTINUED STORM DRAIN SERVICE . IF THE CONTRACTOR CHOOSES TO CONSTRUCT THE SYSTEM, HE SHALL PRESENT PROPOSED CONSTRUCTION STAGING AT THE PRE-CONSTRUCTION MEETING . 21. THE CONTRACTOR 'S PERSONNEL SH A LL WEAR IDENTIFYING CLOTHING OR HATS AT ALL TIMES . 22. CONSTRUCTION ACTI V ITIES SHALL BE LIMITED TO THE HOURS OF 8 :00 A.M . TO 6:00 P.M . UNLESS APPROVED OR DIRECTED BY THE ENGINEER. 23 . THE ADJUSTMENT AND /OR RELOCATION OF SPRINKLER HEAD ENCOUNTERED SHALL BE PAID FOR UNDER MISCELLANEOUS UTILITY ADJUSTMENT PAY ITEM IN THE PROPOSAL FOR SECTION OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS. Certi fi cate of Insurance Performance Bond Payment Bond Maintenance Bond Contract SECTION D Contractor Compliance with Worker's Compensation Laws Wage Rates Conflict of Interest Questionnaire CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAWS CERTIFI CATE OF IN SURANCE TO : CITY OF FO RT WORTH Date~ NA ME OF PROJECT: St reet Reco nstructi on, Wa ter and Sa nitary Sewer Re pl aceme nt o n NW 22n d Street and NW 23 rd St reet 200 4 CIP Contract 28 PROJECT NUMBER: TPW C200 5412 002024 0 00289, Water P253 5412006 02170 0289 Sewer P258 5412 00602 170 0289 IS TO CE RTIFY THAT: McClendon Construction Comp, Inc . is, at the date of thi s certificate, Ins ure d by thi s Comp any w ith r es pect to the bu sin ess o peration s herein after des cribed, for th e type of in suran ce an d accordan ce with pro vis ion s of th e stand ard po li cies used by th is Comp an y, and furth er hereinafter described. Exce pti ons to stand ard p oli cy n oted on reverse sid e her eof. TYPE OF IN SURANCE P o lic y Effecti ve Expires Limits o f Liabil it y Worker 's Compen sati on Co mpre hens ive Ge nera l Bodil y Injury : Li a bilit y Ins ura n ce (P ubli c Ea . Occ urren ce: $ Liab i lity) Propert y D amage: Ea . Occurrence: $ B lasti ng Ea. Occurrence: $ Co ll a pse of Buil din g or stru ctu res adj a cent to Ea . Occurrence : $ --- ex cavati on s Da mag e to Underground Utili ties Ea . Occurrence: $ Bu il der 's Ri sk Co mprehens ive Bodily Inj ur y: Aut omo bi le Lia bil it y Ea . Perso n : $ Ea . Occ urrence: $ Prop ert y Damage : Ea. Occurrence : $ Bodil y In j ury: Co ntra ctual Liabi li ty Ea . Occ urrence : $ Pro perty Damage: Ea. Occurrence: $ Other Loca tio n s covered :----------------------------------- Desc ri ption of operation s co vered :----------------------------- The a bo ve po li ci es eith er in th e bo dy th ereof or b y a ppro pri ate endorsem ent prov ide d th at th ey may n ot b e ch anged or ca nce led by th e in sur er in less than five (5) days after th e in sured has receive d wri tten n oti ce of such chan ge/or ca nce ll ation . Wh ere ap pli cabl e loca l laws or regu lation s requ ire more than fi ve (5) days actu a l n oti ce of ch an ge or can ce llation to b e ass ur ed , th e abov e polic ies co ntain such speci al req uirement s, either in th e bod y th er eof or by a pp ro pri at e endors em ent th ereto attac hed. T he C ity, its officers, emp loyees an d servants shall b e end orse d as an ad diti ona l in sure d on Co ntractor 's in sura nce poli cies exce ptin g em ployer 's liabi li ty ins uran ce coverage under Contractor 's wo rke r s ' co mp ensatio n ins ura nce policy. A e nc In surance Comp an y: ___________ _ "-F"'-01'-"t-'W'-'--"'o.,_,rt"-"h-"A..,.g""e::.,.n.:..:t ______________ By ___________________ _ Address Tit le ------------------------------------ CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406 .96 (2000), as amended , Contract or certifies that it pro vides workers ' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No .5137 and City of Fort Worth Project No. TPW C200 54120020240 00289,Water P253 541200602170 0289 Sewer P258 541200602170 0289. ST A TE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR Name : DAN McCLENDON, PRESIO£NT ---------- T itle: ----------- Date : ----------- Befo re me , the undersigned authority , on this day personally appeared l11b J\.l.CCJerdon , known to me to be the person whose name is subscribed to the fo regoing inst r ument, and acknowledged to me that he executed the same as the act and deed of Mcclendon Construction Comp, Inc. for the purposes and conside ration therein expressed a nd in the capacity therein stated. Given Under My Hand and Seal of Office this ..2[f day of Mllf , 20 07 . P ERFORMANCE B O ND Bond No. 8213-47-39 THE ST AT E OF T EXAS KNOW ALL MEN B Y T H ESE PRES ENTS : COUN T Y O F T ARRANT § T h at we (1 ) McClendon Construction Comp, Inc. as Princ ip a l here in , a nd (2) Vigilant Insurance Companv, a co rp orati o n or gani ze d under th e laws of the S ta te of (3) New York and wh o is authori ze d to iss u e s ure ty bond s in th e State o f T exas, S ure ty here in , are he ld and firml y bo und unto th e C ity o f F o rt W o rth , a muni c ip a l co rp o rati o n loc ated in Tarrant and D e nto n Counties, T exas , Obligee he re in , in the sum o f : One Million Four Thousand Three Hundred Twenty-two and 65 /100 ....................................................... . ($1,004,322.65) D o llars fo r th e p aym e nt of which sum we bind ourselves, our he irs, executo rs , administra to rs, successors and assign s , j ointl y and severall y , firml y by these presents . MAY 2 2 2007 WHEREAS , Princ ip a l has ente re d into a certa in contract with th e Obligee d a ted th e __ o f ______ ~ 2007 a copy of w hi ch is he re to attach ed and made a part hereof fo r all purposes, fo r th e cons tru c ti on of: Street Reconstruction, Water and Sanitary Sewer Replacement on NW 22"d Street and NW 23rd Street 2004 CIP Contract 28 NOW THEREFORE, the c onditio n o f thi s obligation is su c h , if the s aid Principal shall faithfull y p erform the work in accordance with th e plans, sp ecificati o ns and co nt rac t docum e nts a nd s hall full y ind e mnify and hold h a rmless the Obligee fr om a ll cos ts a nd damages w hi c h Obligee m ay suffe r b y reaso n of Princ ip al 's default, and reimburse and rep ay Obligee fo r all outl ay and ex p en se that Obligee may incur in making good s uch default, then this o bli gati on s ha ll be vo id ; o the rwi se, to re ma in in full fo rce and effec t. PROVIDED , HOWE V ER , that thi s b ond is executed purs uant to C hapte r 22 53 of th e T exas Governme nt Cod e, as amended , and all liabilities on thi s bond s ha ll b e de termine d in acco rdance w ith th e prov is ions of s uc h sta tu e , to the sam e ex te nt as if it we re co pied a t length here in . IN WITNES S W H EREOF , th e dul y a uth o ri ze d re presentati ves of th e Princ ipal and th e Sure ty have executed thi s in s trume nt. MAY 22 200 7 SIG NED and SEALED thi s __ day of 2007. ATTEST: (Princ ipal) Secretary (SEAL) dt. . fu A~ q .~ to~"· eox 998 AcJltmLESON, TX 76097 ATTEST: (SEAL) (Surety) Secretary Jennifer R. Borock ·t Worth Texas 76124 (Address) Title: Dan McCiendon, Pres ident PO Box 999 Burleson, TX 76097 NOTE: D ate of Bond must not be prior to date of Contract ( 1) Correct name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telep hone number of surety must be stated . In ad diti on , an original copy of Power of Attorney sha ll be attac hed to Bond by the Attomey-in- Fact. The date of bond sha ll not be prior to date of Contract. .......... -... ...... -- IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, Texas 78714-9104 Fax# (512) 475-1771 PREMIUM OR CLAIM DISPUTES The address of the surety company making this bond to which any notice of claim should be sent may be obtained by calling the Texas Department of Insurance at the above number. Should you have a dispute concerning your premium or about · a claim, you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance.· ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached document. This notice is given to comply with Section 2253.048, Texas Government Code and Section 53.202, Texas Property Code effective September 1, 2001. PAYMENT BOND Bond No. 8213-47-39 THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT That we , (1) McCiendon Construction Comp, Inc . as Principal herein, and (2) Vigilant Insurance _C_o_n~1p~a_n_y~------' a corporation organized and existing und er the laws of the State of (3) New York , as surety , are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties , Texas, Obligee herein , in the amount of One Million Four Thousand Three Hundred Twenty-two and 65/100 .............................................................................................................. . Dollars ($1,004,322.65) for the payment whereof, the sai d Principal and Surety bind themselves and their heirs , executors, administrators , successors and assigns, jointly and severally, firmly by these presents: MAY 2 2 2007 WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the ___ day of -------' 2007 , 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: Street R econstruction, Water a nd Sanitary Sewer Replacement on NW 22"d Street and NW 23rd Street 2004 CIP Contract 28 NOW THEREFORE , THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal sha ll faithfu ll y make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor and materials in the prosecution of the work under the contract, then this obligation shall be void; other wise, 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 liabilitie s on this bond shall be determined in accordance with the provisions of said sta tue , to the same extent as if it were copied at length here in . IN WITNESS WHEREOF , the duly authorized representatives of the Principal and Surety have exec uted this instrument. MAY 22 2007 SIGNED AND SEALED this __ day of _____ , 2007. ATTEST : Secretary (SEAL) NOTE : urety Jennifer R. Borock (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Name : Dan McCiendon Title : President Address: PO Box 999 Burleson, TX 76097 Name: --=-=-'--=-'---'--'--'--"''-'-'--''--=-="'-'--------- Attorney in Fact Address: 2001 Bryan Street, Suite 3400 Dallas, Texas 75201 Telephone Number: 214-754-0777 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 the bond shall not be prior to date of Contract. ............ .... _ ---,,. _. MAINTENANCE BOND Bond No. 8213-47-39 THE STATE OF TEXAS § COUNTY OF TARRANT § That McClendon Construction Comp, Inc. ("Contractor''), as principal, and Vigilant Insurance _C_o_m_p_an_v ___ , a corporation organized under the laws of the State of-=N-'-e""'w;.;.....;:Y:..;o;;.::r..;:.;k=------' ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas , ("City") in Tarrant County, Texas, the sum of One Million Four Thousand Three Hundred Twenty-two and 65/100 ... Dollars ($1,004,322.65) 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 ~i'f 2 2 2007 , 2007 copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Street Reconstruction, Water and Sanitary Sewer Replacement on NW 22"d Street and NW 23rd Street 2004 CIP Contract 28 the same being referred to herein and in said contract as the Work and being designated as project number(s) TPWC200 54120020240 00289,WaterP2535412006021700289Sewer P258 541200602170 and said contract , including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof, and, WHEREAS , in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS , said Contractor binds itself to maintain said work m good repair and condition for said tenn 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 rece1vmg 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 recoverie s may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed m ~ counterparts, each one of which shall be deemed an original, this __ day of NAY 2 2 2001 AD. 2007. ATIEST: (SEAL) Secretary Cont By: --lLV~~~~~~~~~=:::~ Name: Dan McClendon Title: President Vigilant Insurance Company Title: Attorney-in-Fact 2001 Bryan Street, Suite 3400 Dallas, Texas 75201 Address " .. ........ -..... .,,.., ·. ··- Chubb Surety POWER OF ATTORNEY Federal Insurance Company Vigilant Insurance Company Pacific Indemnity Company Attn: Surety Department 15 Mountain View Road Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation , VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wi scons in corporation , do each hereby constitute and appoint Kyle W. Sweene y , Charles D. Sweeney, Bobby E. Ma y o and Michael A. Sweene y of Fort Worth, Te x as------------------------ each as their true and lawfu l Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise , bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same , and consents to the modification or alteration of any instrument referred to in said bonds or obligations . In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 30th day of April, 2003 STATE OF NEW JERSEY } ss . County of Somerset On this 30th day of April, 2003 , before me, a Notary Public of New Jersey, personally came Kenneth C . Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIG ILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C . Wendel being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with Frank E . Robertson , and knows him to be Vice President of said Companies; and that the signature of Frank E. Robertson , subscribed to said Power of Attorney is in the genuine handwriting of Frank E. Robertson, and was thereto subscribed by authority of said By-Laws and in depooent's presence. JANA KRUMPFER Notary Public, State of New Jersey A . No.2297116 ~ A J Commission Expi res February 25, 2Q,yQ~B----7---::,0l,:='-c....:;;'-'-.=...--=---Y:::..,e:i....~"7'?N_o ... ;---""a'--'ry=P-u-b-lic CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers : Chairman , President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimi le signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached ." I, Kenneth C . Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i) the foregoing extract of the By -Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U. S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U. S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true , correct and in full force and effect. HAY 2 2 200 7 Given under my hand and seals of said Companies at Warren, NJ this day of------------------ IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATIER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903-3485 Fax (908) 903-3656 e-mail: surety@chubb.com Form 15-1CHl225 (Ed. 4-99) CON~NT THE STATE OF TEXAS CITY OF FORT WORTH, TEXAS C ONTRACT KNOW ALL BY THESE PRESENTS C OUNTY OF TARRANT This agreement made and entered into this the day of MAY 2 2 ZOO t D., 20 07 , by and between the CITY OF FORT WORTH , a municipal corporation of Tarrant County , Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December , A .D. 1924 , under the authority (vested in said voters by the "Home Rule" provision) of the Co nstitution of Texas , and in accordance with a resolution duly passed at a regular meeting of the City Co uncil of sa id city , and the City of Fort Worth being hereinafter termed Owner, McClen do n Constructi o n Comp, Inc ., HEREINAFTER CALLED Contractor. WITNESS ETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith , the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Street Reconstruction, Water and Sa nitary Sewer Re pl acement on NW 22nd Street and NW 23 rd St reet 2 00 4 CIP Contract 28 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor , tools , appliances and materials necessary for the construction and completion of said project in acco rdance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4 . The Contractor hereby agrees to prosecute said work with reasonable diligence after the co mmencement thereof and to fully complete and finish the same r d approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of .@_days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of 210 Per working day , not as a penalty but as liquidated damages , the Contractor and his Surety sha ll be liable to the Owner for such deficiency . 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to caITy on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a pa1i hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense, the Owner, its officers, servants and employees, from and aga inst any and all claims or suits for property loss, property damage, personal injury, including death, ari sing out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, it s officers, agents , employees, subcontractors, licensees or invitees, whether or not any such iniury. damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. Th e 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 C ity Contract. 7. Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and s uch bonds shall be for 100 percent of the total contract price, and said surety shall be a s urety company dul y and legally authorized to do business in the State of Texas, and acceptable to the C ity C ouncil of the C ity of Fort Worth. 8. Said C ity agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the afor esaid work, and for a ll additions thereto or deductions therefrom, the price shown on the Proposal s ubmitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from th e Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, s ha ll be One Million Four Thousand Three Hundred Twinty Two Dollars ..................................................................................................................................... 65/lOODollars , ($1,0 04,322.65 ). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be s ubl et or assigned to anyone else by said Contractor without the written consent of the Director of the Department of E ngineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is class ified , promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It i s mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of th e State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provi s ions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~ co unterparts in it s name and on its behalf by the City Manager and attested by its Secretary, with the corporate sea l of the C ity of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in~ counterparts with its corporate seal attached. NAY 22 200 7 Done in Fort Worth, Texas, this the __ day of A.D., 2007. RECOMMENDE D : BY T2 oT~~ DIRECTOR, DEPARTMENT OF ENGINEERING APP ROVEDc p;; TRANSPORT A f ION/PUBLIC WORKS DIRECTOR McC lendon Construction Comp, Inc. P.O.Box 999 Burleson, TX 76097 C ONTRACTOR CITY MANAGER Marc A. Ott, Assistant City Manager ATTEST: BY: ~ CITY SECRETARY ( (} .i /) Yl)/7 (SEAL) ~~~ cd~Jo\~la DAN McCLENOOR, PRESIDENT • TITLE r.r~- , P.O. BOX 908 BURLESON , TX . 76097 ADDRESS N ovember 1960 R evised May 1986 R evised September 1992 Contr ac t Authori zatioa 'S)~D1 Date APPROVED AS TO FORM AND LEGALITY: WAGE RATES Classificati o ns Hrly Rts Classi f ication s H rl y Rts A ir Tool Operator $10 .06 Scr aper Opera to r $11.4 2 Asphalt Rake r $11 01 Se rv icer $12 .32 Asphalt Sho v eler $8 .80 Slip Form Mach ine Operator $12 .33 Aspha lt Dist ri butor Opera to r $13.99 Spreader Bo x O perator $10 .92 Asphal t Pa vi ng Machine Operator $12 .78 Tractor operat or , Craw ler Type $12 .60 Batching Plant Weigher $14 .15 Tractor operator, Pneumatic $12.91 Broom or Sweeper Ope rator $9.88 Tra veling Mixer Operator $12 03 Bulldozer operator $13 .22 Truck Dr ive r-Single Ax le (Ligh t} $10 .91 Carpenter (Rough ) $12 .80 Truck Driver-Single Axle (Hea vy) $11.4 7 Concrete Fin isher-Pa ving $12.85 Truck Dr iver-Tandem Ax le Semi-Tra iler $11 . 75 Concrete Finisher -Structure s $13 .27 Tru ck Driver-Lowb oy/Float $14 .93 Conc rete Pa v ing Curb ing Ma c h . Oper. $12 .00 Truck Driver-Trans it Mi x $12.08 Concre te Pa v ing Finish ing Mach . Ope r. $13.63 Wagon Dr ill , Bo ri ng Mach i ne , Post Hole Dr ill er $14 .00 Con crete Pa vi ng Joint Sealer Oper . $12 .50 Welder $1357 Concre te Pa v ing Saw Oper . $13.56 W ork Zone Barr ic ade Se rvicer $10 .09 Concre te Pa vi ng Spreader Oper. $14 .50 Concre te Rubbe r $10 .61 Crane , Clamshe ll , Ba ck hoe , De rr ick , Dragl ine , Sh ov el $14 .12 Electric ian $18.12 Flagger $8.43 Form Builder-St ruc tu res $11 .63 Form Setter-Pav ing & Cu rbs $11 .83 Foundation Drill Opera to r, Craw ler Mounted $13 .6 7 Founda ti on Drill Opera to r, Truc k Mounted $16 .30 Front End Loader $12 .62 Laborer-Comm on $9 .18 Laborer-Ut ility $10 .65 Mechanic $16 .97 Milling Machine Opera tor, Fine Grade $11.83 Mixer Operator $11 .58 Motor Grade r Operator (Fine Grade ) $15 .20 Motor Grader Operat or, Rough Oi ler $14 .50 Pa inter , Structures $13 .17 Pavement Marking Mach ine Oper. $10 .04 Pipe La yer $11 .04 Roller, Stee l Whee l Plant-Mix Pa vements $11 .28 Roller, Steel Wheel Other Flatwheel or Tamping $10 .92 Roller , Pneumatic, Se lf-Propel led Scraper $11.07 Rei nforcing Steel Sette r (Pa v ing) $14 .86 Reinforcing Steel Setter (Structure ) $16 .29 CONFLICT OF INTEREST QUESTIONNAIRE City of Fort Worth FORT WORTH -..___ •. ~ ' CONFLICT OF INTEREST DISCLOSURE REQUIREMENT Pursuant to Chapter 176 of the Local Government Code , any perso n or agent of a perso n who contracts or seeks to contract for the sale or purchase of property, go ods, or services with a local governmental entity (i .e. The City of Fort Worth) must disclose in the Questionnaire Form CIQ ("Questionnaire") the person's affiliation or busine ss relationship that might cause a conflict of interest with the local governmental entity . B y law, the Questionnaire must be filed with the Fort Worth City Secretary no later than seven days after the date the person begins contract discussion s or negotiations with the City, or submits an application or response to a request for proposals or bids , correspondence, or an o ther writing related to a potential agreement with the City. Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaire Form CIQ is enclosed with the submittal document s. The form is also available at http://www.etbics.state.tx.us/forms /CIQ.pdf. CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government n ot later than the 7th business day after the date the person becomes awa re of facts that require the statement to be filed. See Section 176 .006, Loca l Gov ernment Code . A person commits an offense if the person violates Section 176 .006 , Local Government Code . An offense under this section is a Class C misdemeanor. ~ Name of person doing business with local governmental entity. D Check this box if you are filing an update to a previously filed questionnaire. FORM CIQ OFFICE USE ONLY Da te Rece ived (The law requires that you fi le an upda ted completed questionnaire w ith the appropriate filing authority not later tha n September 1 of the yea r for which an activity described in Section 176.006(a), Local Government Code. is pending and not later than the 7th business day after the date the o rigina lly filed questionnaire becomes incomplete or inaccurate .) ~ Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who makes recommendations to a local government officer of the local governmental entity with respect to expenditure of money. i.J Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire. Amended 01/1 J/2006 CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person do i ng business with local governmental ent ity FORM CIQ Page 2 l2.J Name of local gov e r nm ent offi ce r w i th w hom fil er has affi li t at i o n or b u sines s rela ti on s h i p . (Complet e thi s s ecti on o n ly if th e answer t o A , B , or C is Y ES.) This sectio n , item 5 includ i ng subparts A , 8, C & D, must be completed for each officer w ith whom the fi ler has affiliation or business relationship. Attach additional pages to this Form C IQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire? D Yes D No B. Is the filer of the ques tionnaire receiving or likely to rece ive taxable income from or at the direction of the local governmen t officer named in this section AND the t ax a b le income is no t fr om the local governmental entity? D Yes D No C. Is the file r of this questio nnaire affiliated wit h a corporatio n o r othe r b usiness en tity that the local governmen t officer serves as a n office r o r directo r, o r holds a n ownership of 10 pe rcent or more? D Yes D No D. D escribe each affiliation or business re lat ionship . ~ Descri be any other affiliation or bus i ness relationship that might cause a conflict of in t erest . Signature of person doing business with the governmental en tity Da te Amended 01/13/2006 APPENDICES APPENDI X A -STA NDARD FIGURES AND DETAILS APPENDI X B -GEOTECHNICAL REPORT STANDARD FIGURES AND DETAILS Cf) w c:: < ~INIMU~ 5• INlT1Al~~.......-..,...........,.,._.., BA CKFILL COVER ~INl~U~ s•--..=,.....,.,....,.....,.....~ EMBEDMENT 11 111 TYP E ·c-BACKrllL SE£ SPE C. E1 -2.. + WATE R: SI ZES UP TO AND INCLU DING 12" ._.!NO.AU~ INITIAL BACK FILL COvER: --~..,.....,.- TYPE ·c• BACKFILL S££ SPEC . E1 -2. 4- G. C.D . WATER -C SE\IF-R -12• STORM DRAJN -12· ; MINl~U~ s•--+-t=t+,,,,------,.,..........,. CRUSHED STONE OR SAND MATER IAL INITIAL BACKFILL SEE SPEC. E1-2.4-{b) OR E1-2.3 G.C.O. EMBEDMENT ........, __ -...~............ ,-~ CRUSHED STONE SE£ SPEC . E1-2.3 G.C.D. WATER : SIZES 16" AN D LARGER SEWER: ALL SIZES STORM DRAI N: AL L SIZES -.: ..::: Ct C LL >- 2 ~ 2 ~ 1-z w 2 0 w OJ 2 w 0 z 3= 0 I U) U) _J <( 1-w ------------------~-----------------10 SAND GRAD ATION • LESS THAN ,o,: PASSING #200 SIEVE • P.1. = 10 OR LESS CRUSHED STONE GRA DATION S1E'v£ SIZE ,· ,: RETAINED 0-10 40-75 55-90 90-100 95-100 MATERIAL SPECIFI CATIONS THE EMBEDMENT AND BAO<FlLL DETAJLS PRO'v1DED ON 1H IS SHEET SHALL REPLACE APPROPR IATE PRO'v1Sl0NS OF BOTH THE E1-2.4-{b) AND E1-2.3 OF THE G.C.D. AND SlD. SPEC . ITEM -402 OF THE TPW STANDARD SPECIFlCA TIONS FOR STREET & STORM DRAJN CONSTRUCTION . ALL 01HER PRO'v1S IONS OF THESE ITEMS SHALL APPLY. _J _J <( 0::: w > 0 CJ) _J 0 0::: t-z 0 u _J WATER, SEWER ··& STORM DRAIN ~ EMBEDMENT AND BACKFILL DETAILS w ----------------------10 CITY OF FORT WORTH-CONSTRUCTION STANDARD CJ) 1-----------..------------1:r FIGU RE A DATE: 2-19-02 I- -1-7 8 ,,.. ___ ...... ,.... ...,, I I .'~ 1' I 1, I I f \\ ' I I '..:., --........ "..., ,, .·;..·· '·,,: ,: .. ,....,//'.</i ·~ {J,,....,,\,u•' I I ••• "' ••• < • ... ' •• , , , • ' ~ ........ , _, :.· ·:. ..... .:_, ·,.~ '/ ~,': ~.: ' 0 '~ I ---l-t'----(g --- ----n-----,r-----· I' l .. ---------• .• ----I : d. I r , ii I · , 1 ';-,_ I 1·1 ' t/ \~/.I \ 'J I' L, ' -, .. ,, . ,··J · ,1 · , I 1 _L ''-' ?" ... ... I 1 " 01 ::.~c : : r ··J 11.'...'~ ,,:•.•:· •• · ··',·-··:-,,.--. ,' I\ I 1 I f I I I I l..,,-\ / / I •:1 I~:_, I :r--------• ~ --I =' I 1 ~ 1 'r---" l ~I I ,lfL_ ----·--------__ -:J I I I I I I I I I I I I ~-0 " M IN. $= ©- @ - ®- ®- ® MATERIAL LI ST 3 /4 11 o r I'' as app li cab l e Standa r d Corporat i o n Stop Standard Curb Sto p & 90 ° Elbow . Me t e r Bo x and Met er to be I nsta ll e d by Other . Se r v i ce Lin e B 1 u e V i n y 1 T ape , 3 11 1-1 I de , 6 ,·' a IJ o v e g r ou nd A r e a t O b e b a C k f j I I e d \,/ j t h 5a n d 3/4 11 81 11 WATER SERVICE DETAIL FIG U·R E···-2 E l-1 7 Mate ri a l EZ -1 7 Construc't l o n Conc r ete ---.. : I ock i ng /'iain---... .._.-,-+._._ +-+-flli.'l~H~-......... I ,. : .. . (', .. ; ':-:J. ; .. ·. ' ... Ex isting or Proposed Curb------------. Pavement or Other Surfac.e--------- Trench-----. GHe Val v e 2 1 -6 11 * nchor in3 Cou~- Fire Hydrant Lead 1 inc for Connec- i on off of C•n- re tc Pi i:>4 12 11 Di arnet:::r a n d ar3er * !!u ry Depth: or Pr~a; Curb !ott0m Rest Con:.; E:. t e · 8 1 DC k j ns Fire Hy d,a r,t ~---Exe rci se c•re to •v o id Plugging Dra i n Ho lt:. \</i t ;, Concrete F i re Hy c'ra ,t t::i be Set P I u mb Par ~1·.a y / E~tension Barr el ~R d Stem fur Extra Bur y Dept h 1 f Necessary ~inimum 7 C.F . Gra v e l Proport i ona 11 y Ar ound Base B l oc k i:i; r1) 3 •-6 11 for Cast Iron F'iJ>-e -----Va r i es------..;--, 2) 5 1 -0'1 for A-C Pipe Ref. f' i gu re b STANDARD Fl RE HY -DR ANT DETAIL !: FIGURE 5 E l-12 Mai. E2-12 Const .. -'I p i p~ S i z.e 4 11 6' I 8 '1 l 01 1 12 11 1611 2 011 2 4 11 3 0 11 3 51 1 4 2 11 48 11 5 4 11 NOTE S : NOT i:: Searing ft.re as shown a re based on 15 0 P .$. l.G t est pr ess ur e and 3000 P.S.F . soi I bearing valu e. 1 500# +----_.__+---------- - X Be n d 15 00# Concre t e HORIZONTAL BLOCKING TABLE ,·, D i me n s i o n 1 1 X" Ma y Va r y I f N e c e s s a r y T o P r o v i de Be a r i n g Ag ain s t Und i st u rbed Tr e nc h w'al 1 x-,'c l 1 ° -] 5 I 22• -30 1 45° 9 0° Dim . n1 n . 11 4i X Ir\ In • Ma x . Min . Ma x . Min . Ma x . F t. 11A,1 Ar p_ c Vn l 11 R I \ IA rP a Vol 11 C1 I Ar ea Vo 1 . 110 11 Area Vo l. 1 .9 0 .Be .05 . 95 .90 .0 5 . 95 .9 0 .05 . 9 1 .8 2 .0 5 1 . 5 .9 0 . Be .05 .95 .9 0 .05 1. 05 1. 10 .05 1 . 73 1 . 9 9 .0 5 I. 5 .9 0 . 8 .os .95 .9 0 .05 1 .41 2 .00 .05 1. 86 3 .47 . 1 1. 5 .90 .8 ( .os I. 2 6 l . 6 0 .05 l. 79 3.20 . l 2. 18 5,b2 • 2 1. c; 1 . l 0 l. 2 ( .OS 1.48 2 .3 0 . l 2. 14 4. 50 . 2 2.83 6 .0 0 • 3 2 1.41 2 .0 ( . 1 2.0 0 4.00 . 1 2.83 8 .00 .4 3,7 5 t+. 10 . 6 S 2 1. 77 3. IC . 2 2.54 6 .20 . 3 3.52 12.40 .6 4 .70 22 . 00 1 . 15 2 2. 14 4. 50 .2 5 3.0 0 19.0 0 . 5 4.2 5 18. l 0 . 95 5 .65 32 . 00 J. 85 2.5 2 .6 6 7. I 0 ,55 3 .78 h4 . 20 l. D 5 .30 28.20 l . 7 5 7.05 lltS-8 0 3 .4 2. c; ~. "3 "3 lO . 00 .7S 4. so l2Cl40 1 .4 6.% ~0.8 0 2 .6 5 8.50 17 2.0 0 s. 1 ~ ~.72 l ~-Rn l. 2 c; 2 c; n .Fi n 2 2 7 41 ::;c;, ~n 4 l q q o R7 . S O 7 g 3 4 . 38 18. 30 l. 6 6 .00 36.00 2 .9 8.48 7 U)O 5 .4 11 . 14 13:i.SO 10 . 4 Tee & Pl ug ,\ J'.\M i n . Ha x II J:' \ \ rPa Vo I 1 . 1 6 . SE .os 1. 1 9 1 .4 1 .os l . 5 7 2 . 4E . l l. 9 9 3 . 9E . l 5 2 .3 8 5 -65 . 2 3 . l 6 10 . DC • c; 3 .9 4 15 . 5 5 -75 4. 76 Z2 . 6 0 l. 0 5 5 .9 1 35. 33 2. l 7.2 0 .,, . 0 0 2 .95 8. "30 EB. oo 4. 7 5 q . c;o q-i_o 6. I c; 4.0 t.. 00 ~2 . 5 Ll .00 6. 7 0 4:.00 7..0 0~ 9.40 88.00 1 0 .00 13 .oon62oc1G .oc l0 .7C J1 Srol2.oC Mini mum a reas shown are in sq u are feet . Volumes s hown are in cu b ic y ar ds . Vertica l di men s ions of a ll block bea ri ng a r eas shall be Ident i cal to t h e hor i zont a l dimensi o n s hown. HORIZONTAL BLOCKING DETAIL E-1 -20 Ma t eria l l -i -7 8 FIGURE 9 E-2 -20 Construction Bell Bell Bend NO TE : Trenc h width : 1 . Pipe 24" i .d . a nd s ma l ler = 24" or o.d . + 12 " wh ic h e v er i s gre3t er. 2. Pipe larger than 2 4 11 = o .d. of Pipe + 18 11 • 3 . Cr3dle s h a l l e xtend a min . of 6 1 ' be yo nd eac h s id e of pipe. RUBBER GASKET JOINT le ll-Bell 3end 1500 # Concrete <eep a min. of 1 1 -0"1 learance between cone .. and joints or bo l ts on C. I . P i p e. or in excess of J'-0'' as detailed. 1-1-78 M. J. -H.J. Bend Typ. Cl 0 ~I BELL AND SPIGOT JOINT MECHANICAL JOINT Main No te: When cri;l dl e is shown or specif i ed for installa tion CRADLE DETAIL on cone ret:e pipe the full j o in t length of the p ~pe or fitt ing s h all be cradled. FIGURE 10 E l -2 0 Mater i al s E 2-20 Constr u ction 1 I 1-1-78 t.K lf i 1 I u ~ ~c i f i e-d = ~ (;=f::i /1 CD t ·Q) 611 1t1in. dimension. 611 .. x. for ~y purposes when bid per cubic y•rd. 0 611 min. dimension. Hax. for pay purposes sha l 1 be 611 on main 24 11 and s ma ller, 91 1 on mains 30 11 and larger, whe n bid per cubic yard. 411 min. dimension. 41 1 max. for pa y purposes when bid per cubic yard . ® Cl ass 11 E11 1500 # concrete. Concrete encasement shall stop 1 1 either side of joint, and wh en einc1wn9 concrete prenura plp,e, full lengths of pl pe sh111 b. ancuad, Jo lnts axe I uded. CONCRETE ENCASEMENT FIGURE 20 . DETAIL E l -7 Mat e r i a l E 2-7 Construction I /1 ., EXISTING CUR B & GUITER EXISTING HMAC PAVEMENT TRENCH REPAIR LIMITS EXISTING HMAC PAVEMENT -~-BACKFILL MATERIAL (SEE NOTE #3) TRENCH REPAIR W/PERMANENT HMAC PAVEMENT AND NON-REINFORCED CONCRETE BA SE TYPICAL SECTION NOTES: 1. P L ACE A MIN . OF 2" HMAC SURFACE CO URSE (TYPE "D" MI X) TO MAT CH EXISTING HMA C PAVEMENT GRADE AS SHOWN . 2 . PLACE A MIN . OF 8" 2 : 27 CON CRETE AS SHOWN . 3. FLOWABLE FILL IS REQUIRED TO BA CKFILL ALL TREN CHE S IN EXISTING CURB & GUITER DOWNTOWN STREE TS, AND IS OPTI ONAL IN OTHER AREA S. FOR STORM DRA IN IN STALLATION, BACKFILL SHALL MEET SPE CIFIED ITEM 402 OF THE STAND ARD SPE CIFI CATI ON S FOR STREET ANO STORM DRA IN CON STRUCTION, CITY OF FORT WOR TH FOR WATER OR SAN IT ARY SEWER IN STALLATION, ALL CON STRU CTION MU ST BE IN AC CORDAN CE WITH THE CI TY OF FORT WORTH ST AND AR D SPE CIFI CAT IONS FOR STRE ET AND STO RM DRAIN CON STRU CTI ON. BACKF IL L SHAL L BE PER FIGURE A. CI T Y OF FORT WORTH, TEXAS PERMANENT ASPHALT PAVEMENT REPAIR WITH NON-REINFORCED CONCRETE BASE 0/\ TE : Q9 /2005 2000-1A TREN CH REPAIR LIMITS EXISTIN G HMAC PAVEMENT EXISTING HMA C PAVEMENT EXI STIN G CURB & GUITER NOTES: 2· TRENC H REPAIR W/TEMPORARY HMAC PAVEMEN T TYPICAL SECT ION BACKFILL MATERIAL (SEE NOTE #3) EXIST ING CURB &: GUITER 1. PL ACE A MI N. OF 2" HMAC SURFACE SOURSE (TYPE "Q" MI X) TO MATC H EX I ST ING HMAC PAVEMENT GRADE AS SHOW N. 2. PL ACE COMPACTED FLEX BASE MA TERI AL AS SHOWN . 3. FLOWABLE FILL IS REQUIRED TO BACKFILL ALL TREN CHES IN DOWNTOWN STREETS, ANO IS OPTIONA L IN OT HER AREA S. FOR STOR M DRAIN IN STALL ATION, BACKFILL SH AL L MEET SPECIF IED IT EM 402 OF THE STANDARD SPEC IFI CAT IONS FOR STREET AND STOR M DRA IN CONSTR UCTI ON, CIT Y OF FORT WORTH FOR WATER OR SANITARY SEWER IN STAL L AT ION, BACKF ILL SH ALL BE PER FIGURE A. ALL CO NSTRU CTI ON MU ST BE IN ACCORDANCE WITH THE CITY OF FORT WOR TH ST AN D AR D SPEC IFICA TIONS FOR S TREET ANO STOR M DRA IN CONSTRUC TION . CI TY OF FOR T WORT H. TE XAS DA TE: 09 /2005 TEMPORARY ASPHALT PAVEMENT REPAIR 2000-1C -c:: 5' MIN . EXISTING BASE (IF ANY) PIPE DOWEL CLASS "A" REINFORCED CONCRETE PAVEMENT REPLACEMENT TO THE NEAREST JOINT OR CURB . EXISTING CONCRETE PAVEMENT TRENCH REPAIR W/REINFORCED CONCRETE PAVEMENT TYPICAL SECTION NOTES : 1. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED, A SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH . FOR STORM DRAIN INSTALLATION, BACKFILL SHALL MEET SPECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH . FOR WATER OR SANITARY SEWER INST ALLA TION,BACKFILL SHALL BE PER FIGURE A . 2. REINFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO ORIGINAL DEPTH, OR TO A MINIMUM DEPTH OF 5" WHICHEVER IS GREATER. 3 . PLACE 6" OF 2 : 27 CONCRETE AS SHOWN . 1" OF REINFORCED CONCRETE MAY BE SUBTITUTED FOR EVERY 2" OF 2: 27 CONCRETE. 4 . REINFORCEMENT OF CONCRETE MUST MEET CITY STANDARD OR MATCH EXISTING, WHICHEVER IS GREATER. 5. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CITY OF FORT WORTH, TEXAS TRENCH REPAIR W/REINFORCED CONCRETE PAVEMENT REV . 05/2006 DATE: 09/2004 2000-2 GEOTECHNICAL REPORT December 13, 2006 Mr. Bryan C . Jann, P.E . TCB 1200 Summit Ave ., Suite 600 Fort Worth, Texas 76102-4409 Re: Geotechnical Invest igation Pavement Reconstruct ion NW 22 nd Street and NW 23 rd Street Fort Worth , Texas MTE Report No . E06-1108 Dear Mr . Jann : MAS-TEK Engineering & Associates, Inc. Phn : 817-698-6700 Fax: 817-698-6701 E-Ma i l: bryan .j ann@tcb .aecom .com Please find enclosed our report summarizing the results of the geotechnical investigation performed at the above referenced project. We trust the recommendations derived from this investigation will provide you with the information necessary to complete your proposed project successfully . For your future construction materials testing and related quality control requirements, it is recommended that the work be performed by Mas-Tek Eng ineering & Associates , Inc . in order to ma intain continuity of inspection and testing services for the project under the d irection 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 us . Sincerely , MAS-TEK ENGINEERING & ASSOCIATES ~ -~-' '_;,, ... i ', I , , . . . .. ft- ~ich-~:feff : .,-Rc:>f,and, P.E Project Engineer · Principal . !"lo"''~'' . ,,;.--. E·OF ,,, _ ., ~1 ......... r "~ '" -tli...'\.•··· .... .. ~ ,~.·· . ··---:t:· ' , • F . ! •. cJI *1· •'i! t, .. ,· :. \ \:. ' .Z•••••·•·• . . , . ·,. l'I.. Z . !;M-. • •.•• .,!_•••.•~•••~• : *: -~~ ·l ARK J · F/R"a· ·•·~·-···~ .z-:-·~:···········;· •• -~. · . ow , l-c1\ 4aos·s.·•.•w~r··:1 ·1-"b· ( ' . •:4,."" It ~--~.IC£~~ •• ~··~.,. l_{;,$10,·~·~······~~~ ,, •.. ,!VAL~-~ ,,,,~,~' Geotechnical Consulting & · Materials Testing 3228 Halifax, Suite B Dallas, Texas 75247 972 709-7384 TABLE OF CONTENTS PAVEMENT RECONSTRUCTION NW 22ND STREET AND NW 23RD STREET FORT WORTH, TEXAS PAGE 1.0 INTRODUCTION------------------------------------. --------------------.-----. ----.. 1. 1.1 PROJECT DESCRIPTION -------------------:----------------------------------1 1.2 PURPOSE AND SCOPE ----------------"'"-----------·---------------------------1 2. 0 FIE LO I NVESTI GA TIO N----------------------:-..,.,..---.----,,.---..,,.-.. --------------------c-----. i 3. 0 LA BO RA TO RY TESTING '.".,..~----,.--:-:---------:-------.-------------------:-,------. -----2 4 .0 SITE AND SUBSURFACE CONDITIONS-----..,--:. ..... '." ... -:--::.---------------------,-2 4 .1 GENERAL SITE CONDITIONS ____ ;... ____ .::;... •• .:...------._'." ___ .. .:.;; ___ e:-_----.--·-·---: -2 4 . 2 SU BS U RF ACE CONDITION S-------------------------------------------,---,..-------.---3 4 .3 SITE GEOLOGY-----------r·-*----------·-----«-·-----------------------3 4 .4 GROUNDWATER CONDITIONS-------·------.::--------------~------::..:_, __ .:..._ 3 4 .5 SOIL MOVEMENTS-----.·· -, · ----. ----·----------.. ----------.-. . . 3 5.0 ANALYSIS AND RECOMMENDATIONS--'"----.::...:..:::__~_..;., ___ .:.·---------:--------------------4 5.1 PAVEMENT RECOMMENDATIONS------· -------------------------e:-----4 5. 2 EXISTING FI LL SO I LS -~-. ---. ..:;.------::---::-----------------,------------e:----..,-----4 5. 3 SUBGRADE PRE PARA Tl ON-------------------------------------------------------------5 5.4 PAVEMENT SECTION RECOMMENDATIONS -------------------------------------7 5.5 PAVEMENT CONSIDERATIONS-------...::.'."-. ,-;.-----~-----------'."·-------------9 5.6 SITE GRADING AND DRAINAGE---~---------------,----------,,------------1 0 5 .7 FIELD SUPERVISION AND DENSITY TESTING -------------~-'-.:...·--'--10 6: 0 LIMITATIONS --------------.-----.-...,,..,. • .,----------.-------------.. -----------------------------11 ILLUSTRATIONS FIGURES PLAN OF BORINGS . _____ ;. -H• -u ·--'.""' ----· '.·. · '.'-. --0: ---· , . --. ------1 LOGS OF BO RI NG S ------------------· -· · _____ ;;. __ .: _______ .-~----.;.: ____ ;.;_.---------'."------------------2 th ru 9 LEGEND -KEY TO LOG TERMS & SYMBOLS-----------**---.::------------------'------10 SWELL SUMMARY-----· --.---·-who · · -· · ------~---· -•----·--------· -· -------·--11 LIME S ER I ES RESULTS-------------------------·------'-'---·'-----------· · --------'------0 --"'""'"·-.:---12 SOLUBLE SULFATES TEST RES UL TS------------------···-· ------------'-.--------""--------'---13 MAS-TEK ENGINEERING & ASSOCIATES EOS-1108 PAVEMENT RECONSTRUCTION NW 22ND STREET AND NW 23RD STREET FORT WORTH, TEXAS 1.0 INTRODUCTION 1.1 PROJECT DESCRIPTION Pavement reconstruction with the same curb to curb dimension is to occur within 9 city blocks in four separate areas along NW 22nd Street and NW 23rd Street in Fort Worth, Texas. Pavement design was performed per the current City of Fort Worth Pavement Design Standards Manual with the exception that only typical testing needed for pavement design was performed as detailed below. Proctor compaction, UU Triaxial tests and CSR tests were not performed. CSR correlations were based on strength, swell and index properties . 1.2 PURPOSE AND SCOPE The purposes of this geotechnical investigation were to: 1) explore the subsurface conditions at the site, 2) provide boring logs that present subsurface conditions encountered including water level observations and laboratory test results, 3) provide thickness measurements of the existing pavements at the core locations, and 4) provide subgrade and pavement recommendations for the taxiways and roadway reconstructions and for the new proposed concrete apron . 2.0 FIELD INVESTIGATION The field investigation consisted of drilling eight (8) test borings at locations shown on Figure 1. The test borings were advanced to depths of 1 O feet. Prior to drilling the existing pavement was cored . A coring machine and core barrels were used to core the existing pavements. A truck- mounted drilling rig was used to advance the borings and to obtain samples for laboratory evaluation . The boring locations were located at the approximate locations shown on the Plan of Borings (Figure 1 ). '' '' MAS-TEK ENGINEERING & ASSOCIATES E06-1108 PAGE 1 . Undisturbed samples of cohesive soils were obtained at intermittent interva ls with standard , thin-walled, seamless tube samplers . These samples were extruded in the field , logged , sealed, and packaged to protect them from disturbance and ma intain their in-s itu moisture content during transportation to our laboratory. A split-spoon sampler was used to obtain samples of granular soils in accordance with the Standard Penetration Test. Rock hardness was evaluated by cone penetration tests . The test borings were backfilled and the pavement patched immediately upon completion of the borings . The results of the boring program are presented on the Logs of Borings , Figures 2 through 9. A key to the descriptive terms and symbols used on the logs is presented on Figure 10 . 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 and moisture content tests. Hand penetrometer tests were performed on the clay soil samples to provide indications of the swell potential and the foundation bearing properties of the subsurface strata . The results of these tests are presented on the Logs of Borings (Figures 2 through 9). The results of a swell test performed on a representative sample of the clay soils at this site are shown on Figure 11. Lime series tests were performed on a selected sample (see Figure 12). Soluble sulfate tests were performed on selected samples (see Figure 13). 4.0 SITE AND SUBSURFACE CONDITIONS 4.1 GENERAL SITE CONDITIONS Pavement reconstruction with the same curb to curb dimension is to occur within 9 city blocks in four separate areas along NW 22nd Street and NW 23rd Street in Fort Worth, Texas. Pavement design was performed per the current City of Fort Worth Pavement Design Standards Manual with the exception that only typical testing needed for pavement design was performed as detailed below. Proctor compaction , UU Triaxial tests and CBR tests were not performed . CBR correlations were based on strength, swell and index properties . MAS-TEK ENGINEERING & ASSOCIATES E06-1108 PAGE 2 4.2 SUBSURFACE CONDITIONS Subsurface cond it i ons encoun t e red in the bor ings , i nclud in g des crip t ions of th e va ri ous st rata and the ir d ep ths and t hic kn ess , are presented on the Logs of Bo rings. Note th at dept h o n all bor ings refers to the depth from the exi sting grade or gro u nd surface p resent at the t ime of the invest iga t ion . Boundaries betwee n the va ri ou s so il types are appro xi ma te. 4.3 SITE GEOLOGY As s hown on the Dal las sheet of the Geolog ic Atlas of Texas , the si te is loca t ed in an area underla in by the Fo rt Worth Limestone , Duck C reek and Kiam ichi Fo r ma ti ons . The Fo rmat ions typically consist of interbedded layers of li mes tone and clay . Soils derived from th e fo rmations are typically highly plastic clays exhibiting a high shrink /swell pote nt ial w ith var iations in moisture content. 4.4 GROUNDWATER CONDITIONS The borings were advanced us ing cont i nuous fl ight auger methods . Advancement of the bo ri ngs using these methods allows observation of the in itial zones of seepage . No ground w ater was encountered du ring drilling and the borings were dry at comp let ion . The bor ings were backfill ed and the pavement patched immedia tely upon completion of the bo rings ; therefore , delayed wa te r level readings were unable to be obtained . It is not possible to accurate ly predict the magn itude of subsurface water f luctuat ions that m ight occu r based upon short-te r m observations . The subsurface water conditions are subj ect to change w ith variat ions in clima ti c conditions and are functions of subsurface so il conditions . 4.5 SOIL MOVEMENTS Our scope of work did not incl ude PVR stud ies or recommendat ions to reduce soil swe ll PVR. However, the subsurface exploration revealed clay soils having a moderate to very high shrink/swe ll potential depend i ng upon the moisture condit ion . See F igure 11. Also , as mentioned above , soils derived from the geologic format ions are typically highly plast ic clays exh ibit ing a high shr ink/swe ll potential with variations in mois t ure content. Therefore , differenti al soil swell movements should be anticipated at this site . MAS-TEK ENGINEERING & ASSOCIATES EOG-1108 PAGE 3 5.0 ANALYSIS AND RECOMMENDATIONS 5.1 PAVEMENT RECOMMENDATIONS We understand that NW 22nd and NW 23 rd streets are classified as Res idential-Urban (High Volume) w ith the City of Fort Worth . The following traffic data was obtained from Table 4 .1 of the City of Fort Worth's 2005 Pavement Design Standards Manual and was used in developing the pavement section recommendations. 5.2 EXISTING FILL SOILS Annual ESALS • 35,000 % Growth • 0 .0 Percent Design Life • 25 Years The subsurface exploration revealed the presence of existing fill soils within some areas beneath the pavement areas . Existing fill soils were encountered at Boring B-2 to a depth of 2.5 feet and encountered at Boring B-6 to a depth of 7 feet. Due to the close proximity to existing underground utility lines (water and sewer), the existing fill present at Boring B-6 consists of loose non-compact utility trench backfill. The existing fill soils vary from a highly expansive clay soils to non cohesive sand. Based upon the results of standard penetration tests performed on the fill soils, it appears that the existing fill soils have been placed in an uncontrolled manner. Differential settlement, rutting and cracking should be anticipated for pavements placed over existing non-compact fill soils. In order to provide adequate pavement support, we recommend that all existing trench backfill be tested for compaction. All non-compact backfill (having a compaction level below 95% ASTM D 698) should be removed and replaced in 8 inch compacted lifts . We recommend that the base of cut be compacted prior to fill placement. We recommend that a Mas-Tek Engineer or his representative observe the base of cut and compaction operat ions . The contract documents should specified that the contractor is responsible to protect all existing underground utilities from damage duri ng excavation and compaction operations. MAS-TEK ENGINEERING & ASSOCIATES E06-1108 PAGE4 . After excavation to the required subgrade elevation, the ent ire subgrade should be proofrolled . Proofrolling can generally be accomplished us ing a heavy (25 ton or greater total weight) pneumatic tired roller making severa l passes over the areas . Where soft, loose or compressible zones are encountered , these areas should be removed to a firm subgrade. Wet or very moist surficial materials may need to be undercut and either dried or replaced with proper compaction or replaced with a mater ial which can be properly compacted . Any resulting void areas should be backfilled to finished subgrade in 8 inch compacted lifts compacted to 95 percent of maximum dry density as determ ined by ASTM D 698. Clay soils having a Pl over 25 should be compacted at optimum to +3% above optimum. Sandy soils having a Pl less than 25 should be compacted at -2 to +2 percentage points of its optimum moisture content. After proofrolling is performed and any soft, loose or compressible zones are removed and replaced , compact upper 8 inches of subgrade to 95% ASTM 0698 as specified above. Then fill to pavement subgrade using on-site clay soils. Compact the fill in 8 inch compacted lifts compacted to 95 percent of maximum dry density as determined by ASTM D 698 as specified above . Where lime-stabilization is to be performed, the upper 8 inches of the pavement subgrade should consist of clay and sandy clay soils that are re latively free of large rock . Sand should not be used as fill in the upper 8 inches of the pavement subgrade. 5.3 SUBGRADE PREPARATION Surficial clays present at this site are active and are subject to losses in shear strength with the increases in moisture content which normally occur beneath area paving . They typically react with hydrated lime which serves to improve their support value at higher moisture levels and provides a firm, uniform subgrade beneath the paving. Based upon the results of Atterberg limits testing , 6 to 8 percent hydrated lime by dry weight (36 to 48 pounds per square yard per 8-inch depth) should be anticipated to stabilize the existing clay subgrade. The actual lime requirement will depend upon the actual subgrade soils exposed at final grade. We recommend that lime / Atterberg limits tests are performed once final pavement subgrade has been achieved in order to determine the optimum amount of hydrated lime required to stabilize the subgrade. The lime should be thoroughly mixed and blended with the highly active subgrade soi l '. MAS-TEK ENGINEERING & ASSOCIATES E06-1108 PAGE5 (TxDOT Item 260) and the mixture compacted to a minimum of 98 percent of maximum dry density as determined in accordance with ASTM D698 , within 2 percentage points of the so il's optimum moisture content. We recommend that this lime stabilization extend 1 to 2 feet beyond pavement edges , if poss ib le, in order to reduce the effects of shrinkage during extended dry periods . After blue t op stakes are set in preparation for grad ing the lime st ab i lized subgrade , depth checks shou ld be performed to verify that the specified de pth of stabilization is present after final grading of the stabilized subgrade . In some areas (see Borings B-3 and B-4), native hard tan limestone is anticipated t o be encountered at final pavement subgrade . In areas where native hard tan weathered limestone is exposed after excavation to final pad subgrade as verified by a Mas-Tek engineer, lime stabilization would not be required . Instead, the rock should be ripped to a 6 to 8 inch depth, crushed to a maximum rock s ize of 6 inches and compacted at or above optimum to 95% ASTM D1557 (modified Proctor density). We recommend tha t the pavement subgrade be observed by a Mas-Tek Engineer to del i neate where li me- stab ilization is not required. Sand should be specifically prohib ited beneath pavement areas during final grading (after stabilization), since these more porous soils can allow water inflow, resu lting in heave and strength loss of subgrade soils . It should be specified that on ly lime-stabilized so il (or compacted rock fines where limestone is present at final pavement subgrade) will be a ll owed for fine grading . After fine grading each area in preparation for paving , the subg rade surface should be lightly moistened, as needed , and recompacted to obtain a tight non- yield ing subgrade . Project specifications should allow a curing period between initial and final mixing of the lime/soil mixture . After initial mixing , the lime treated subgrade should be lightly rolled and maintained at or within 5 percentage po ints above the soil's optimum moisture content until final mixing and compaction . We recommend a 2 to 3 day curing period for these soils. The following gradation requirements are recommended for the stabilized materials prior to final compaction: Min imum Passing 1 3/4" Sieve Min imum Passing No . 4 Sieve MAS-TEK ENGINEERING & ASSOCIATES Percent 100 60 EOG-1108 PAGE 6 All non-slaking aggregates retained on the No . 4 sieve should be removed prior to testing . The prepared subgrade should be protected and moist cured or sealed with a bituminous material for a minimum of 7 days or until the pavement materials are placed . Pavement areas should be graded at all times to prevent ponding and infiltration of excessive moisture on or adjacent to the pavement areas . Due to the presence of expansive clay soils , some pavement movements should be anticipated . Inspection during construction is particularly important to insure proper construction procedures are followed. Where asphaltic concrete pavement is used, a geotextile separator should be placed on the lime-stabilized subgrade at the contact between the flex base and the lime-stabilized subgrade . The geotextile shall be as specified in the "Special Technical Specificat ions " in Appendix C of the City of Fort Worth 's 2005 Pavement Design Standards Manual. 5.4 PAVEMENT SECTION RECOMMENDATIONS The pavement section recommendations provided below were designed based upon AASHTO Guide for Design of Pavement Structures using DARWin 3.1 computer program . A summary of the inputs are provided below : Design E 18's: Initial Serviceability: Terminal Serviceability: Modulus of Rupture : Elasticity Modulus : Effective k-value : Reliability Level: Standard Deviation : Load Transfer J: Drainage Coefficient: Concrete Pavement 875,000 (35,000 ESALs / year for 25 years with 0 .0% growth rate) 4.5 2 .25 550 psi (3 ,600 psi Concrete) 3,712,500 psi 250 psi/in -for 8 inches of lime-stabilized subgrade 85% 0.35 3.2 1.0 MAS-TEK ENGINEERING & ASSOCIATES E06-1108 PAGE 7 Asphal t Pavement Des ign E 18 's : 875 ,000 (35,000 ESALs / year for 25 years with 0 .0 % growth rate) Init ial Serviceability: 4.2 2 .0 Terminal Serviceability: Soil Resilient Modulus: 4 ,118 (untreated subgrade -CSR of 3) 80% Reliability Level : Overall Deviation : 0.45 The following Table presents the recommended pavement section for this project: * RECOMMENDED PAVEMENT SECTIONS * C ;·· .·.:,.~.:,., ~=.v · ,.,. •. ,_ .. , .. ,,v~" .n. ·····:· • ,,, ,:-.·.-.. ~.-. ) ::; CI JfiQfJ:9J:l"f .,~O~Jf.tRE.S1.P§N'TIA L.;Cf~BJ\N (Hi~l:}'-VoH.ih:te), PCC SECTION 7 inch Portland Cement Concrete (3 ,600 psi Concrete) 8 inch Lime-Stabilized Subgrade HMAC SECTION 2 inch Type C Surface Course 4 inch Type B Binder Course (2 lifts) 8 inch Crushed Stone Flex Base or Crushed Concrete Base (2 lifts) 8 inch Lime-Stabilized Subgrade The recommended pavement sections above include a small construction tolerance. The concrete having a minimum 28 day compress ive strength of 3,600 psi. Concrete quality will be important in order to produce the desired flexural strength and long term dura bili ty. Assuming a nominal maximum aggregate size of 1 inch to 1 3/8 inches , we recommend that the concrete have entrained air of 5 percent (± 1 % ) with a maximum water cement ra t io of 0.44. . I MAS-TEK ENGINEERING & ASSOCIATES E06-1108 PAGES I ·;. .. •• . Proper joint placement and design is critical to pavement performance . Load transfer at al l joints and maintenance of watertight joints should be provided . Contro l joints should be sawed as soon as possible after placing concrete and before shrinkage cracks occur. All joints including sawed joints should be properly cleaned and sea led as soon as possible to avoid infiltration of water. The joint construction and spacing and reinforcing should be in accordance with the City of Fort Worth 's 2005 Pavement Design Standards Manual. We recommend that the perimeter of the pavements have a stiffening curb sect ion to prevent possible distress due to heavy wheel loads near the edge of the pavements and to provide channelized drainage. All asphaltic concrete construction should comply with requirements of TxDOT, Item 340 (1993 Edition). The flex base should meet requirements of TxDOT Item 247, Type A, Grade 1, compacted in 4 to 6 inch lifts at or above optimum moisture content to a minimum of 95% Modified Proctor density (ASTM D1557). 5.5 PAVEMENT CONSIDERATIONS It is recommended that provisions be made in the contract to provide for proofrolling in areas where the subgrade will support new pavements . It is also recommended that an item be included for removal and replacement of soft materials , which are identified by this procedure . Proofrolling can generally be accomplished using a heavy (25 ton or greater total weight) pneumatic tired roller making several passes over the areas . Where soft or compressible zones are encountered, these areas should be removed to a firm subgrade . Wet or very moist surficial materials may need to be undercut and either dried or replaced with proper compaction or replaced with a material which can be properly compacted. Any resulting void areas should be backfilled to finished subgrade in 6 inch compacted lifts compacted to 95 percent of maximum dry density as determined by ASTM 0698 . Clay soils having a Pl over , 25 should be compacted at optimum to +3% above optimum. Sandy soils having a Pl less than 25 should be compacted at -2 to +2 percentage points of its optimum moisture content. Achieving the required field density is dependent upon the adequate pulverization of the clay fill materials, the magnitude of compaction energy and the maintenance of field moisture near opt imum. All joints and pavements should be inspected at regular interva ls to ensure ' ; ; MAS-TEK ENGINEERING & ASSOCIATES E06-1108 PAGE 9 proper performance and to prevent crack propagation . The so il s at the site are active and differential heave within the paving areas will occur. In some areas , relatively deep expansive clay soils are present (see Borings B-5 , B-7 and B-8). Large upward pavement movements due to soil swelling are anticipated in these areas . Large differential upward pavement movement could also occur in any areas where the pavement is widened. If it is desired to reduce differential upward soils swell movements, excavation and moisture conditioning in lifts would be required. The extent of excavation would depend upon the des ir ed tolerance for movement. The service life of paving may be reduced due to water infiltrat ion into subgrade soils through heave induced cracks in the paving section . This will result in softening and loss of strength of the subgrade soils. A regular maintenance program to seal paving cracks will help prolong the service life of the paving. The life of the pavement can be increased with proper drainage. Areas should be graded to prevent ponding adjacent to curbs or pavement edges. Backfill materials , which could hold water behind the curb, should not be perm itted. Flat pavement grades should be avoided . Due to the presence of deep utility backfill in some areas and highly expans ive clay in other areas, the use of reinforced concrete pavement would be preferred to accommodate differential pavement movements . 5.6 SITE GRADING AND DRAINAGE All grading should provide positive drainage away from the proposed pavements and should prevent water from collecting or discharging near the pavements. Water must not be permitted to pond adjacent to the runway pavements during or after construction . Otherw ise, soil swell movements could exceed the estimates contained in this report. The pavements will be subject to some post construction movement. Joints in the pavements should be sealed to prevent the infiltration of water. Since some post construction movement of pavement may occur , joints should be periodically inspected and resealed where necessary. . MAS-TEK ENGINEERING & ASSOCIATES E06-1108 PAGE10 . . 5.7 FIELD SUPERVISION AND DENSITY TESTING Field density and moisture content determinations should be made on each lift of fill with a minimum of 1 test per 150 l.f. of pavement. Supervision by the field technician and the project engineer is required. Some adjustments in the test frequencies may be required based upon the general fill types and soil conditions at the time of fill placement. Many problems can be avoided or solved in the field if proper inspection and testing services are provided . It is recommended that all site and subgrade preparation and pavement placement be monitored by a qualified engineering technician . Density tests should be performed to verify compaction and moisture content of any earthwork. Inspection should be performed prior to and during concrete and asphalt placement operations . Mas- Tek Engineering & 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. 6.0 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 test borings. The number and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalities, while considering the nature of loading, size, and cost of the project. If there are any unusual conditions differing significantly from those described herein, Mas-Tek Engineering & Associates , Inc . should be notified to review the effects on the performance of the recommended foundation system. 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. We will retain the samples acquired for this project for a period of 30 days subsequent to 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 E06-1108 PAGE11 NCTCOG NCTCOG Maps www.dfwmaps.com http ://www.dfwmaps.com/print.asp?Layers=on Page 1 of 1 DISCLAiMER N This data has been compiled for NCTCOG . Various J official and unofficial sources were used to gather this information . Every effort was made to ensure the acc uracy of this data, however, no guarantee is given or implied as to the accuracy of said data,. l='i ~ I 11/15/2006 LOG OF BORING 8-1 Project: Pavement Reconstruction -NW 22nd & 23rd Streets -Fort Worth , Texas Project No.: EOG-1108 Date : 11/23/2006 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: Depth to caving when checked: · ELEVATION{ OE?W ' {feei) 'o SOIL SY MBOLS SAMP LER SYMBO LS & FIELD TES T DATA ASPHAL t to. 2" DESCRIPTION was: was: Brown CLAY w/ some calc areous nodu les & ravel -. $, 10 ~" I '20 25 '34/S " f'...'Q..""4!V I 34/b~ ~i<,7.JC,,., 50/5" Light brown & yellowish brown slightly -,ca lcareous CLAY w/ limestonefra· rnenfs Moderately hard tan severely weathered LIMES T ONE , highly fractured Hard tan weathered LIMESTONE , fractured Boring term inated at 10' MTE 1 INC. MC LL PL .20() . oo· P.PE:N UNCON S1Ia1n , % 'k 'Ai. P l %. pcl tsf ksf % 16 .37 18, t9 15 -·-4 ,~+ 4.5!±_ 4.5+ FIGURE:2 LOG OF BORING 8-2 Project: Pavement Reconstruction -NW 22nd & 23rd Streets -Fort Worth, Texas Project No.: E06-1108 Date: 11/23/2006 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: Depth to caving when checked: ELEVATION/ DEPT H /eel) [o I SO IL SYMllOLS SAMP LER SYMBOLS & FIELD TEST DATA DESCRIPTION ASPHALT to 2 " over 7" CONCRE T E Dark brown CLAY w/ limestone pieces (FILL ) Moderately hard tan severely weathered LIMESTONE;. hi hi _ fractured was: was: Moderately hard to hard tan weathered LIMESTONE, fractured w/ clay seams 10 15 20 25 30 I ;-35 i ' Notes : Boring termina t ed at 1 O' MTE, INC. MC LL Pl Pl .-200 DD P.PEN UNCON Slrain '% % % % pcf lsf ksf % 6 60 . -i'os.4 4.5++ --- ~ --___, --4.5H : 4,5 H FIGURE: 3 LOG OF BORING 8-3 Project: Pavement Reconstruction -NW 22nd & 23rd Streets -Fort Worth, Texas Project No .: E06-1108 Date: 11/23/2006 Elev.: Location : See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: was: Depth to caving when checked : ELEVATION/ I DEPTH (feoll >-10· , • .'1.5 .-30 35 No.tes: SOIL SY MBOLS SAM PLE R SYMBOLS & FI ELD TEST QAT A 5010.25" 50/0" DESCRIPTION MC LL PL Pl ;200 DO P.PEN Ul{CON St,ai~ "" "" % % pd' ,,, 1<sr % -1----------------------+--r---r---t---f-.,--··----~-"-'-------• ASPHALTto3" r1--------1------>--------- ·,Liqht brown C LAY & GRAVEJ,, {BASE). __ ~r ,_-1----1--1-----'------. -- Moderately hard to hard tan weathered LIMESTONE , fractured -·•-----------------------r--...---.-i.-----~·-·-L-----·-.. -Very hard tan weathered LIMESTONE , fractured 1 Boring terminated at 1 O' . ' ' . i : . .. ' ! . 1, ; ' ' FIGURE: 4 MTE1 INC. LOG OF BORING 8-4 Project: Pavement Reconstruction -NW 22nd & 23rd Streets -Fort Worth, Texas Project No.: EOG-1108 Date: 11/23/2006 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ I SOIL SYMBOLS MC LL PL -200 DD P PE N, UNCON S ira in DEPTH SAM PLE R SY MBOLS DESCRIPTION % % % Pl 'I, pcf !sf ksf % I {feat) & FIELD TE ST DATA i ~~. --,_ _ ,--i-----1----- .._ __ --------r() =._.\ASPHI\J.,Tto 2" ove r 21' CQ N,,C Bt;IE F --,--t------->---_...,.._ ' 501'.!' !\Brown c lavev sandv GRAVEL to 6" . (BASE) / --· c--i--..-.---,_ __ I>--"":"' ---~-l ~~ : Moderately hard tan weathered LIMESTONE , ; fig ' fractured i i ~ P :.m ~~ ' i ' ' 5 (::zrx121 I -~itr~ 20 I~ ' ,, l I ' I _ .._._ t--,__ '--l----'---..__ __ --1 ~ u Light brown & light gray shaley CLAY I ~ I 24 56 19 37 1011 4.,.5+.;._ k ,0 ' Boring terminated at 1 O' I I i .. '-15 ' I ! I 20 ,, ., " I I I i h-25 ' t I l ' I ' -30 i 1, r: ' i. t' I ' r 35 t I ' ! .' ! ,, .. Notes: FIGURE: 5 MTE, INC. LOG OF BORING 8 -5 P roject: Pav e ment Recons truction -NW 22nd & 23rd Streets -F ort Wo rt h , Texas Proj ec t No .: EOG-1108 Date : 11 /29/2006 Elev .: Location : See F igure 1 Dept h to water at completion of boring : Dry Depth to wat e r whe n c hec ke d : was: Depth to cav ing when checke d: was : ELEVAl"IO N/ I SOIL SYMBOLS MC LL PL Pl -200 DD P.PEN UNCON Strain DEPTH SAM PLER SYMBOLS D ESC RIPT ION Oeet " I!< FIELD TEST D.I\TA % % % % pct !sf ksl % ----t--r---------------ro -'"\~.SP HAL T to 7" ~-!"'-."' / ~-.... -f---i,,-~----- ~ Brown C LAY w/ some ca lcare o us no dules 25 ·53 2 1 ~2 96 8 3.7 I l, 3,7 5 26 ----i-------L.....-·-L..--·~ ---Reddi sh brown C LAY w/ trac e ca lca reou s nodu les 3.5 ~ i '\ 3,.0 ~ --1----,--r-~--.__,__,_ ~-'~ '--- Brow n & ye llowi sh brown CLA Y w/ trace sa nd 4.5• ~ 4.5+ 19 42 14 2~ 107.0 4,5+· " 4.5+> ~- 4,5 >-10 Bor ing term ina ted at 1 O' L I [ I t l,. ' I f I I ' : I I I-2S I I I I. ... 30 ! ~ .-35 ._I, ·, ... Notes: FIGURE : 6 MTE,.INC . LOG OF BORING 8-6 Project: Pavement Reconstruction -NW 22nd & 23rd Streets -Fort Worth, Texas Project No .: EOG-1108 Date: 11/29/2006 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: was: Depth to caving when checked: EL EV.· ATIONI I DE PTH ifeel) · J ""'25 }30 t r SOIL SYMBOLS SAM PL ER SYMBOLS & FIELD TEST DATA DESCRIPTION , MC LL PL Pt ·20,0 DD P.PEN· UNC.ON .Stt aut % ·% ~ '% pc{ I$! ~•f ·% --1---------"----------------t--__ ,_.._. -_ _, ~ -~ ----_,__ ------ ASPHALT to 3" over 6" CONCRETE 1,-:,::B=r=o=w=n=s=a=nc.:d~y...:.C_L_A_Y~w~/-s=a=n=d=s=e=a=m=s==&=---s-o-m-e-g r_a_v_e_l --~-,4 3015 '1 sf--110'4-ff ------ (FILL) 1:j, 1;5 -soft and very loose below 3' 13 (\,8 --1----------------------1 ----f-'--... ---·-----'------ -Light brown & yellowish brown fine SAND (FILL) :__._.. -_v_e~ry"-· _f.o_o_s_e ___________ =--,-----i---. ---.--r-->---,... -. _,_ ----- Brown & light brown fine to medium SANDw/' tr~ce ~fravel (FILL) Boring te r minated at 1 O' ; , MTE, INC. I I• I FIGURE: 7 ' LOG OF BORING 8-7 i ; Project: Pavement Reconstruction -NW 22nd & 23rd Streets -Fort Worth , Texas Project No.: EOG-1108 ' Date: 11/29/2006 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked : was : Depth t o caving when checked : was: El.EVA TION/ I SOIL. SYMH OLS MC LL PL -200 DD P.PEN IJNCON Strain DEPT H SAMPLER SYM BOLS DESCRIPTION % % % Pi % pcf !Sf ksf % ffoel) ,<>,. FIE LD T EST DATA ·-~ --r-.---t---.__ ---~-----~ ...... ._ ' 0 ASPH A LT to 12" ~ . ·22 iii --'4 i ,_____ se:s" ':""\j];-------B ro w n .CLAY w / some ca lcareo u s nodule s 21 (, 4.5+f ~ 19 -1,5·1-t 4.5·1-'t' ~ 4,5·•t i 4.5+~ -----,__ --L--,----------~ Brown & yellow ish brown CLAY w / some calcareous 19 4 .. 5++ nodu les 4.5 + I-1(] ~ 19 4.5.,.. ,--,.._ Boring terminate d at 1 O' ' I ' ; ' '"l S, . 1-2!) I 1-25 I r f ' ~ ' ' t~ 1· ,. Notes : FIGURE: 8 MTE,_INC. LOG OF BORING 8-8 Proj ec t: Pavemen t Reconstruction -NW 22 nd & 23rd Streets -Fort Worth , Texas Project No .: EOG-1108 Da te: 11/29/2006 Ele v.: Location : S ee Figure 1 Depth to water at completion of boring : Dry De pth to water when checke d: was: De pt h to caving when checked: was: ELEVI\Tl?N,11 SO IL SYMBOLS MC LL PL -200 DD ~.PEN UNCQN ~Ital\' SAMPLER SYMBO LS DE SCRI PT IO N Pl OEPt K 'f % .,. 'i4 % pd Isf, k~.f % .tree() & FIELD TEST DATA ---.---· >--~-I-----,__ __ -,-·----0 ........ , -i\ASPHALT to. 1" I --,__ i--t--I--~...,.;..-~·----·---·-4.5• ~ -:\~Brown sg,ndv <;;RAVE L TO 8" r 19 56 f--t--I--1-,..-~--4~ I-----(BASE) 19 . 37 109.3 4,5+ ~ Brown CLAY w/ so me ca lc a reou s nodules .. 4,5+ ' l9, 4.S• . -~-~-,__ 1---~-----._---"'._ ~ --· ~ Light brown & yellowis h brow n CLAY w/ tra ce 4.5• ,....5 ca lc areou s no du les 1'7 . 'l ,f t 4,5• ~ 18 4.5 3,5, •' 4.?_ .... fo , ~ . ' Boring termi na ted at 1 O' , 15 ' ; I: '-'20 . •,' ' '. ' .. ' rs r r f-~ I• .. ' . ' f¥ ' ... N.otes·: FIGURE: 9 .. MTE, INC . ... ····~· l KEY TO LOG TERMS & SYMBOLS Symbol Description Strata symbols Asphaltic Paving CLAY Calcareous Clay LIMESTONE, severely weathered LIMESTONE, weathered CLAY & GRAVEL Clayey Sandy Gravel Symbol I ··,··.··-.-.···1 ...... : · .. · ... J Description SAND GRAVEL, sandy Soil -Sapwlers I I] Thin _wall Sh~ll:>y Tu!'e Standard Penetration Test Auger THD Cone Penetration Test ~ ] ; ___ - CLAY, shaley ~:\j ~-~ Notes: CLAY, sandy ·i. 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) MC= natural moisture content (%) Uncon.= unconfined compression (tsf) P.Pen.= hand penetrometer (tsf) 4. Rock Cores LL = PL = PI = -200 = liquid limit (%) plastic limit (%) plasticity index percent passing #200 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 11 or greater in length divided by the run, expressed as percentage. MTE, INC . FIGURE: 1( . . SWELL TEST RESULTS BORING DEPTH DRY IN-SITU FINAL LOAD % NO. (FEET) DENSITY MOISTURE MOISTURE (psf) VERTICAL ~ ... ; ,; ' .,• CONTENT CONTENT SWELL (pcf) I~ 5-6 108.0 19.5 25 .5 688 6 .5 PROCEDURE: 1. Sample placed in confining ring, design load (including overburden) applied, free water with surfactant made availab le, and sample allowed to swell completely . 2 . Load removed and final moisture content determined . ~¥ MAS-TEK Engin.eering & Associates, Inc. SWELL TEST RESULTS NW 22ND STREET AND NW 23RD STREET F-OR:T WORTH. TEXAS MAS-TEK ENGINEERING & ASSOCIATES . .. EOG::.11.08 l D~te : 1~/1-412006 :J FIGURE: H. I• . LIME SERIES RESULTS . . . : •• . BORI NG DEPTH LIME LIQ UID PL ASTIC PLASTICITY ADDED LfMfr ., '· LIMIT IND EX NO . (FEET) •• ·. (%) (0i'.ol (Pl)) " . . ! " I• B-5 1-2 0% 63 21 42 3% 55 36 19 5% 50 37 13 7% 4 9 40 9 ' i. LIME SERIES TEST RES UL TS NW 22 ND STREET AND NW 23 RD STREET FO RT WO RT H. TEXAS: ·- MAS-TEK ENGINEERING & ASSOCIATES . .. EQ6-1:tQ8 r DATE: 12/14/2006 'I FIGURE: 12.-. .. SOLUBLE SULFATES PPM TEST RESULTS I' ,, DEPTH .SOLUBLE BORING NO. 'SULFATES (FT.) (PPM) 8-2 1-2 180 8-5 1-2 200 8-6 1-2 140 ... 8 -7 1-2 140 ·- 8-8 1-2 180 ' ' SOLUBLE SULFATES. TEST RESULTS .. NW 22ND STREET AND NW 23RD STREET FORT WORTH. TEXAS MAS-TEK ENGINEERING & ASSOCIATES i: E0'~-11 .08 ] DATE:"12114/2006 I FIGURE: 13 1, .. Page 1 of 3 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 5/22/2007 -Ordinance No. 17552-05-2007 DATE: Tuesday, May 22, 2007 LOG NAME: 30NW 22ND00289 REFERENCE NO.: **C-22126 SUBJECT: Authorize Execution of Contract with McClendon Construction Company, Inc ., for Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of NW 22nd Street and NW 23rd Street (Project No. 00289) and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council : 1. Authorize the transfer of $334,742.90 from the Water and Sewer Operating Fund to the Water Capital Project Fund in the amount of $279,896 .90 and Sewer Capital Project Fund in the amount of $54,846.00; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Project Fund in the amount of $279 ,896 .90 and the Sewer Capital Project Fund in the amount of $54 ,846 .00 , from available funds; and 3. Authorize the City Manager to execute a contract with McClendon Construction Company , Inc ., in the amount of $1 ,004 ,322 .65 for pavement reconstruction and water and sanitary sewer main replacement on portion of NW 22nd Street (Ellis Avenue to Lee Avenue and Prospect Avenue to Lincoln Avenue and Pearl Avenue to Chestnut Avenue) and NW 23rd Street (Ellis Avenue to Clinton Avenue) (DOE -5137). DISCUSSION: On February 14 , 2006 , (M&C C-21297) the City Council authorized the City Manager to execute an engineering agreement with Turner Collie & Braden, Inc., for pavement reconstruction and water and sa nita ry sewer main replacement on portions of NW 22nd Street and NW 23rd Street (DOE-5137). The 2004 Capital Improvement Program (CIP) includes funds for pavement reconstruction on all streets ment ioned above . Street improvements include pavement reconstruction , construction of standard concrete curb and gutter, driveway approaches and sidewalks as indicated on the plans . The Water Department has determined that severely deteriorated water and sanitary sewer lines should be replaced prior to street reconstruction. The project was advertised on December 21 , 2006 and December 28 , 2006 . On January 18 , 2007, the follow ing bids were received : BIDDERS AMOUNTS M cClendon Construction Company, Inc . Gi lc o Con t ractin g, Inc . Sta bile & Winn , Inc . J LB Cont racting , LP Ja ckson Construction , Ltd . http://www.cfwnet.org /coun ci l _packet/Rep orts /m e _print.asp $1,004,322.65 $1 ,016 ,823 .85 $1 ,034,982.40 $1 ,042 ,950.75 $1 ,138 ,272 .75 5/24 /2 007 Page 2 of 3 Time of Completion : 160-Working Days The new pavement will consist of 7-inch concrete over 6-inch lime stabilized subgrade with 7-inch concrete c urb . Funding in the amount of $33,697.40 is included for associated water and sewer construction survey , project management, pre-construction , material testing, inspection and project close out (water $21 ,542.40 and sewer $12 ,155 .00). The contingency funds to cover change orders total $16 ,184.00 (water $12,303.00 and sewer $3 ,881.00). Funding in the amount of $85 ,622 .90 is required for associated paving and drainage construction survey, project management, pre-construction , material testing, inspection and project close out. Contingency for pavement reconstruction is $25 ,000.00 . M/WBE -Mcclendon Construction Company, Inc., is in compliance with the City's M/WBE Ordinance by committing to 36 percent M/WBE participation on this combined project. The City's goal on this combined project is 25 percent. This project is located in COUNCIL DISTRICT 2, Mapsco 62G, J and K. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval of the above recommendations, and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets , as appropriated , of the Water Capital Projects Fund, the Sewer Capital Projects Fund and the Street Improvements Fund. TO Fund/Account/Centers 1&2} P253 472045 6021700289ZZ 1&21 P258 472045 7021700289ZZ 2) P253 531350 602170028952 2) P253 531350 602170028980 2) P253 531350 602170028982 2) P253 541200 602170028983 2) P253 531350 602170028984 2) P253 531350 602170028985 2) P253 531350 602170028991 2) P258 531350 702170028952 279 896.90 $54,846.00 $4,608.00 $345.60 $230.40 $258,354.50 $2,304.00 $13,824.00 $230.40 ~600.00 http://www.cfwnet.org/council_packet/Reports/mc_print.asp FROM Fund/Account/Centers 1 PE45 538070 0609020 1}PE45 538070 0709020 ~ P253 541200 602170028983 ~ P258 541200 702170028983 ~ C200 541200 202400028983 $279,896.90 $54,846.00 $246,051.50 $38,810.00 $719,461.15 5/24/2007 ./ 2) P258 531350 702170028980 2) P258 531350 702170028982 2) P258 541200 702170028983 2) P258 531350 702170028984 2) P258 531350 702170028985 2) P258 531350 702170028991 $195.00 $130.00 $42,691.00 $1,300.00 $7,800.00 $130.00 Submitted for City Manager's Office by: Originating Degartment Head: Additional Information Contact: http ://www. cfwnet. org/ council _packet/Reports/me _print. asp Marc Ott (8476) A. Douglas Rademaker (6157) Joseph Bergeron (2384) Page 3 of 3 5/24/2007