Loading...
HomeMy WebLinkAboutContract 36653cnv SECRETARY J ' . 0.0.E. FILE SPECIFICATIONS CONTRACTOR'S BONDING CO. & CITY SECR ETARY .34 fe5,2 CONTRACT NO. ~. CONSTRUCTION'S COPY -CONTRACT DOCUMENTS CLIENT i:>EPARTMENT FOR WATER AND SANITARY SEWER RELOCATIONS FOR SH 121 T (Southwest Parkway) MIKE MONCRIEF MAYOR Part 8 -Forest Park Blvd. Part 10 -Mistletoe Blvd. Part 12 -Parkview Dr. D.O.E. No. 5550 WATER PROJECT No. P264-609170020387 IN THE CITY OF FORT WORTH, TEXAS OCTOBER 2007 S. FRANK CRUMB, P.E. DIRECTOR OF WATER DEPARTMENT ROBERT D. GOODE, P.E. DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS DEPARTMENT A. DOUGLAS RADEMAKER, P.E. CHARLES BOSWELL CITY MANAGER DIRECTOR OF E NGINEERING DEPARTMENT Prepared by: TranSystems Corporation Consultants .--------i 500 West Seventh St., Suite 1100 v,HJC )~l ~~C~i ~ Fort Worth, Texas 76102 tin ~~t ~~i~v n. ~m·~1M, nt 02-22-08 A10:33 IN t ( M&C Kequest Kevtew rage 1 or L. Ci www.c net.org Home I Council Agj!nda I H&C I Employ« Directory I ACToday I Eff1,~e Clmlfteds I PRS I rT OnUne I Departments I Site Map DATE: CODE: COUNCIL ACTION: Approved on 1/29/2008 1/29/2008 REFERENCE NO.: C-22653 LOG NAME: C TYPE: NON-CONSENT PUBLIC HEARING: Print _M&C 30121CONAT81012 NO SUBJECT: Authorize Execution of a Contract with Conatser Construction T exas , LP , for State Highway 121T Water and Sanitary Sewer Relocations , Parts 8 , 10 and 12 (City Project No. 00203) RECOMMENDATION : It is recommended that the City Council authorize the City Manager to execute a contract with Conatser Construction 'Texas , LP , in the amount of $1 ,289 ,576 for State Highway 121T Water and Sanitary Sewer Relocations Parts 8 , 10 and 12. DISCUSSION: On April 5 , 2005 , (M&C C-20631 ) the City Council authorized an engineering agreement with TranSystems , d/b/a TranSystems Corporation Consultants, for Water and Sanitary Sewer Relocations for State Highway 121T (Southwest Parkway), Part 1, from Hulen Street to Summit Avenue . The project provides for the relocation of the water mains at Forest Park Boulevard (Part 8) from Parkview Drive to Union Pacific Railroad right-of-way ; at Mistletoe Boulevard (Part 10) from Forest Park Boulevard to 12th Street and along Beckham Place and at Parkview Drive (Part 12) from Forest Park Boulevard to Interstate Highway 30 Frontage Road . These improvements a re necessary to facilitate the construction of State Highway 121T. The project was advertised for bid on October 11 and 18, 2007 , in the Fort Worth Star-Tele ram . On November 15 , 2007 , the following bids were received: Bidder JT Dersner, Inc.* Texas United Excavators , LLC** Conatser Construction Texas. LP William J . Schultz , Inc., d/b/a Circle Amount $1,203 ,555.00 $1 ,276 ,316.00 $1.289.576.00 $1 ,384 ,952 .00 Time of Com letion 120 Calendar Days *JT Dersner, Inc., has been determined to be non-responsive to the contract specificat ions due to failure to comply with the M/WBE requirements . **Texas Un ited Excavators , LLC , (TUE) has been determined by staff to be non-responsive to the contract specifications due to failure to comp ly with the prequalification pipe siz e restriction . TUE is prequalified to only install water and/or san itary sewer mains 12 inches in diameter and smaller. This project includes the installation of 341 feet of 16-inch diameter water lin e . Conatser Construction Texas, LP , is in compliance with the City 's M/WBE Ord in ance by committing to 8 percent M/WBE participation and documenting good faith effort. Conatser Construction Texas , LP , identified several subcontracting and supplier opportunities. However, the M/WBE-certifi ed firm s contacted in the areas identified did not subm it the lowest bids . The C ity 's goa l on this project is 20 percent. http ://www. cfwnet. org/ council _packet/me _review.asp?ID=893 3&councildate= I /29/2008 2/13/2008 M&C Request Review Page 2 of 2 In addition to the contract cost, $83 ,500 is required for project management, inspection and survey; and $38 ,687 is provided for project contingencies . The project is located in COUNCIL DIST RIC T 9 . FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Water Capital Projects Funds. TO Fund/Account/Centers Submitted for City Manager's Office by:. Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers P264 541200 609170020387 $1 ,289,576 .00 Marc A. Ott (8476) A. Douglas Rademaker (6157) Liam Conlon (6824) A TTACH'MENTS http://www.cfwnet.org/council_packet/mc_review.asp?ID=8933&councildate=l/29/2008 2/13/2008 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 1 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WATER AND SANITARY SEWER RELOCATIONS FOR SH121 T PART 8, 10, 12 D.O.E. NO. 5550, P264-609170020387, City Project No. 00203 BID RECEIPT DATE: 1:30 PM, November 8, 2007 ADDENDUM NO. 1 ISSUED: November 2, 2007 This Addendum No. 1 fo1ms a prut of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowl~dge receipt of this Addendum in the space provide below, in the proposal (page Bl-15R) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. Prospective bidders are hereby notified of the following: 1. The proposal section is hereby replaced in its entirety with the revised pages B1-1R to B1-1SR. Note revised paving Pay Items. 2. The contract time has been extended from 120 calendar days to 180 calendar days. 3. Plan and Profile Sheet 17 of 22 is hereby replaced by Sheet 17R, wherein permanent pavement l'epair by figure 2000-1 C has been replaced with permanent pavement repair by Figure 2000-lB. 4. Attached is a soil borings report for Parkview Drive (8 pages). S. On sheet 21 of 22 and 22 of 22, The Traffic Control Plan shall state: Work hours shall be restricted to 9am to 4 pm. During these hours one Jane of traffic northbound and one lane southbound shall be provided at all times. For peak hours (7am to 9am and 4pm to 6pm) open Forest Park Blvd. to two lanes in both directions. The Contractor shall backfill and plate excavations to allow traffic to flow during non working hours. Addendum No. 1 1 of2 All other provisicms of the plans, specifications and contract documents for the project which aie not expressly amended herein shall remain in full force and effect Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED: By: ..... .:..-r-~-' -- Company: __________ _ Addendum.No. l 2of2 A. Douglas Rademaker, P .. E., Director By: -r;IJ};, 5 ~ .L t Tony Sholola, P .E., Engineering Manager C:\Documcnts .and Sctrin~nlool\Loca.l Satiags\Tcmpomy Intem::t Fdcs'IOLKlCl'.Addmd l FP 11011007 .doe I I I I I I I i i I I I I I I I l ! i i l I I I I i I Nov . 6. 2007 10 :07AM TranS Ystems CITY OF FORT WORTH DEPARTMENT OF ENGINEERING- ADDENDUM NO. 2 No.3324 P. 1 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WATERANDSAN1TARYSEWERRELOCATIONSFORSH121T PART 8, 10, 12 D.O.E. NO. 5550, P264-609170020387, City Project No. 00203 BID RECEIPT DATE: 1:30 PM, November 15, 2007 ADDENDUM NO. 2 ISSUED: November 5, 2007 This Addendum No. 2 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provide below, in the proposal (page B1-I5R) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could ·subject the bidder to ·---· disqualification .... -.: .... . . ... ___ ..... Prospective bidders are hereby notified of the following! 1. The bid receipt date is hereby changed from November 8, 2007 to November 15, 2007. Sealed proposals will be received at the Purchasing Office until 1:30 · PM, Thursday, November 152 2007. The bid opening is at 2 PM, Thunday November 15, 2007. All other provisions of. the . plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. Failure to. return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the proposal at the fune of bid submittal. RECEIPT ACKNOWLEDGED: A. Douglas Rademakert P.E., Director By: lo4J 5k.t l Tony Sholola, P.E .• Engineering Manager Addendum No. 2 Files\OLJOCS\Addcnd 2 FP 11052007 (2).doc Nov. \3 . 2007 4:00PM TranS Ystems CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 3 No .3446 P. 2 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WATER AND SANITARY SEWER RELOCATIONS FOR SH121T PART 8, 10, 12 D.O.E. NO. 5550, P264-609170020387, City Project No. 00203 BID RECEIPT DATE: 1:30 PM, November 15, 2007 ADDENDUM NO. 3 ISSUED: November 13, 2007 This Addcndqm No. 3 form a part of the Contract Documents referenced above and modifies the Original Contrnct Documents and Plans .. Acknowledge receipt of this Addendum in the space provided below, on the attached revised proposal (page Bl-15R) and acknowledge receipt on the outer envelope of your bid. Failure to aclrnowledgc receipt of this Addendum could subject the bidder to disqualification. Prospective bidders are hereby notified. of the following : 1. The Contractor shall use quick setting concrete for permanent pavement repair to keep traffic flowing according to the contract documents (including addendums). 2. The proposal section is hereby replaced in its entirety with the revised attached pages Bl-lR to B1 -15R. All other provisions of the plans, specifications and contnict documents for the project which are not expressly amended herein shall remain in fu11 force and effect. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive . A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED : A. Douglas Rademaker, P .E., Director B~4P-By. foay 5JnlL Compan~~(ltc/,'u'Yl Tony Sholola, P.E., Engineering Manager Addendum No . 3 G;\FW04\03S2\Specs\Fotest Pnrk\addcndum\Addcnd 3 FP 11132007 .doc I ofl TABLE OF CONTENTS Part A -Notice to Bidders Special Instructions to Bidders (Water Department) City of Port Worth Minority/Women Business Enterprise Policy Part B -Proposal Part C -General Conditions Part C 1 -Supplementary Conditions to Section C Part D -Special Conditions Part DA -Additional Special Conditions Certificate of Insurance Part F -Bonds (City of Port Worth) 0 Performance Bond 0 Payment Bond 0 Maintenance Bond Part G-Contract (City of Port Worth) Appendix A 0 TxDOT P ermit 0 Fort Worth and Western RR Permit 0 Concrete Cores Appendix B -Standards G:\FW04 \0382\Specs \Forest Park\Table of Contents 12 1.doc TC-1 Part A Notice to Bidders NOTICE TO BIDDERS Sealed proposals for the following For: Water and Sanitary Sewer Relocation for SH121 T Part 8, 10, 12 D.O.E. No. 5550 Water Project No. P264-609170020387 341 LF 16-inch PVC Water Line 3,467 LF 12-inch PVC Water Line 1,597 LF 8-inch PVC Water Line 113 LF 6-inch PVC Water Line 1 EA 16-inch Gate Valve & Vault 11 EA 12-inch Gate Valve & Box 5 EA 8-inch Gate Valve & Box 8 EA 6-inch Gate Valve & Box 7 EA Fire Hydrant Assembly Addressed to Mr. Charles R. Boswell, City Manager for the City of Fort Worth , Tex as , wi ll be received at the Purchasing Office until 1 :30 PM, Thursday, November 8, 2007 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Plans for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street , Fort Worth, Texas. A thirty dollar ($30.00) nonrefundable fee is required for each set of plans and documents . Please note that plans and specifications will be available for pick up on Monday October 15, 2007. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must submit the complete specifications book or risk rejection of bid. The improvements included in this project must be performed by a contractor who is pre-quali fie d by the Water Department at the time of bid opening. The procedures for pre-qualification are outlined in the "Special Instructions to Bidders (Water Department)". For additional information concerning this project, please contact Liam Conlon, City Project Manager, at 817-392 -6824 or K ent Lunski , P .E. at 817-339-8950. Advertising D ates: October 11, 2007 October 18, 2007 Fort Worth, Tex as C:\Documents an d Settings \conlonl \Local Settings \Tem p ora,y In ternet Files \OLK3C8 \Part A -Notice to Bidders 12 1.doc NB -1 PART A -COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: For: Water and Sanitary Sewer Relocation for SH121T Part 8, 10, 12 D.O.E. No. 5550 Water Project No. P264-609170020387 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., Thursday, November 8, 2007, and then publicly opened and read aloud at 2 :00 P .M. in the Council Chambers . Plans for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. A thirty dollar ($30.00) nomefundable fee is required for each set of plans and documents. All bidders will be required to comply with Provisions 5159a of"Vemon's Annotated Civil Statutes " of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400, Fort Worth City Code Sections 13 -A -21 through 13-A-29), prohibiting discrimination in employment practices. Please note that plans and specifications will be available on Monday October 15, 2007. The major work on the above project shall consist of the following: 341 LF 16-inch PVC Water Line 3,467 LF 12-inch PVC Water Line 1,597 LF 8-inch PVC Water Line 113 LF 6-inch PVC Water Line 1 EA 16-inch Gate Valve & Vault 11 EA 12-inch Gate Valve & Box 5 EA 8-inch Gate Valve & Box 8 EA 6-inch Gate Valve & Box 7 EA Fire Hydrant Assembly designated as Water Project No. P264-609170020387 located in the City of Fort Worth, Texas. Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications . The improvements included in this project must be performed by a contractor who is pre-qualified by the Water Department at the time of bid opening. The procedures for pre-qualification are outlined in the "Special Instructions to Bidders (Water Department)". The City reserves the right to reject any and/or all bids and waive any and/or all formalities . AW ARD OF CONTRACT: No bid may be withdrawn until the expiration of forty-nine ( 49) days from the date the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Do cumentation") as appropriate is received by the City. The award of contract, if made, will be within forty-nine (49) days after this documentation is received, but in no case C:\Doc uments and Settings\conlonl\Loca/ Settings\Temporary Internet Fi/es\OLK3CB\Pa,t A -Notice to Bidders (Comprehensive) 121 .doc CNB-1 PART A -COMPREHENSIVE NOTICE TO BIDDERS will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. Bidders are responsible for obtaining all addenda to the contract documents and aclmowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive . Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817) 392-7910 . Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders shall submit complete specifications book or risk rejection of bid. In accord with the City of Fort Worth Ordinance, No. 15530, as amended, the City of Fort Worth has goals for the participation of Disadvantaged Enterprise 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, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The documentation must be received by the contracting department 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 contracting department to whom the delivery was made. Such receipt shall be evidence that Documentation was received by the City. The Managing Department for this project is the Department of Engineering. For additional information concerning this project, please contact Liam Conlon, City Project Manager, at 817-392-6824 or Kent Lunski, P.E. at 817-339-8950. Charles R. Boswell City Manager Marty Hendrix City Secretary A. Douglas Rademaker, P.E., Director Department of Engineernf By: r~ ~Av /u /'i Tony Sholola, P.E. Engineering Manager, Engineering Services Advertising Dates: October 11, 2007 October 18, 2007 Fort Worth, Texas C:\Documents and Settings\conlonl\Loca/ Settings\Temporary Internet Files\OLK3CB\Part A -Notice to Bidders (Comprehensive) 121 .doc CNB-2 Special Instructions to Bidders (Water Department) SPECIAL INSTRUCTIONS TO BIDDERS 1) PREOUALIFICATION REQUIREMENTS: All contractor s submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting b ids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one ( 1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received . c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered . g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5 %) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must ( 1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. 4. WAGERATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: 09/10/04 1 (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code , including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. Th provisions of Right to Audit, under paragraph L of Section Cl: Su lemen~ Conditions To Part C- General Conditions ertain to this ins ection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258 , Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6 . BIDDER LICENSE : Bidder must be a licensed Contractor in the State of Texas . 7 . NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nomesident bidder unless the nomesident'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 nomesident bidder to obtain a comparable contract in the state in which the nomesident's principal place of business in located. "Nomesident 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 nomesident bidders in order for the bid to meet specifications. The failure of a nomesident 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. 09/10/04 2 Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with 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 BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AIYER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p .m ., five (5) City business days after the bid opening date . The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements . Further, any such misrepresentation of facts ( other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12 . FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b . Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c . The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. 09/10/04 3 d. The warranty period shall begin as of the date that the final punch list has been completed . e . Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities , or (ii) liquidated damages , city shall make a progress payment in the amount that city deems due and payable. g . In the event of a dispute regarding either final quantities or liquidated damages , the parties shall attempt to resolve the differences within 30 calendar days. 09/10/04 4 City of Fort Worth Minority/Women Business Enterprise Policy FORT-WORTH ,._,_ •9• ~ City of Fort Worth Minority .and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If t he total dollar value of the contract is less than $25,000 , the M/WBE goal is not applicable . POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to th is bid. M/WBE PROJECT GOALS The City 's M/WBE goal on th is project is 24 % of t he total bid (B as e bi d appl ies t o Parks a n d Comm unity Se rvi ces). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25 ,000 or more, bidders are requ ired to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITIAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the follow i ng times allocated , in order for the entire bid to be considered respo nsive to the specifications. The Offeror sha ll deliver the MWBE documentation in person to the appropriate employee of the manag ing department and obtain a date /time rece ipt. Such receipt shall be ev idence that the City rece ived the documentation in the time all ocated . A faxed copy will not be acc ept ed. 1. Subcontractor Utilization Form , if goal is met or exceeded : 2. Good Faith Effort and Subcontractor Utilization Form , if part icipa t ion is less than stated goal: 3. Good Faith Effort and Subcontractor Utilization Form , if no M/WBE participat ion: 4. Prime Contractor Waiver Form , if you w ill perform all subcontracting /suppl ier work: 5. Joint Venture Form , if utilize a joint venture to met or exceed goal. received by 5:00 p.m., five (5) City business days after the bid open ing date , exclusive of the bid opening date. rece ived by 5:00 p.m., five (5) City business days after the bid opening date , exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date , exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid open ing date , exclusive of the bid opening date . received by 5:00 p.m., five (5) City business days after the bid opening date , exclusive of the bid open ing date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any q uestions, please contact the M/WBE Office at (81 7) 39 2-61 04. Rev. 11/11/05 FORT WORTH ~ City of Fort Worth 11 .... , Subcontractors/Suppliers Utilization For~'o7 ') r O<: ATIACHMENT 1A Page 1 of 4 PRIME COMPANY NAME: Check applicable block d,tijitcribe prime Lf Water and Sanitary Sewer Relocation For SH 121 Part 8, 10, 12 City's M/WBE Project Goal: 24 % Prime's M/WBE Project Utilization: K3" % NON-M/W/DBE DOE 0. ·5550 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation , and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclus ive of bid opening· date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offerer 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 count ies . Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e ., a direct payment from the prime contractor to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2 nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the time of bid open ing w ithin the Marketplace, that have been determined to be bonafide minority or women businesses by t he North Ce ntral Texas Regional Cert ification 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 aqreement. Rev . 5/30/03 fORTWORTH ~ ATIACHM ENT 1A Page 2 of 4 Primes are re quired to identify ALL s ubco ntractors/s uppliers, regardless of s a LIS;1i i:-; lfyfitJ or~~ · en I nd no n-M/WBE s. Plea se list M/WB E firms first, us e additiona l sheets if necessary. Cert ificati on N (check one) 0 SUBCONTRACTOR/SUPPLIER n T Deta il De t ail Co m pany Nam e i N T Add re ss e M w C X M Subcontract ing Wo rk Supplies Purc has ed Do ll ar Amo unt Tel epho ne/Fax B B T D w r R 0 B E E C T E A ')r' u cJ( i ~ 't- $41, ~oo.00 ROBERT GRANADOS TRUCKJNG -Hau\ &f+ 4608 Sandage l ./ Su <":plus Fort Worth, Texas 76 115 (817) 875 -2400 Co nc YQ-H: __ 7,> ~~ 7DO. o7J CO WTOWN RED I-MIX f:-eol; mix PO Box 162327 ,...v Fort Worth, Texas 76161 } ./ V (817)7 59-1919 f (817)7 59-1 716 ?,f)Q-, h+Ji~S. $), 7, °3;>_0 . DO NATIONAL WATERWORKS "+ ~o. l v-e r I PO Box 840700 V Dallas, Texas 75284 I V (800) 252-1557 RI NKE R MAT ERIALS f) t ·, h-Jii'3S 'fJ) g()D· o D ~ o. I \}{2$ ) PO Box 730197 \ vv Dallas, Texas 75373 -0197 (817) 491-4321 A SfYrD. I+-$4 ,SOD.Do I REYNOL DS ASPHALT & C O NST R UCT IO N C O MPANY 1 v PO Box 370 Euless, Texas 76039 (817) 267-3131 Rev. 5/30/03 FORT WORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ ATIACHMENT 1A Page 4 of 4 /07, CJQO. oO 173 (i,~Q. oO I TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 62-.8' 1) 5~0.00 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval 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 participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on th is 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 act ion under Federal, State or Local laws concerning false statements . Any failure to comply with this ord inance and create a material breach of contract may result in a determination of an irrespons ible Offeror and barred from participating in City work for a period of time not less than one (1) year. AL~ ~ ~ fffi) cl£> 0-\- Title Cooa.±si<Cb~l t..-t'i0n:J)<., u: Company Name ~ntact Name/Title (if different) 't-, ~hofl-L.. ~ 'llJ::o3Y:-J 7lf 3 3'J-63q -46S: t, Telephone and/or Fax 9. o ~"' I :St-1':i ~ Address 5.~~;.w I:) {-th~ )CC\ s I d e_ ( ( i @_ ,,COf\Q +s e ( .COY?'L ]bf\°) ii Addre s \\J t'S/ co Dater ~ Rev . 5/30 /03 !1 '! ATTACHMENT 1C Page 1 of 3 FORT WORTH --•. ~ S , City of Fort Worth o;, ,o0 <:.s Good Faith Effort Form IME COMPANY NAME : . ---) Dv1 I PROJECT NAME : Water and Sani tary Sewer Relocation For SH 121 Part 8 , 10, 12 City's M/WBE Project Goal : 24% PROJECT NUMBER P264-609170020387 0 . .I ;y Check applicable block to describe M/W/DBE BID DATE If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal, you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracti ng and or supplier opportunity through the 2"a tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev . 05/30/03 ATTACHMENT 1C 1 1 -1 5 -0 Page 2 of 3 7 P02 :so I N 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. Date of Listing C5j / I O / 0 f 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? _0 es (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed .) No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? --~s (If yes , attach list to include name of M/WBE firm, person contacted, phone number and date and time of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) D~1d ou provide plans and specifications to potential M/WBEs or i nformation regarding the location of pl ns and specifications in order to assist the M/WBEs? Yes __ No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope Qf Work Reason for Rejection ~O.e nUo-rJi orY ~ ofu II J Rev. 05/30/03 ADDITIONAL INFORMATION: ATTACHMENT 1C Page 3 of 3 Please provide additional information you feel will furth tl e-l9gl ain your good and honest efforts to obtain M/WBE participation on this project. 'o 7 ,oo <: l ;jt The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City' /WBE Offi _____ _, Title Q;D<X::\SR &fr<)$} YW±,t):{]~1 Lf Company Name -+t).~ 16>-iYg' Addre~~\ R .we)~-t..h ~ <>$<AS ,(Qll?) City/State/Zip Printed Si nature ~vn-Q_ Contact Name and Title (if different) Phone Number I 'gl 7 -634-1./fn b Fax Number J,e v(t ~et±SJ? r c~ ail Ad ress \\/ 15/ o-, Date 1 Rev. 05/30/03 PartB Proposal Nov .13 .2007 4:00PM Tr anSYs t ems No .3446 P. 3 PART B -PROPOSAL -Water and Sanitary Sewer Relocations for SH121 T: Pam 8, 10, 12 TO: CHARLES R. BOSWELl... CITY MANAGER FORT WORTH, TEXAS FROM : (Bidder's Name) (Address) For: Water and Sanitary Sewer Relocations for SH12 l T: Parts 8, 10, 12 Water Project No . P264-609170020387 Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans, specifications, and the site, understands the amount of work to be done and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete the work as provided in the Plans and Specifications, and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth . Upon acceptance of this proposal, the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums to-wit: Water and Sanitary Sewer Relocation for SH121 T: Pam 8, 10, 12, DOE No. 5550 l'ay CPMS Record Appro:dmatl! ltrm Number Qu.-utity Water Improvements l. Bid-00592 341 2. Bid-00591 2,983 Addendum No.3 Unit Dci;criptiou of Bid Item Prlca WrlUen In Words · Unit Price 'Cotal Price Linear Pipe -Pressure -16-inch $ I lo~. DO $ 5 b, ~ k,:'.). DO Feet Ductile Iron Water Pipe-Install O>J-LL.lu~d~ s J X. + 'I t::-i \}-L Dollars & )"\) 0 Cents per LINEAR FBBT Linear Pipe -Pressure -12-inch PVC ...., $ Feet Install ~1 ~4-efl N Dollars& __._N....c...._D ___ C'.cnts per LINEAR Fffi't G:IFW04\0382\Specs\Fon:st Parlc\J>art B. Proposal ci,m.g 111307.doc Bl-IR No v.13.2007 4:01PM Tr anS Yst ems No .3446 P. 4 Water and Sanitary Sewer Relocation for SH121 T: Parts 8, 10, 12, DOE No. 5550 Pay Cl'MSRKord Approximate Uait l>esc:ription of Bid Item Prices Unit Total Jmn N11111ber 22:m~ Written In Wonb Pri~ Pme 3. Bid-00590 40 Linear Pipe-Pressure -12-inch bIP-$ J too .ot $ Gi , I/CO . Do ' Feet Install · o~uuNcl u~ s ,·x::1~ ... -Dollars & ,~}0 I Q.nlS per UNEAR FEE'f J':}_JOD J./ oO 4. Bid-00248 444 Linear Pipe -Pressure -12-inch -$ $~ j3gz). Feet Ductile Iron Water Pipe -By :, Other than Open Cut -Install o NQ.+lu ~ct \\ed ~o r+ 1 ~' v-.Q_ Dollars& WO Cents per LINEAR FEET 5. Bid -00581 444 Linear Pipe -Casing -24 Inch -Casing $ jOD. DO $ J 33,Jco.ot:i Feet -Other Than Open Cut "" Install --[bC£.Q < H: u ,.j ~ ~ c:,\-Dollars& µO Cents per UNEAR FEET 6. Bid-00588 10 Linear Pipe -Pressure -10-inch PVC -$ __ ~.oO $ StJ).Dt> Feet Install _b ~ + 1 Dollar& & ND Cents per LINEAR J<'J3B"I' Addendum No.3 G:\FW04\0382\Specs\Forest l>ark\Part B • Proposal Opln9 111307.doc Bl-2R No v.13.2007 4:01PM TranS Yste ms No .3446 P. 5 Water and Snnitary Sewer Relocation for SB121T: Parts 8, 10, 12, DOE No. SS50 Pay CPMS Rl!Qlrd ApproxllDllte lten1 Number Ouu~ 7. Bid-00618 1,598 8. Bid-00616 125 9. Bid-00605 43 10. Bid-00719 1 Addendum No.3 :--, _________ _ Unit Linear Feet .l>csaiption of Bid Item Prices w,tuai In Words Pipe -Pressure -8-inch PVC - Install fp ( t-'1 t .~ .}g__ Oollars & ,J O Cents per LINEAR FEET Linear Pipe-Pressure-6-inch PVC- Feet Install ~It-"( Dollars & J\)0 Cents per LINEAR ffllIT Linear Pipe -Pressure -4-inch PVC ,.., Feet Install Jh \ (,l..'1 ~i J,-L Dollars & b}_V Cents per LINEAR F.E&T Each Valve 16-inch Gate -wNalve Vault -Install -re ~lbnufA na. 0o11ars& _N~o _________ CcnlS per EACH Unit Total Pria: Pritt $ 'is,"S.oo $ 7/ qio .00 $ L/[). 00 $ 5. ODO· DO $ 35.CD $ L 505,00 $ [0 ,000JJ) i $ l'DJID o o G:WW04\0382\Spcc:s\Fum.t Pmk'IPart B • Proposal cpms 111307.doc Bl-3R Nov.13, 2007 4:01PM TranSYstems No.3446 P. 6 Water and Sanitary Sewer Relocation for SH121T: Parts 8, 10, 12, DOE No. 5550 :Pay CPIMS Rttord Approximate Jtem NumMf Quantity lL Bid"00717 11 12 . Bid-00749 5 13 . Bid-00745 8 14 . Bid-00735 1 Addendum No.3 Unit Deserlpdon or Bid I1e1n Prica Writtm in Words Each Valve 12-inch Gate -wNalve Box -Install Z:,'8b4eeNH uMlooe:L Donm& -N t:) Cents per EACH Each Valve 8-inchGate-wNalve Box -lnstall w=rbou.w vcl Dollars & ,.:_N....;c..D~ ____ Centspet EACH Each Valve 6-inch Gatc-wNalve Box -Install Ct&Jh1~UNdud tift~t DoUara& jJ O Cent$ per EACtt Each Valve 4-inch Gate -wN alve Box ~ Install 5;AfLNducl. t,.f.+,/ 0o11an& NO Cents per EACH Unit Total l'me Price • $ l I glX).D0 $ lj,&>o.oo $ L cro . oo $ 5 DCX)· 06 I $ frflJ.00 $_ /060.00 G:\FW04\0382\Specs\Forest Parlc.\Part B • ~I cpms 111307..doc Bl-4R No v. 13 . 2007 4:01PM TranS Ys t ems No .3446 P. 7 Water and Sanitary Sewer Relocation for SHlllT: Parts 8, 10, 12, DOE No. 5550 Pay CPMS Record Approxitllatc Item Number Q11antity 15 . Bid..()()550 26 16 . Bid~00552 4 17 . Bid-00767 3 18 .. Bid-00763 35 19 . Bidw00755 1 Addt!ldum Neu Unit Daerfpdon of Bid Item l'rica Writh:11 in Words Unit l'rict Total Price Each Meter Box Class "A" -Install $ d.DD ,ro $ 5 ri).W pt) Dol lars& Each Meter Box Class "B" -Jnstall ..... tJ.;;__D _____ C,a)ISJ)U BACH Each Water Senrice--2 inch-Tap to Main ,.. Install Oollare & _n_t) _____ Ccnt!ipcr BACH Linear Water Service 2-inch-Install Feet _i-_: ~~-,..l -'f--~Dollars & -l')"*""J .._.Q.__ __ Cents pet LINEAR FEET $ 1DD.oa $ I {o00 ·6 6 Each Water Service-1 Y2-inch-Tap to $ @ . OD $ Main -Install ~ tJ l U 11tri red _b)~O ______ Cenla per HACH G:\l'W04'0382\SpeC11\Forest Par)(\f>art 8 • Proposal cpms I I 1307.doc Bl-SR Nov.13.2007 4:01PM TranSYstems No.3446 P. 8 Water and Sanitary Sewer Relocation for SH121T: Parts 8, 10, 12, DOE No. 5550 Pay CPMSRecord Approximate Item Nun1ber Quantity 20. Bid-00754 43 21. Bid-00762 26 22 . :Sid-00758 543 23 .. Bid-00743 1 24. Bid-00546 7 Addondwn No.3 Unit Descrip(ioo of Bid Item Prices Written in Words Linear Water Service 1 Y:i--incb -Install Feet ~(bi r-.~ Dolbirs& NO Cents per LINEAR FEET Each Water Service,. 1 inch-Tap to Main ,.,, Install fvv. f W u Nci-f'ed nous.rs & _,v_D _____ CcnlBpcr EACH Linear Water Service 1-inch -Install Feet -:Tb·, ( 17 i ~· jQ_ Dollars& ....... N_t) ___ Cenlsper-UNEAkFBBT Each Valve-6-inch-Blowoffw/ Sump Manhole -Install ---.-.-rou .,-} h O Lt Sa. "'-ci-0o11srs & J\) 0 •. ,_C'..cnts per EACH Each Fire Hydrant -In.stat) ~i3h-tePN Uu~HcJ no~& _,_N~O~~-~-CallS pet EACH OIi.ii Total Prke l'r'" $ 'i1oo $ l, 9 35.()C I $ d_oo. oo $ !D 1./0D JJ o 35_00 $ fJ. [X)5, 0 0 • $ $ ~I {X)D. oo $ l/J)t)O. O () $) ?J>D.00 \ $ I~. {pOD· ~V G:\FW04\0382\Specs\Forest Park\Part B , ~ cpma I I 1307 .doc B1-6R Nov .13.2007 4:01PM Tr anSYSt ems No.3446 P. 9 Water and Sanitary Sewer Relocation for SH121T: Parts 8, 10, 12, DOE No. 5550 Pay CPl\'l'SR-,rd Appro~inate Unit Dacription of bid ltan l>rict:11 Unit 'l'otal Item Number Quantity Written In Words Pritt l'rl,:e 25 . Bid-00569 1.5 TON Pipe Fitting-16 or> DI Pipe -$ °f/XXJ. oO $ J3 .5DO-f)D , Install ...... tJ-'--D _____ Ccntspe!" TON 26 Bid-00841 90 Linear Concrete Encasement -Install $ 3:/) DD . $ d 700 .00 Feet -Jh;rb ~ Dollatl & , ~o __ ,,_Ccnl.'lpcr UN13AAFEET 27 . Bid-00541 15 Each Dehole -5 tolO Feet Depth-$ 507J. OD $ ] 5CJV . oO Service CS -Study 8 \K?-~ u r-Jtl t-Od l)>llars& 1\JO ' Ccn!B per BACH 28 . Bid-00121 13 Each Miscellaneous Time and $ JOO().()() $ 1~ 00o-on Materials -C,'ut and Plug 8" thru ) 12" Water Lines -Install D N IL I\') OuSO rd 0onBill & NO C'..cnts per EACH 29. Bid-00751 11 Each Valve -Gate -Remove ~t,00 UuNdfg: DoTiats& +-N.-D _____ Cents per FACH Addi:ndum No3 G:\FW04\0.382\S~IJ.orest l>ark\l>an B • ?1'oposal <ipms 111307 .doc Bl-7R Nov.13 .2007 4:01PM TranS Ys tems No .3446 P. 10 Water and Sanitauy Sewer Relocation for SH121T: Parts 8, 10, 12, DOE No. S550 :Pay Cl'l'd.S Rftord Approximate Item Number Qu1111titt 30. Bid-00547 5 31. Bid-00372 3,510 32 . Bid-00458 3,017 33. Bid-00444 163 Addendum No.3 Unit ~pdcm of Bid Item Prlc111 Written in Words Each Fire Hydrant ,., Remove lhr~UuNd~ Dollitrs & ~o Cc!lts per BACfl Linear Trench Safety System 5 Foot Feet Depth -Install _() ___ JJ',Q___.... ______ ~~~~Oo.~s~ __ rJ-'--0;;;.__Cents per UNBARFBET Linear Pavement -Concrete on '2/27 Feet Concrete Base (figure 2000-2) -Install N~D ___ Cents per l..INEARFEET Linear Pavement-2 Inch Min HMAC Feet Replacement on Existing Base (Figure 2000. lB) -Install Unit Toul Price Price $ 2/X).oo $ I '2P).6D , $ I· ti) $ 3!:510.DO • I $ $ J./7J. tP $. __ (p.;...., 5_~_o_._oo __ G:\FW04\03B2'Spees\Forest Park\Pmt B -Proposal cpms 111307.ooo Bl..BR Nov .13 .2007 4:01 PM TranS Ys t ems No .3446 P. I I Water and Sanitary Sewer Relocation for SH121 T: Parts 8, 10, 12, DOE No. 5550 Pay CPMS RCllOrd Approximate Vnit De!icrlpllon of Bid Item Prices U11lt Total ltem N~mbef Qullltl~ Written in Words Pritt! l'rlce 34 . Bid-00443 2,242 Linear Pavemeni-2 Inch Min HM.AC on $ Sf).oo $II.).. J 00. r:io Feet 2/27 Concrete Base (figure 2000- lA) -Install f=°;ft1 Dollars& NO Cents per UNEAR FEET 35 . Bid-00401 36 Square Driveway ~Install $ Koo $ c::>gg_OD Feet E,5n-b Dollars& HO CC!lts per SQUARE FEET 36 . Bid-00494 2 Cubic Subgradc-Crushed Stone $ Jco.m $ dlXJ ,oo Yard -Install D ~ ~ u 1\\cl tJ..d Dollars& Cents pr,-CUl31C YARD 37. Bid-00423 191 Linear Curb and Gutter -Install $ r!J.o.00 $ 3 ~o.00 Feet ) ---('wen -c-.... / Do1laJ$ & LV 0 Cents per UNBAR FEBT 38 . Bid-00424 191 Linear Curb and Gutter -Remove $ :3 .DD $ I 9 ~. 60 Feet ) --=Z'--'-,-i cJ++YJ.....!-....:-b==-------·Dollars & ...... N~_'[)_~Ccnts per UNEARFEET Add<lnd.um No.3 G:\FW04\0382\Specs\'Fo1'1Jst Paric\Part B • Pro~I cpma 1113-07 .doo Bl-9R Nov.13.2007 4:01PM Tran SY ste ms No.344 6 P. 12 Water and Sanitary Sewer Relocation for Slll21T: Parts 8, 10, 12, DOE No. 55SO Pay Cl'MS Record Appro~tc Unit Desalptfon of Bid Item Pri~ Unit Total Item N11mbcr ~·~ Wrillell in Wu.rm Price l'ricc 39 . Bid-00529 340 Square Walk-Remove $ d.oo $ (J;,go. Z50 Feet .-----.-}1.,0C> Dollars & ) t:JD Cents SQUARE FfiliT 40. Bid-00530 340 Square Walk - 4 Ft -Install $ 5 oO i;zDQ.ofi . $ Feet £ve Oollm& ,vo . Cents SQUARE FIIBT 41.. Bid-00544 946 Cubic Fill Material~Flowablc Fill $ J,"). cD $ 70.°t5D.t>O Yard -Install , S-e v-.o n l.,t ~\1-L Doll.1is & }Jb Cents per CUBIC YARD 42 . Bid-00480 1 Each Speed Hump-HMAC Std . Speed $ sw.00 $ ~ro. DO Hllinp ~Install ~·. }Q_ w w rJdMd Dollim& tl't) Cents per-EACH' 43 . Bid-00481 1 Each Speed Hump-Striping on Speed $ :300.DO $ 3a2.C5o Cushion -Install 1h {QL ~u bANcl-Dollars& N O Cents pc!" EACH Addendum No.3 G:\FW04'0382\Sp,ecs\Foresl Paric\part B . l'roposal cpmt 111307.doc Bl-lOR No v.13.2007 4:02PM Tra nSYstems No .3446 P. 13 Water and Sanitary Sewer Relocation for SHI21 T: Parts 8, JO, 12, DOE No. 5550 Pay CPMSRecord Appro:dmate Ice111 Ndmbei' Quanti!}'. 44 . Bid-00147 50 45 . Bid--00134 50 46 . Bid-00132 10 47. Bid-00100 1 48 . Bid-00145 50 Addendwn No.3 Vnlt ~ptton of Bid Jteri1 Prim Written in Wonk Cubic Topsoil,.,, Install Yard f:,'£-tee,-J Do11Bill& NO Cents Square Y :ltd Square Grass-Hydromulch Seeding - Yard Install t-l•,r n _t-_...,__ .... v_"C.-. ____ ......._ ___ .Dollars & ~[\J-=-_O ____ Cen~~u=Yerd Square Grass-Bermuda Sod -Install Yard -----r w{l Y1 -b:f Dollars & N O CenlS Squ= Verd Lump Storm Water Pollution Sum Prevention Plans > than 1 Ac -Install 0~!h0U8ivrl Dollan& _)'1~0 ___ Cent.s per JUMP SUM Cubic Disposal Contaminated Soil - Yard Remove s ~ &b'f DollaQ& rJ Q Cents p1:rCUBICYAlU> Unit Total Price l>rirc $ ,500 $ 7r</J. tJD $ 5 .DD $ ~~0.06 $ J ir;:ro.ro $ I I oco. l:>.::_ $ (e'D. oo $ 31a:o oo G:\FW04\0382\Specs\Forest Park\Part B -~ q,ms 111307 .doc Bl-llR Nov .13, 2007 4:02 PM TranS Ys tem s No .3 446 P. 14 Water and Sanitary Sewer Relocation for S81l1T: Parts 8, 10, 12, DOE No. 5550 Pay CPMSRec:ord Approximate 111:m Norobl!r ~ID~ 49 .. Bid-00121 40 4 51. Bid-00431 420 52 . Bid-00438 256 Addendum No.3 Unit Desulptlon of Bid llein Pri«s lJoit Total Wrlllen i.a Won15 Prlte Priu Cubic Miscellaneous time and Materials -$ SJ ,00 $ ~ cm.DD (Potential Petroleum Contaminated , Yard Material Handling Per Item DA-37) -Install ~£,,, Do]lan;& ..... ~....__b ....... __ Cents per CUBIC YARD Each Miscellaneous time and Mat.erials -$ / CIJ. Db $ jtlJ. bt> (Hydrocaroon Resistant Gaskets for 8-Inch Water Main)-Install 0 N€.. :Hu~ Ncl DoTiat'S& _l\) __ t)_~ ___ C.cil1sper BACH Linear Pavement Markings-12 Inch- Feet Crosswalk Line-White..., Install ..... ba___._.'""'1,A""'--< _____ Dollars & ...,_)'\J-=--V=-___ Cc:nts pc!' LINEAR FEET Linear Pavement Markings -Stop Bar- Feet White~I8 Inch-Install r; J-iL _______ __,Dollars & _l~\)~O ___ eents pe, LINEARtEET G:\FW04\0382\<;pecs\Forest Parle~ B. Proposal cpms t 11307.doc B1-12R Nov.13 .2007 4:02PM Tr anSYstems No.3446 P. 15 Water and Sanitary Sewer Relocation for SH121T: Parts 8, 10, 12, DOE No. 5550 J'ay CPMS Record Approxim ate Item NWDbcr Quantity 53 . Bid-00512 300 54. Bid-00181 1 55 . Bid-00121 1 56 . Bid-00429 100 Adden dum No.3 Unit Deseriplio11 of Bill lltmPriccs Unit l"otal Writtra in Wo.-da Price Prlu Linear Signal -Loop Detector -Install $ Feet 10.00 $ 3 DW.D0 I -,;rJ Doll:lrs & J'\J 0 Cents per LINEAR F£E'f Lump Traffic Control -Install $ 1,S ,cro.00 $ ,s,000.00 Sum 'ri-Hee"Ylho~rtl 0o11ara& tJO CCl'lls per UJMP SUM Each Miscellaneous Time and s I ,c:x::o.co $ I 000.00 I Mat.erials -RR Cross Markings - Install V~ol.£::0. '('cl 0o11an. & ~ __ o ____ Cen.ts per BACH Square Pavement -Quick Set Concrete -$ 3'[). DO $ 8 000, OD Yard Install e ;@h l2'"\ Do~& NO Cen tsper Sq110ieY8J'd Total Bid $ G:\FW04\0 38Z\C!pecs\Fam;tPark\Part B -Proposal cpms 111307.doc B1-13R Nov.13.2007 4:02PM TranS Ys tems No.3446 P. 16 PART B -PROPOSAL (Continued) Within ten ( I 0) days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Survey Bond and such other bonds as required by the Contract Docwnents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, m the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby .. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Project dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans .. The undersigned assures that its employees and app1icants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned arc not discriminated against as prohJ.bited by terms of City Ordinance No . 7278 as amended by City Ordinance No . 7400 . The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete construction within 180 calendar days as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable): [ ] A The principal place of business of our company is in the State of ___ _ [ ] Nonresident bidders in the State of , ow-principal place of business, are required to be_ percent lower than resident bidders by state law . A copy of the statute is attached . [] Nonresident bidders in the Stat.e of ______ , our principal place of business, are not required to underbid resident bidders. ff B. The wmcipal place of business of our company or our parent company or majority owner is in the State of Texas . Addend.wn No.3 G;\FW04\0J82\Spccs\Fcrcst Patic;\pa,t B • Proposal cpms 111307 .doc Bl-14R I I u II V ,,.) l V Ill J No.3446 P. 17 Receipt is acknowledged of the following addenda : Addendum No . 1 r/ Addendum No . 2v' Addendum No .. 3 r/ (Seal) If Bidder Corporation Addendum No.3 G:\l'W04\03821.Specs\Foreat 1'ark\Part B-Proposal cpms l l 1307 .doc Bl-15R PartC General Conditions Cl-l - 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-1.1,8 Cl-1.19 Cl-1.20 c1..:.1. 21 Cl-1.22 Cl-1.23 Cl-1.24 Cl-1.25 Cl-1.26 c1~1.21 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 -GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1, 1987 TABLE OF CONTENTS DEFINITIONS Definition of Terms Contract Documents Notice to Bidders Proposal Bidder General Conditions Special Conditions ·specifications Bond Contract Plans City City Councii 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 Chan·ge 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 Contradt Documents and Site Submitting of Proposal Rejection of Proposals Bid Security ( 1 ) .. " i •. Cl-1 Cl) Cl-1 Cl) 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 C 1) c2..:.2 Cl> C2-2 (2) C2-2 (3) C2-2 (3) C2-2 (3) ,- -t '.,; ,' 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 C3-3.1'0 C3-3.ll C3-3.12 C3-3.13 C3-3.14 C3-3.15 C4-4 C4-4.l C4-4.2 C4-4.3 C4-4.4 C4-4.5 C4-4.6 C4-4.7 C5-5 C5-5.l CS-5.2 CS-5.3 cs-5.4 CS-5.5 CS-5.6 CS-5.7 CS-5.8 CS-5.9 CS-5.10 CS-5.11 CS-5.12 CS-5.13 CS-5.14 CS-5.15 CS-5.16 CS-5.17 CS-5.18 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 Oocuments 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 ilans 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 Cl) C3-3 (1) C3-3 (2) C3-3 (2) C3-3 (2) C3-3 (2) C3-3 (4) C3-3 (4) C3-3 (4) C3-3 (4) C3-3 (7) C3-3 (7) C3-3 (7) C3-3 (8) C4-4 Cl) C4-4 Cl) C4-4 Cl) C4-4 (2) C4-4 (2) C4-4 (3) C4-4 ( 4) C5-5 CS-5 CS-5 CS-5 CS-5 CS-5 CS-5 C5-5 CS-5 CS-5 CS-5 C5-5 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 CG-6.12 C6-6.13 C6-6.14 C6-6.15 CG-6.16 CG-6.17 C6-6.18 C6-6.19 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 C8-8 C8-8.l 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 tontractor'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 Nat'ional Emergency · Suspension of Abandonment of the Work and Annulment of Contract Fulfillment of Contract Termination for Convenience of the Onwer Safety Methods and Practices MEASUREMENT AND PAYMENT Measurement of Quantities Unit Prices ( 3) C6-6 Cl) C6-6 Cl) C6-6 C 1) C6-6 C2) C6-6 C2) C6-6 C3) C6-6 C4) C6-6 C4) C6-6 C5) C6-.6 C 6) C6-6 CB) C6-6 C8) C6-6 ClO) C6-6 ClO) C6-6 ClO) C6-6 Cll) C6-6 Cll) C6-6 Cll) C6-6 Cl2) C6-6 Cl2) C6-6 Cl2) C7-7 Cl) C7-7 C 1) C7-7 C 1) C7-7 C 2) C7-7 C 2) C7-7 C3) C7-7 C4) C7-7 C4) C7-7 ( 4) C7-7 C5) C7-7 C6) C7-7 C6) C7-7 C7) C7-7 C7) C7-7 C9) C7-7 ClO) C7-7 Cl3) C8-8 Cl) ca-a Cl> CB-8.3 ~ CB-8.4 ~ CB-8.S CB-8.6 C8-8.7 ," CB:-8.8 C8-8.9 CS-8.10 ~l'!'-" ... CS-8.11 .. , CS-8.12 CS-8.13 ¥ .. r.: ;>:-., lt ~ .. , ~. ... · ;., ... . ~ ..... .. , ' . Lump Sum · Scope of Payment Partial Estimates and Retainage Withholding Payment Final Acceptance Final Payment Adquacy of Design General Guaranty Subsidiary Work ., : . i Miscellaneous Placement of Material Record Documents .., ' .. ;/, ~ ,, ,' ,' . : :.;€ .. ~ " > '. ~ ~ !;. •\ ,~,. ;i ,..,. "i r, ~ "'t ... . :I": ' .. Ji ' ' . ' .... ... :0-~ ~ ~ ,'Sc t~ 1 ._,_, '> !.t t: • .. ~··,:.I·, •, ~ .,. •, '. .. ,', ' 1 , ( 4 ) 6-' .- ~. .,. . . ' ' . CB-8 C8-8 C8-8 C8-8 C8-8 C8-8 . CB-8 C8-8 C8-8 C8-8 C8-8 ' r • !j. " r:p--.!,. .. . ~ ~ ' , Cl) , " ( 1) ( 2 ) 4:· -~ ( 3) .. ~~ ~ 7' ( 3 ) It -:t:r. <!£, ( 3 ) •' ' ( 4 ) '..-: ( 4 ) ,, ( 5) ( 5 ) ( 5 ) ., '· "f. ;,..; ~ ... "-.. i:,. ii:' ' ' <' '.· . ·~ ... ,; .... \, " 1 ' ,· . PART C -GENERAL CONDITIONS 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, addenda, plans, etc., which govern the terms and performance of the contract. These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items: PART A -NOTICE TO BIDDERS (Sample) PART B -PROPOSAL (Sample) 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 E2A-White Blue White White Rod b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A -NOTICE TO BIDDERS (Advertisement) Sarne 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) 't Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. Cl-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is off~cially received by the Owner, has been publicly opened and read and not rejected by the Owner. Cl-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. Cl~l.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions, the latter shall take precedence and shall govern. Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. Cl-1.8 SPECIFICATIONS: The Specifications 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 specificat i ons, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. Cl-1.9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and Cl-1 (2) faithful performance of the contract and include the following: a. Performance Bond (s~e paragraph C3-3.7) b. Payment Bond (see paragraph C3-3.7) c. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2.6) Cl-1.10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be com~leted under the Contract Documents. Cl-1.11 PLANS: The plans are the drawings or reproductions there~rom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from other parts of the Contract Documents, but they are a part of the Contract Documents just as though they were bound therein. Cl-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City . 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 are synonymous. Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern of the City of Fort Worth, Texas. Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1 (3) . ' \ Y\ ; ' Cl-1.17 DIRECTOR OF PUBLIC .WORKS: The duly appointed official of the City of Fort Worth, referred to in the Charter as the City Engineer, or his duly au~horized representative. Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of . Fort Worth, Texas, or his duly authorized representative, ass±stant~ or agents. Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. cl-1.20 CONTRACTOR: The personi persons, p~rtnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of ·the work~ acting directly or through a duly authorized representative. A sub-contractor is a person, firm,· corporation, or others under contract with the principal contractor, supplying labor and materials or ·only labor, for work at the .site of the project. Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and ail r~quirements as set forth in the Contract Documents and ~p~roved changes therein. Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the fu ;nishing of all labor,·materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which the weath~r or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6. Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. Cl-1.25 LEGAL HOLIDAYS: Legal holidays shall be opserved 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 M. L. King, Jr. Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monday in · May 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 ori 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~l~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 Asph. - Ave. Blvd. - CI CL GI Lin. lb. MH Max. American Association of MGD State Highway Transportation Officials American Society of Civil Engineers In Accordance With American Society of Testing Materials American Water Works Association American Standards Association Hydraulic Institute Asphalt Avenue Boulevard 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 ' ' Cl-1.27 CHANGE ORDER: A "Change Order" is a ~ritten supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was n6t specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined . as a street or alley having one of the following . types of wearing surfaces applied over the natoral unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface 1s 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 as the street is dedicated. Cl-1.31 ROADWAY: parallel lines two (4') -feet back of exists. The roadway is defined as the area between (2') feet back of the curb lines or four the average edge of pavement where no curb 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-1 (6) SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.l PROPOSAL FORM: The Owner will furnish bidders with proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and 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 nat~re and magnitude as that of the project for which bids are to be received, and such experiende 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 the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the .:_. 1 Owner will furnish. All additional information and data which the owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just / 1 \' 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 visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time requi;ed for its completion, and obtain all information required to m~ke an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the 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 proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given, and the proposal must be signed by a member of the firm, association, or partnership, or by a person duly authorized. If a proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed 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 certifi~d 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 the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it 1s 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 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business a~ set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the prdper 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 be addressed to the City Manager, City Hall, Fort Worth, Texas. .., C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for ope~ing proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities .of any kind. However, the C2-2(4) Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which 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 judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h. The bidder ·not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A"~ Special Instructions. 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of 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 interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and or a a Woman-owned Business Enterprise (WBE) on the contract and the payment 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 initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinance prohibiting discrimination in employment practices. C3-3 Cl) The Contractor shall post the required notice to that effect on the project site, and, at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant .he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3.5 AWARD 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 notified the Contractor in writing of such aw~rd. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the Owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal 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 tabulat~on or otherwise, gu~ranteeing 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 acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a C3-3 (3) : 4 )' new surety satisfactory to .the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and .have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has by appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents. No contract shall be binding upon the owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. c3~3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal, and the Owner may 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 qamages occuring to the Owner by reason of said awardee' s fai .lure to execute said bonds and contract within ten (10) qays, 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 fai.l 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 this 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 del i vering to the Owner the sub-contractors' C3-3 (4) ', i l cer~ificate of insurance for approval. The prime contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insuran6e c9verage required herein shall include. the· coverage of all sub-contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this :contract, ~orkers' Co~pensation Insuran~e on ~11 of his employees to be engaged in work on the .project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous· work on the project und~r this coitract is not protected under the Workers' Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintairi during the life of this contract Contr~ctor's Comorehensive General Liability Insurance (Public Lia"bility and Property Damage Ins.uranc.e) in an am~unt not less than $500,QOO ~over.fng each occurrence on account of bodily injury, including death, and in an amount not less .than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. c. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: ~ · 1. . 2. 3 • 4. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). Blasting, prior to any blasting being done . Collapse of buildings or structures adjacent to excavation (if excavations are to be performed adjacent to same). Damage to underground utilities for $~00,000. C3-3 (5) \ ' ·' '. ' " ' < e. f. .g. 5. 6. Builder's risk (where above-ground structure~ are involved). Contractual Liability (covers a11 · indemnification requirements of Contract). AUTOMOBILE INSURANCE -BODILY INJURY AND . PROPER.TY DAMAGE: The Contractor shall procure and .maintain, ·during the life of this Contract, Comprehensive Automobile Liability insurance in an amount not less than $250,000 for injuri~s including accidental death to any one person and subject to the same limit for ~ach person an a~ount not less than $500,000 on account of one accident, and automobile property damage insur~nce fn an amount not less than $100,000. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above par~graphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, again~t damage claims which may arise from operations under this contract, whether such operations be by ·the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts -and by carriers satisfactory to the Owner. (Sample attached.) A.11 insurance requirements made upon the Contractor shall apply to the sub-contractor, should the Prime Contractor's insurance not cov ·er the sub-contractor's work operations. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and performance, payment, maintenance and all such other bonds are written shall be represented by an agent or agents having an office located within the city limits of the 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 authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, any claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth-Dallas area. The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in w6rk on the proje~t at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditures, all claims against the work or any other C3-3 (7) matter associated such as maintaining adequate and appropriate insurance o~ 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 Contractor'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 sealed, as applicable, by the Contractor's responsible officers with the understanding that this written assignment of authority to a local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether 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 representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be for periods in which work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tar r ant County, Texas. C3-3 (8) SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4.l INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra 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 Docum~nts, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, then "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or 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 found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal: such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits 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 depth categories, shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4~4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the . Contractor in accordance with these Contract Documents or approved additions thereto; provided, however, that before any extra work is begun a "Change Order" shall be executed or written order issued by the Owner to do the work for payments or c~edits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. c. The actual reasonable cost of Cl) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates; (3) materials entering permanently into the project, and (4) actual cost of insurance, bonds, and social security as detecmined by the Owner, plus a fixed fee to be agreed upon but not to e~ceed 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 fo r 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 Cl), (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 involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for 'extra work' whether or not 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 effect on changed or unchanged work as a result or the change or eKtra work. C4-4.6 SCHEDULE OF OPERATIONS: Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner's approval thereof, a "Schedule of Operations," showing by a straight line method the date of commencing and finishing each of the major elements of the contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There C4-4 (3) shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and the percentage of completion plotted vertically. The progress charis shall be prepar~d on 8-1/2" x 11" sheets and at least five black or blue line prints shall be furnished to the Owner. C4-4~7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within ten (10) days prior to submission of first monthly progress payment, the Contractor shall prepare and submit to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the several major activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same.-The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. Prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to time constraints, sequencing requirements and completion time. b. The construction process shall be divided into activities with time durations of approximately fourteen (14) days and construction values not to exceed $50,000. Fabrication, delivery and submittal activities are exceptions to this guideline. C4-4 (4) c. Durati~ns shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. f. . Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall as a minimum be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen (14) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and preacceptance activities and events in their logical sequence for equipment and materials. 1. Preparation and .tr.a.nsmittal 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 mat~rials testing. 7. Owner's operator instruction (if applicable). 8. Final inspection. C4-4 ( 5) 9. Operational testing. 10. Final inspection. If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time. If the Owner finds the proposed plan not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or the overtime operations without additional cost to the Owner. Failure of the Contractor 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. C4-4 (6) PART C -GENERAL CONDITIONS CS-5 CONTROL OF WORK AND MATERIALS - SECTION CS-5 CONTROL OF WORK AND MATERIALS CS-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. He shali decide all questions which arise as to the quality and acceptability of materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contr~ct Documents, acceptable fulfillment of the contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. He shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates &hall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the Owner apd 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 (1) C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to de~cribe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specifications, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the Contract Documents, and the Owner shall be permitted . to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents. In the event the Contractor discovers a~ apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer~ In the event of a conflict in the drawings, specifications, or other portions of the Cbntract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quot~d the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of the Contract Documents and shall have available on the site of the project at all times one set of such Contract Documents. The Contzact shall give to the work the constant atterition necessary to facilitate the progress thereof and shall cooperqte with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintend~nt and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas and shall be subject to call, as is the project Superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to CS-5 (2) 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 emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a respon~e 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 constructe~, 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, grades, 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 establisped for the Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever~ in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTORS: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer 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 su~pend 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 »erf~rm any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents, provided, however, should the Contractor object to any orders or instructions of the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in controversy. C5-5 (4) CS-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If' the Engineer so requests,· the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should be work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. CS-5.10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at his own expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specifically provided, or ·any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due to the ·Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works. 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 writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified; and identifying all variations of the proposed CS-5 ( 5) .. substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without the written.approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or ipstalled 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 ~hall 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 such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use the materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the 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 the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of the new materials. CS-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction operation shall be stored 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 based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such strucitures 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 at least forty eight (48) hours in advance of construction including exploratory excavation if necessary. All verification of existing utilities and their adjustment shall be considered as subsidiary work. CS-5.15 INTERRUPTION OF SERVICE: a. 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) 2. Notify each customer personally through responsible personnel as to time and schedule of the interrup~ion of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's 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 tne hours of and This inconvenience will be as short as possible. Thank you, Contractor Address Phone b. Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above,but immediate. CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through 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 settl~ 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 during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the the satisfaction 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 Engineer, if the Contractor fails to correct the CS-5 (8) . I ·I unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the wr·itten notice, and the costs of such direct iction, plus 25% of such costs, shall be deducted from monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and 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 conditiori equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. - CS-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily 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 agai p st the Contractor between p aid 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 su~eties 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 responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon by the design, type of construction or material 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) 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-f6ur hours notice .iri writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work done or materials furnished by the Owner or by the City shall be deducted from monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstruc~ed or any fire hydrant is to be made inaccessible, and, when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are again placed back in service. Where the Contractor is required to construct tempo~ary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. The Contractor shall at all times conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. CG-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 Owner may, _for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities . and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. CG-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 raiJway properties. The Contractor will not be given extra or additional compensation for such railway crossings unless specifically set for t h in the Contract Documents. CG-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in or a d jacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such b arricades, fences, 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 pa i nted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from,· and vehicles from being driven on or into, any work under construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with the provisions set forth in the "1980 Texas Manual on Uniform Traffic Control De v ices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Veron's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. C6-6 (4) . I 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 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 re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held responsible 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 constructing, providing, and maintaining of barricades, signs, fences, and lights or for salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public 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. CG-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution .of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in 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 to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. All claims arising out of the use of explosives shall be investigated and a written report made by the Contractor's insurers to the Engineer within ten (10) days after receipt of written notice of the claim to the Contractor from either the City or the claimant. The City shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until the cause of the complaint has been addressed. Whenever explosives are stored or kept, they shall be stored in a safe and secure manner and all storage places shall be plainly marked "DANGEROUS EXPLOSIVES" and shall be under the care of a competent watchman at all times. All vehicles in which explosives are being transported shall be plainly marked as mentioned above and shall, insofar as possible, not use heavy traffic routes. 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 Contract6r 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 ent~r upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use CG-6 (6) every precaution to prevent damage to all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvement~, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences, and to all other public or private property along adjacent to the work. The Contractor shall notify the proper representatives of owners or occupants of public or private lands or interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance . of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipme~t. When and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof on the part of the Contractor, he shall restore or have restored at his own cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross braced posts on either side of permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor .shall provide cross braced posts at point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area .. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project C6-6 .( 7) proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due 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 exclusive right to control the details of all the work and services performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractqrs, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. CG-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and does hereby indemnify, hold harml·ess and defend Owner, its officers, agents, servants, and employees from and against any an all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in · connection with, directly or indirectly, the work and services to be performed hereunder by Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by alleged negligence on the part of officers, agents, servants, employees, contractors, subcontractors, licensees and invitees of the Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility 9f Owner, its officers agents, servants and employees for property damage or loss, and/or personal injuries, including death, to any and all persons of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by Contractor, its officers, agents employees, contractors, subcontractors, licensees and invitees, whether or not caused, C6-6 (8) in whole or in part, by alleged negligence of officers, agents, servants, employees, contractors, subcontractors, licensees or invitees of t~e Owner. Contractor likewise covenants and agrees to, and does hereby, indemiify and hold harmless Owner from and against any and all injuries,loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in part, any and all alleged acts or omissions of officers, agents, servants, employees, contractors, subcontractors, licenses, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contrac.tor shall not be recommended by the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claim 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 an amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of the performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory to the Director that: 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition (1) above is period, the Director shall the Contractor be made. time within the six month that the final payment met at any time within the six month recommend that the final payment to If condition (2) above is met at any period, the Director may recommend to the Contractor be made. At the C6-6 (9) received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connecti9ns shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. 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 d~livery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all exi~ting 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. CG-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written order of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the 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 CG-6 Cll) ' thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor.shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. CG-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. CG-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. CG-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 CH) 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 CH) of the Texas limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. CG-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 character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times; when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7~7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, 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 damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operation, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a 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 f ollow in order to complete the project in the scheduled time. There shall also be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any deviation from scuh sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation unti l he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve t he Contractor from the full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 "Extension of Time of Completion" of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATIONS OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for the proper execution of the work, the Engineer may require the Contractor to f i nish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor 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 be found to be incompetent, disrespectful, intemperate, dishonest, or C7-7 (2) otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or refuses to comply with or carry out the directions of the Owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the . performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment ~sis 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 on any portion of the work shall be such r 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. Nothing in these Contract Documents shal1 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 any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in Cl-1.24 and the Contractor may work as he so desires. C7-7 (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 progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized by the Owner. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall have occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval . In adjusting the contract time for completion of work, consideration will be given to 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 sub-contractors due to such causes. When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time may be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if C7-7 (4) 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 application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the contract. Each bidder shall indicate in the appropriate place on the last page of the Proposal the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the Proposal section of the contract documents. The number of days indicated shall be a realistic estimate of - the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each 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 that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapabl~ or very difficult of accurate estimation, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.ll SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the event the work is suspended by a Court Order. Neither will the Owner be li~ble to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unfavorable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. 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 structllres where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THE TIME OF COMPLETION, ·and should it be determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer C7-7 (6) that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed .. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the President of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing: giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, ·after investigations, the Owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the 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 Contr-3.ct 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 w~thin the specified time. c. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g. Failure of the Contractor promptly to make good -any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. i. A substantial indication that the Contractor has made an u n authorized assignment of the contract or any funds due ther e from for the benefit of any creditor or for any other purpose. j. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A copy of the suspension order or action of the City Council shall be s e rved on t he Contractor's Sur e ties. When work is suspended for any c ause or caus e s, 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, a ssume the contra6t or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with the written C7-7 (8) consent of the Owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue · the work has be~n served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents~ In case the Sureties do not, within the hereinabove specified 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 work herein described or such part thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the Ownei 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 sqall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contractor, then the Contractor and his Sureties shall pay the amount of such excess to the City on notic9 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. C7-7.15 FULFILLMENT OF CONTRACT: The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have 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 interest 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 such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Mail by the Owner. Further, it shali 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 6f 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) C. a. the fabricated or unfabricated parts, work in process, completed work, supplies and other material produced as a part ~f, 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. TERMINATION CLAIM: Within 60 days after notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or mote extensions in writing are granted by the Owner upon request oE the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waiv~d. C7-7 (11) D. AMOUNTS: Subject to the provisions of Item C7-7.16(C), the Contractor and Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise made and as further reduced by the contract price of work not ·terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits. Nothing in C7-7.16(E) hereafter, prescribing the amount to be paid to the Contractor in the event of failure of the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the ~mount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.16 CD) upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this section the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the . amounts determined. No amount shall be due for lost or anticipated profits. 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 this contract; (b) any claim which the Owner may have against the Contractor in connection with this contract; and (c) the agreed price for, or the proceeds of sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an C7-7 (12) H. equitable adjustment of the price or prices specified in the contract relating to the continued portion of the ~on~ract (the portion n~t terminated by the notice of termination}, such equitable adjustment as may be agreed upon shall be made in such price or prices; nothing contained herein, however, shall limit the right of the Owner and the Contractor to agree upon the amount or amounts to be paid to the Contractor for .the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. NO LIMITATION OF RIGHTS: Nothing contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "Suspension 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 ca-a MEASUREMENT AND PAYMENT SECTION ca-a MEASUREMENT AND PAYMENT ca-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. ca-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for -the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, 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. ca-a.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. ca-a.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 unforeseea defects or obstructions which may arise or be encountered during the prosecution of the work at any time ca-a Cl> before its final acceptance by the Owner, (except as provided in paragraph CS-5.14) for all risks of whatever description connected with the prosecuti9n of the work, for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for 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, w~ich defects, imperfection, or damage shall have been discovered on or before the final inspection and acceptance of work or during the one year guaranty period after final acceptance. The Owner shall be the sole judge of such defects, imperfections, or da~age, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and 5th day of each month the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the 10th day of the month the Engineer shall verify such estimate, and if it is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars ($100.00) in amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is .less than $400,000, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000 or greater within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimate may include acceptable nonperishable mat e rials 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 C8-8 (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 taken as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities tinder the Contract Documents. The City ieserves the right to withhold the payment of any monthly estimate if the contractor fails to perform the work strictly in accordance with the specifications or provisions of this contract. C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estim~tes may be held in abeyance if the performance oE the construction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fuifilled 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 reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condit.ion, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment therefor as outlined in C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engin~er 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. C8-8 (3) The amount of the final estimate, less previous payments and 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 furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under Contract Documents or any act or neglect of said City relating to or conneGted with the Contract. The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents wh i ch specifically continue thereafter. ca-a.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 there6f, 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. ca-a.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and ca-a C4) • I I I pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified 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. CB-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidlary 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. CB-8.13 RECORD DOCUMENTS: Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the site, in good order and annotated to sho~ all changes made during the construction process. These shall be delivered to Engineer upon completion of the work. CB-8 (5) Part Cl Supplementary Conditions to Section C SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS A. General B. These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10% ). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done ; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C -General Conditions: Paragraph C3-3.ll of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. D. C3-3. l 1 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. 1 E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: F. Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. fu addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. fu 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. JNCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 JNCREASED 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 authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h . Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Revised 10/24/02 Pg.3 H. I. 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. 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 promptness. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C-General Conditions, Section C2-2 JNTERPRETATION 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 WITHDRA WJNG 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 TELEGRAPIDC 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 C3-3.11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3. l 1 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. l O 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. Revised 10/24/02 Pg. 8 - - - PartD Special Conditions D-1 D-2 D-3 D-4 D-5 n '·.'".·.·a·-'. :u fif· ~ D-7 D-8 D-9 D-10 D-11 D-12 D-13 D-14 D-15 D-16 D-17 D-18 D-19 D-20 D-21 D-22 D-23 D-24 D-25 D-26 D-27 D-28 D-29 D-30 D-31 D-32 D-33 D-34 D-35 D-36 D-37 D-38 D-39 D-40 06/23106 PART D -SPECIAL CONDITIONS GENERAL .......................................................................................................................... 3 COORDINATION MEETING ............................................................................................. .4 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ..................... 5 COORDINATION WITH FORT WORTH WATER DEPARTMENT .................................... 7 CROSSING OF EXISTING UTILITIES ............................................................................... 7 iifr}vi's' ·1'"1Rl''6'i"t 'Ts:J12~1--r:1·•1o:·s-·~,tN'~~"l;.'lE1.00,'1 elt,ff"N··:c··ii::s··1 7 IC::.:A:l :,J;; ~'l\.:J~U KJ '.'. :C-.'.I} .E .' .[J-:'\. •. I!/.~ IYl8:-~.W -V,;,E:.IVIC.. >r·I :. 4 •••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• CONSTRUCTION TRAFFIC OVER PIPELINES ................................................................ 8 TRAFFIC CONTROL ......................................................................................................... 8 DETOURS ......................................................................................................................... 9 EXAMINATION OF SITE ................................................................................................ 9 ZONING COMPLIANCE ................................................................................................. 9 WATER FOR CONSTRUCTION .................................................................................. 10 WASTE MA TE RIAL ..................................................................................................... 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) ................ 14 SANITARY SEWER MANHOLES ................................................................................ 15 SANITARY SEWER SERVICES .................................................................................. 18 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING 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) ................................................................ 29 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................ 30 PROTECTION OF TREES, PLANTS AND SOIL.. ........................................................ 31 SITE RESTORATION .................................................................................................. 31 CITY OF FORT WORTH STANDARD PRODUCT LIST .............................................. 31 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ............................................. 31 CONFINED SPACE ENTRY PROGRAM ..................................................................... 37 SUBSTANTIAL COMPLETION 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 SC-1 PART D -SPECIAL CONDITIONS D-52 INSTALLATION OF WATER FACILITIES .................................................................... 39 52.1 Polyvinyl Chlo ride (PVC) Water Pipe ............................................................................ 39 52 .2 Blocking ....................................................................................................................... 39 52 .3 Type of Casing Pipe ..................................................................................................... 39 52.4 Tie-lns .......................................................................................................................... 39 52.5 Connection of Existing Mains ...................................................................................... .40 52 .6 Valve Cut-Ins ............................................................................................................... 40 52 .7 Water Services ............................................................................................................. 40 52 .8 2-lnch Temporary Service Line ................................................................................... .42 52.9 Purging and Sterilization of Water Lines ..................................................................... .43 52 .10 Work Near Pressure Plane Boundaries ....................................................................... .44 52.11 Water Sample Station .................................................................................................. 44 52.12 Ductile Iron and Gray Iron Fittings ............................................................................... .44 D-53 SPRINKLING FOR DUST CONTROL. ........................................................................ .45 D-54 DEWATERING ............................................................................................................. 45 D-55 TRENCH EXCAVATION ON DEEP TRENCHES ........................................................ .45 D-56 TREE PRUNING .......................................................................................................... 45 D-57 TREE REMOVAL ......................................................................................................... 46 D-58 TEST HOLES ............................................................................................................... 46 D-59 PUBLIC NOTIFICATION P RIOR TO BEGINNING CONSTRUCTION AND D-60 D-61 D-62 D-63 [[)f :6 4l -· ·-·-D-65 D-66 D-67 b:6B1 D-69 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 ...................................... 50 STORM WATER POLLUTION PREVENTION (FOR DiSTUR13E!5AREAS<3REATER1 THAN . f ACRE)' ............................................................................................................ 51 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS .................................................................................... 53 D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................. 53 D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION ..................................................... 54 D-72 AIR POLLUTION WATCH DAYS ..................................................................................... 54 D-73 FEE FOR STREET USE PERMITS AND RE -INSPECTIONS .......................................... 55 06123/06 SC-2 - - - PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 - Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C -General Conditions and part C1 -Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C -General Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: Water and Sanitary Sewer Relocation For SH 121 Part 8, 10, 12 FORT WORTH, TEXAS DOE PROJECT NO. 5550 WATER DEPARTMENT PROJECTS NO. P 264-609170020387 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 conta ined , 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 san itary sewer facilities must be pre- qualified w ith the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, wh ich general specifications shall govern performance of all such work. This contract and proj ect, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 06123/06 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 appl icable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals . A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings . 06/23/06 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 self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor'' in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 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. 06/23106 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 and for one year thereafter. 6 . Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed w ith the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation . Providing false or 06123/06 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 ranguage 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 06/23106 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 ~~1~:~1rhii~~i~Q~·?0-fJv ~t1~R~'~;rf;~,r~(i~~a~~t1l-li A~,,ficr~~~rJ~%~-1rit~~%ffiii ?ft ~Il~~1j , ·· _ ,,;;:-" .. · .,·· .,, ..... ,_ .. ,~ 87 ·/&:, .... ,,,.,.,, .,,,, .~J~~,,.,., .. , ... _.,,,. _ ·_,~,-. ,,., ... Ys ... ,.·.. . .. J:18,,.,...,. . .. ,,, ,,.,., . ,, .,.· ,.P,.c . .,Y l .·.-,,-1 l1t,tt :~~:f!~~ii~a1~;i~ton~~)1~!t~i!;?~f;:t~[;il;.'.~E~~~::~~~;~i~!f ~iit ~-~~~ti~~l~;~ hlt!J!~t~t:apd;s1t£ls!Btll 6~tf _~DQ~~t ~tj~;;,~1,o.%gf 9.Untj }!LI.~i?,i t ;c~-~-~!r~2tiopr,~'.1t ;}{~~~jr,s~9,~d :t~a{(?~ [C ontgi~tor 1~,r.tof r~spom;ib!!P · for th ~:J:>ecr:!!§D...en_traj_q_q_a t1on of. exJ~Jmg~ujJht1es J.!1..QJL~.PJ..£Q!J.t~fL '!¥1tH ~lje_.f proposed{¢onstn1ct1_qm 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 construct ion vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. D-8 TRAFFIC CONTROL 06123106 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 6701 d 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. D-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D-11 ZONING COMPLIANCE 06123/06 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 completion dates, including sufficient time being allowed for cleanup. ohe·,c o ntr~h to B!sh~l [rfot !;':.'."'.','."""-"' -,.~··•"'"J'U',:\:1";;}:'.~"""'."'°"'~~:,,,•;'l'!ft"'""j""~''" ',1,!-"-•, ••r>·_,'1«,~f:.,.-""'.~'r<'-('"'V.~·~;~•;,<,l)'r""°'':-:'~~''""· ._ • r -,,,e,• -·:~.·,1: ~'11_..,..,,,.._--• -"<'l''·~~-"' ...... ·•'0:,:-,.-, :r.c ·. r<-• f,_, ,.• , , -} . ;-,;,. .•. ~:,'• ,.' ·, '-':~-•. -\,o.·,,,· :::.:,,_·. • •'/~-:\ ~9mr.nen,_ce\yvittf yv-at~r··a_~q{~($afi!Jaryi ?-~r'eU n$.taUa!i9!I ~Dli.L!?-t,i_~!:f.1!fri~:!lJ..cH .!bg~.§.Yrx§Y.&.t!t:sJ:i~~-~ ;hay~ b _een r¢'GeivedJrom th~e;,Cjty;i!]sp·~,eto rJ D-16 SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 06/23/06 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). D-17 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4 .3 conflicts with this provision , this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D-18 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. D-19 PROJECT DESIGNATION SIGN Project signs are required at all locations . It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be 1 '-0" by 2'-0" in size. The information box shall have the following information : For Questions on this Project Call: 06123106 (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 furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At 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 di rected by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208 .2 -Materials and Division 2 Item 208 .3 -Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents . D-23 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call- out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION 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 06/23106 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. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. 0698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. 06/23/06 SC-13 PART D .. SPECtAL CONDITIONS The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a leve l two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and labor costs of excavation and backfi ll 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 supe rior 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 tha t were conducted on the project streets , to determine HMAC depths on existing streets , are prov ided 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 w ith required materials as shown on paving details, compacted and level wit h the finished street surface . This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repa ir will not hold up if such strip of exis ti ng 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. D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM {COVERS ALL PROJECTS) 06/23/06 SC-14 - - - - - - - - - - - - - - PART D -SPECIAL CONDITIONS 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. 8. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels. 3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave-ins . Shoring systems are generally comprised of cross -braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation . The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools , materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D-27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all 06123106 SC-1 5 PART D -SPECIAL CONDITIONS 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 fo r not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. Covers shall set flush with the rim of the frame and shall have no larger than 1/8-:inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and Frames a re acceptable for use where locking lids are specified. 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots . NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. 06/23/06 SC-16 - - - - - - - - - - - - PART D -SPECIAL CONDITIONS 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. 06/23/06 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 diamete r of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on SC-17 PART D -SPECIAL CONDITIONS opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation . Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3 . EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy . Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol ", or equal , to a minimum of 14 mils dry film thickness. 4 . The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling . C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement , which if required, shall be paid separately . The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for constru ction of new manhole, including , but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole seal ing and exterior surface coating . Payment shall not include pavement replacement , which if required , shall be paid separately. The price bid for adjust ing and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating . Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D-28 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps . The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees . City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. 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 06123106 SC-18 - - - - - - - - - - PART D -SPECIAL CONDITIONS bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all san itary sewer service lines shall be replaced to the property or easement line , or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for San itary 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 pr ivate property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the 0 6/23106 SC-19 PART D -SPECIAL CONDITIONS Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. D-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2 . 7 Removing Pipe, of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. 06123106 SC-20 - - - - - - - - - - PART D -SPECIAL CONDITIONS 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. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item I. 06123/06 SC-21 PART D -SPECIAL CONDITIONS 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 21'2 pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Water Sewer Safety Blue 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 The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. 06/23106 SC-22 - - - - - - - - - PART D -SPECIAL CONDITIONS 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 improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high-velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort 06123106 SC-23 PART D -SPECIAL CONDITIONS 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 respons ible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. 5. UNDER NO CIRCUMSTANCE .SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES . 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. B. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate , stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line . - When manually operated winches are used to pull the television camera through the line, - 06/23106 telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. SC-24 - PART D -SPECIAL CONDITIONS The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days . Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made . Also , no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera . THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be inc idental 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 part icular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for rev iew of the tapes by the Engineer including collection and removal , transportation and disposal of sand and debris from the sewers to a legal dump site. 06/23106 SC-25 PART D -SPECIAL CONDITIONS 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 me t hods 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 retrievi ng 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. 0612 3/06 The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole . The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections , etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (1 O"Hg) shall be drawn and the vacuum pump will be turned off. W ith 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 Oto 16' 40 sec. 52 sec . 18' 45 sec. 59 sec. 20' 50 sec. 65 sec . 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. SC-26 - - - ..... - PART D -SPECIAL CONDITIONS 30' For Each Additional 2' 74 sec. 5 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, equ ipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of 06/23/06 SC-27 PART D -SPECIAL CONDITIONS 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. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance met er shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints . The television inspection must be done immediately following the lacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION : Television Inspection Logs: Printed location records shall be kept . by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. 06123/06 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 SC-28 - - .... - - PART D .. SPECIAL CONDITIONS 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. 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 06123/06 SC-29 PART D -SPECI.AL CONDITIONS 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 contamina t ion 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 eros ion. 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 a nd construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 3. Frequent fordings of live st reams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherw ise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams . 4 . When work areas or mate rial 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 clea red 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 avo id interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control sha ll be considered subsidiary to the contract and no extra pay will be given for this work. D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES 06/23/06 SC-30 - - - PART D -SPECfAL CONDITIONS The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-42 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees, etc ., shall be preserved or restored after completion of the work, to a condition equal to or better than 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 Standa rd Product List shall be considered to meet City of Fort Worth minimum technical requirements. D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding. 06123/06 SC-31 PART D -SPECIAL CONDITIONS 1. TOPSOIL DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. 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 perform~d in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. a . Spot Sodding 06123/06 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 SC-32 - - - - - - - PART D -SPECIAL CONDITIONS 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 : "Seed ing" 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. 06/23106 The specified seed shall equal or exceed the following percentages of Purity and germination : Common Name Common Bermuda Grass Annual Rye Grass Tall Fescue Western Wheatgrass SC-33 Purity 95% 95% 95% 95% Germination 90% 95% 90% 90% PART D -SPECIAL CONDITIONS Buffalo Grass Varieties Top Gun Cody 95% 95% Table 120.2.(2)a. 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 obtained . "Finishing" as specified in Section D-45 , Construction Methods , is not applicable since no seed bed preparation is required. DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum dept h of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made un iformly. If the sowing of seed is by hand rather than by 06/23/06 SC-34 - - - - - - PART D -SPECIAL CONDITIONS mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch . The planted area shall be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D- 45, Construction Methods . Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting , the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch . The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of s ix (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three -tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration. * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4 . HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes . 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER 06/23/06 SC-35 PART D -SPEClAL CONDITIONS DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to su bstitute a fertilizer of a different analysis , it shall be a pelleted or granulated fertilizer with a lower concen t ration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal , pelleted or granulated fertilizer shall be appl ied 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 bo rrow 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 seed ing. 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 f ull compensation for excavating (except as noted below), loading , hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as s pecified shall be included in "Seeding" or "Sodding " bid items and will not be paid for directly. "Spot sodding" or "block sodding" as t he case may be, will be paid for at the contract un it price per square yard, complete in place , as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod ; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment , tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications . 06/23/06 SC-36 - - - - ..... - PART D -SPECIAL CONDITIONS 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 w ith 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 responsible for taking measures to minimize damage to tree limbs, tree trunks , and tree roots at each work site . All such measures shall be considered as incidental work included in the Contract Un it 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 Eng ineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations . The Engineer shall be notified 0 6/23106 SC-37 PART D -SPECIAL CONDITIONS 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 CLAYDAM 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 fill existing utilities prior to construction, in accordance with item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole ), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans o r as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility , the contractor shall contact the engineer immediately for appropriate design modifications . The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the 06/23106 SC-38 ..... - - - - - - - - - - PART D -SPECIAL CONDITIONS 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 ex.cavation (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 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 th is project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig . 110 of the General Contract Documents. 3. PAYMENT : Payment for all materials, labor, equipment, excavation, concrete grout, backfill , and incidental work shall be included in the unit price bid per foot. 52.4 Tie-Ins 0612 3106 SC-39 06123/06 PART D -SPECIAL CONDITIONS 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 exist ing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 52.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or 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 CS-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 linear foot price bid for the appropriate pipe size . 52.6 Valve Cut-1ns 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 exped ited 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 ou t and adv ised 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 constr ucted 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 mate rials used shall be as specified in the Material Standards (E 1- 17 & E1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade . SC-40 ..... - - - - PART D -SPECIAL CONDITIONS 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. 06123/06 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, SC-41 PART D -SPECIAL CONDITIONS labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E1-18A-Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 1. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 52.8 2-lnch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and t he Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service . 06/23/06 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 wa ter supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. SC-42 - - - - - - - PART D -SPECIAL CONDITIONS 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. 06/23106 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. 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. SC-43 0 6123/06 PART D -SPECIAL CONDITIONS 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 t o 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 materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 52.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7 .11 Cast Iron Fittings: E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E 1-7. 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 Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie - down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, SC-44 - - - - - - PART D -SPECIAL CONDITIONS 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 sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D-55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition. D-56 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel "T" = Bar stakes, 6 feet long. 4. Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 6. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings. 06123106 SC-45 E. PART D -SPECIAL CONDITIONS 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the und isturbed root zone. 9. Backfill and compact the t rench immediately after trenching. 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. 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 determ ination 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 excavatio n and of doing other work affected by the geology of the site . The cost of all rock removal and ot her associated appurtenances, if required, shall be included in the linear foot bid price of the pipe . 06123/06 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 unt il 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 responsibil ity of the contractor and shall be considered a subsid iary 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 compensa t ion shall be made to the contractor for this reimbursement. 06123/06 SC-47 PART D -SPEClAL CONDITIONS D-61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service li ne 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, st reets, sidewalks , etc. whenever possible . When it is not possible, the cleanout stack and cap shall be cast iron. Payment for all work and materials n ecessary for the installation of the two-way service cleanout which are required to provide a com p lete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. D-62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repai r . 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. D-63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice , establishing line and grades for roadway and uti lity 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 ut ility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or st abilization 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 sufficie nt 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 Reg istered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. D-64 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction , right-of-entry . agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activi ty is necessary on City owned facilities, such as sewer lines or manholes. For locations where the City was unable to obtain the easement or right-of-entry, it 06123/06 SC-48 - - - - - - - - - PART D -SPECtAL CONDITIONS shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the plans desk at the Department of Engineering, City of Fort Worth. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General Contract Documents . The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. 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 re ~ired for construction of this project. The Contractor shall be responsible for ihoroogh 'i~{revieWih g] ~fferst~D_9 ~!l9sf1.n:~ complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits, an y an?. a [I j.'~i.~?~1:i~Iosura ~c_g 'cost_s:~n~;an~ther~c_ide ~taT coJfs~ nec~ssary to·JTl~et the cc:>nd1t1ons associated w1tti , Rerm i,t(~) c,oniRha.nGe, 1nclud1Qg P<:lYIJJ~l}t f Q!l ~ag ru enjt s~~Jf be ~subsict_ii:lrx~ t~ t ~e qi1d'l te rh P.ric§· ·191-· b&i.b ~LtJ.68e rJtie· railroact1 h{Q)iid o itioi,al pay;n~nLwJILbe altowed f.Q.I: this, 1t~m ~ D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. D-66 WAGE RATES Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its adm inistrative costs, pursuant to Texas Government Code 2258.023. 06/23106 SC-49 PART D -SPECIAL CONDITIONS Complaints of Violations and City De termination 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 vio lation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected wo r ker 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 , fo r a period of three (3) years following the date of acceptance of the work , maintain re cords that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City . The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll period , whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258 , Texas Government Code. Posting of Wage Rates . The contractor shall post the preva iling wage rates in a conspicuous place at the site of the project at all times . Subcontractor Compliance . The contractor shall include in its s u bcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . (Wage rates are attached at the end of this section .) (Attached) 0-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE 06123106 SC-50 - - - - - ..... - - PART D -SPECIAL CONDITIONS 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. 8. 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 responsibi lity 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 Elim ination System (TPDES) General Construction Permit is required for all construction activities t hat 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 06/23/06 SC-51 PART D -SPECIAL CONDITIONS Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possib le reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site . The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOi shall be mailed to: Texas Commission on Enviro nmental Quality Storm Water & General Permits Team ; MC-228 P .O. Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be ma il ed to: Texas Commission on Envi ronmental 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 re lease of sediment and pollution from the construction site . Five of the project SW PP P 's a re available for viewing at the plans desk of the Department of Engineering . The selected Contractor shall be provided with three copies of the SW PPP 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 SW PPP 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 SW PPP . Deviations from the plan must be submitted to the engineer for approval. The SW PPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated 06/2310 6 SC-52 - - - - - - - - - - - PART D -SPECIAL CONDITIONS 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 SW PPP 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 SW PPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes , rock berms , diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain , inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. 0-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this 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 add ition, the Contractor will assume all liabilities and responsibilities as a result of these actions . 0-70 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 lim ited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule , to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested 0 612 3106 SC-53 PART D -SPECIAL CONDITIONS may be grounds for rejecting the apparent low bidder as non-responsive . Affected contractors will be notified in writing of a recommendation to the City Council. D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable : The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed w ill be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more ( example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time . In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager an d 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. D-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically , the OZONE SEASON , w ithin 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 06/23/0 6 SC-54 PART D -SPECIAL CONDITIONS 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 $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. Payment by the contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. 06123/06 SC-55 PART D -SPECIAL CONDITIONS - - 06/23106 SC-56 Date: ____ _ DOENO.XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON --------- BETWEENTHEHOURSOF _______ AND _____ ~ IF YOU HA VE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR AT -----------(CONT RAC TORS S.UPERINTENDENT) (TELEPHONE NUMBER) OR MR AT -----------------------(CI TY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ___________ _,CONTRACTOR PART D -SPECIAL CONDITIONS F,· TEXAS CEPARTMENT Of HEALTH m OEMOLI TION / RENOVATION NOTIFICATION FORM '~ t NOiE: OJRC.LE ITEMSIBAT ARE: AMalOED 0 T D H NOTIFICAT1lON#c_. ~-··=· =··-------ff i:· :r,· 1) Abatemen t Contrsctor. ...... ________ ~==~~----i'DH License Number.._ ___ ~- Address: C ity: State:, ___ .zrp:~.· __ _ Office,Phone Numbe r::.,..· ~--------· ... Job Site Phone Numbet:._~-----------StleSu~rvisor. . · . . TOH li<;e,!1$e,NtJJtriber.; _____________ _ '· SlteSiJpervisor: . . iDH Uoense Number. __ ,.,....--,-==~~~--- , Tri;iined Or1-$ite NES HAP lndividv.al "".' ------=~-----Certiffcafir)n Dale;. ____ ~-- Demolition CMtractor:'--------===-..,,.,..--omce Phoo& Numoo -~~----=------ Adcfre,ss· .. _ ----~------~-~C-ily:. _________ Ste..te;.-· __ ...,.-Zip; ___ _ 2) Project G(IJ1$\Jl~torOpera.to r.._ ______________ TDH LiOQI\$~ Ni.imber.. _____ _ Mailing Adcfress ;"----· ...-----=------::-::,--:::c--...,.,..---,.~ ......... ......,,....--------- Clfy: Slate:. ___ Zi,p:. ____ Offlce Phone Number: .1,..( _ _,)i......-~~~-0 t A 3) FacllffyOwner:, ___ ~~---------------~---------~ k : Altt1ntion .,.· ·=,-·~--------------------=~----------- P MaiiriS Ad.cfr~:. _____ -----~---------------------A, City: $i;;l te,; Zip, Owner Pho.ne Numbar;a..{ _.}...._ ___ = lf. '. ..,Noto:Th e> inwiieofot lho notlli-catro.n feo wlll be senUI'.) th~ owner Qf th~bulldlng and ttic billlM acJ<lteU fof the Invoice wlll' be f( obt~IOQd from thc lnfotm11tiOiHh11t l:r; ptO\ridod In this section. .. N ;-4) Descrfptloo or Facllity Name:. _______ --·--------------~~------~ Physical Ad!:fress ; __ Coonly: Clty: ___ ~~ ......... Zlp :, ___ _ ~. f acility Phone Number F~cility Contacl Person:,------------~ H I OGtcrl ption .ofArea/RQ~ Number.. ___ ~=--------=~------------ f'. Prior Use ;,=~------~-----Fulureuse:. _______ ~-~~------ ~ Age of Btiildinwracl l[t:,i :. _____ Sr.m:.· ____ NJimber of Roora·~. -~~~· Schoo! {K -12):· D YES o NO .~: 0. 5) Typti of Work:: 0 Dem.<llithm o Renovatlon (Abatement) lIJ An:nua!I Cort~5Jlida.ted Ti Work v/U.I be r;!i.1ring ; CJ o .ay D Even ing o Night Q Ph ased Projec:t · Q Desc:riptlo.n ofwork scheduJe:. ____________ ~~==------------= r ,: 6) Is !his a P.Ublrc Buildlna? q YES D NO F'ederal F,:1e fll ty1 DYES D NO Industrial S ita? 0 YES ONO G , . l\iESHAP..Q nly Fac i li ty? D Yli:S . D NO · ts 13uirdlng/Facilify Oceupiea? Cl YES O NO ~ b v i' !) I a tf -, .. :O' ':f' n ?: ,;.;. ~ . '( e ~ 1) l'kl~ification Type CHECK ONLY ONE Ei Orlglna.1 (10 Workin g Oays) 0. °'1 nc$U.r~cm [ii Ame-mlmen,t D EmergencyfOrdered If this i s an am!'.lndmElf!t , wh 1cm ~memiment number Is this?_. _ (,Enclose copy of ori g lri al arrd'/or lat;t a m E!litlrrtent) If a!i emergency, who dlcf you ta lk wJth at TO H? Emer9ency#:.=------- Date and Hourof Emru~ncy (HH/'il;iM/DD/YY}i ... Descriplion of itle Sl.lddeni, Ulle}(;pecfed event and explanatio n of how the evant caused unsafa conc;litir;>ns or Wou'd cause equ ipment damage (ComF)Ulets , machine ry, etc,__ ____________________ ~- 8) Descdplion of procedv.re:s to be followed In the event that 1.l11expected as!lestos is found or previQ1,1$1y m)n•:frisble asoestos malerfal !b ecom es ctumbled. pul ;,,oo~, or reou¢ecl lo powder.--~~----------- ,, 9) w ee .art Aebes tos 5\lrve y perfom,ed? O'. YES o NO Date.: I I TDH lm,pec!or License No :. _____ _ G . J\nalyl.ical Me1hod: D Pl..M D TEM D Assum0d , TDH E...$boralc:>:ry !,,.f~!'l.$e No ; ,..,...,.--,-,--~ ~1 . (ForTAHPA (pub lic building) :Ptoie c!s: ,;in ass1;1m pti on mus t be mad.e by a TDH l i cei"l sad inspoctor) .. ~, ~ . d . 1_:; · 10) Oescrlptkm of plan n ed demofi tiotl or renovarn:m work, type of material , and m ettiod(s) to be use ,.,_" ---~~~~ J ti' f . 11 ) DesctiJ)tiort of ','.'Q r)( p.r9clices :a nd eni3ineering controls to be used to prevent el'l'liss tons of a:sbestQ(i ~t the (' oemo !i th;>nlrenoval ion: ______ ~--~----------=.----------'--- 06/23/06 SC-58 ,.... PART D -SPECIAL CONDITIONS 12) ALL appllcablfl: lfarn:s in lhB lollO'llirig table mu$t blltcomp!eted: IF NO ASBESTOS PRESENT CHECK HERE u Appro:idmate amount of ; Asbestos-Containing B1,1ilding Material A$blil$lo!i. · . >,:Typr;i J.....--=;:::=:::::::::..----+~i---~[r---r--.,..---r~ ' Pipes · Sur1ece Area Lri .Ln. SQ Ft t.1 ft Check unit of measurement ... ··:. ·r •. ·: ·. RA.CM NOT removed I non.fria~ removed Exlat'iot Ca · o l non-fri:.ibl,e rem~wed I non-fiiabl'e NOT removed E:xtaoor Cata · II nori-mable removed II: non..frlable NOl"j~moved , RACM Off-Facirrty co.mptment . 13) Wasfe Transporter Name: __ -____________ TOH U'OE!llse Number.------ Add'ress: __________ _;Citi1 :. __________ ..,,.,.. __ staJe: ___ Zip . ._·---- COf!fi!ct Per:son: fihona Numbt'.ir: .._...L..-------- 14) Waste Disp~I Site Narne=--------.....--~------------~~----- Adr.fress ... ·,_ ~-.,....,-------------....... ~CiI~ ~· --------State : ___ Zip; _ _ Telephone: L "J ·: TN.RCC P~rmit Number. ______ _ . : · 15) For slructuralfy unsournl facllltles t attach a copy of dem'Oliioon order and identify Governmental Official below: ·· · ·. NamB: _ _ · Reglslratlon No: ____________ _ 06/23/06 Tille : · Daie of ordez: {MM/ODJYY) I Dale o!ider tr;> begin {MM/OD/YY) I I 16) Sc:heo.uled Dates of .Asbestos Abatement (MM/DD/YY} Start--~' -~·,_I __ Complete ; --"----'''-· 17) Scih(!cii,JI~ Dews oernolil ion/Renovation (MM/DDIYY} Sla:rt:. / . J Cornpret!t:. __ /,_· -'-'---- #. Mote: If the start date on lhls nolifi~on e~~ not bo mot, tho TDH R1113tonal o. L.ocar Program office Must lbe contactsd t>y phone prior to the !ilarl da!s •. FaJlure to do sQ b II v tQf.atft.>n tin ~ecotd:lncc to TAHPA. SCl(;:tlon 295.61. I hereby certify 1hat all informatkln :i have pro..,lded is correct , cornplete. ancs in.10 to the best of my krt¢wledge. 1 ~c:!.(nr:>Wleoge that I am responsible for all aispMts ot the n~on ~ITTI, incle.d ing , but oot lfmifin9, content and submlss[on dales . The m:aximi,Jm p$nelfy i$ $10,()00 per day perviolatlon. (Signa ture of, Builcling OWnerf Operator ,or Delegated CoosuJtan1/Coni:ractor) MAIL TO: (Piinted NM'19) (Date} ASBESTOS NOT!Fl CATlON SECTION TOX[C $1lJB$TANCES CONTROl. DMSIO~ TEXAS D.EPARTMENT OF HEALTH PO aox 143538 AUSTIN, TX 78714-3538 PH : 512-83,f-ijOOQ, 1-SP0-572-5548 {Fax Numoor) Rimi APB#5, d!iilter:I (}7/29/02; &Jp/ace-s TDH form dated 07/13/01. For assistance in camp~!ing form, r;;~l 1-800-572,5548 SC-59 Part DA Additional Special Conditions PART DA -ADDITIONAL SPECIAL CONDITIONS DA·2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE-OMIT ................................. 5 DA"'3 PIPE ENLARGEMENT SYSTEM· OMIT ....................................................................... 5 DA-4 FOLD AN.D· FORM PIPE-Q.,MIT "' ............. "' .... ""ll! ... .,., .... _, ...... _,ip1 .. .,_., ... .__ •• _ ........ ,., .............. ., ........ "'"'"·"···--.. ···"····---· ..... 111-.... 5 DA..S S:LIP'LI.NING--OMIT ...... -.... 11 ......... _,. .............. "' ............................... "'.-"'"""""'"""'"'"'""'"'"'""·""'""'" ... "' .............. " ............ , ................ 5 DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT ..................................................... 5 o,A-7 TY"PE O,F· CASING PIP·E_ ................ _ .... _ .................... _ ..... , ................... , ................................... 11-....... " ................ _._.8 DA-8 SERVICE LINE POINT REPAIR / CLEAN OUT REPAIR-OMIT ................................. 9 DA-9 PROTECTIVE MANHOL.E COATtNG FOR CORROSION PROTECTION .. OMIT ...... 9 DA-10 MANHOLE REHABILITATION-OMIT ........................................................................ 9 DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION .. OMIT ................... 9 DA-12 INTERIOR MANHOLE COATING • MICROSlLICATE MORTAR SYSTEM· OMIT ..... 9 DA·13 INTERIOR MANHOLE COATING· QUADEX SYSTEM" OMIT ................................. 9 DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM-OMIT ......................... 9 DA-15 1.NTERIOR MANHOLE COATING -RAVEN LINING SYSTEM· OMIT ....................... 9 DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER- DA-17 DA-18 DA-19 DA-20 DA-21 DA-22 DA-23 DA-24 DA·25 DA-26 DA-27 OA-28 DA-29 OA-3.0 DA-31 DA .. 32 DA·33 DA-34 DA-35 OA"'36 DA·31 DA-38 DA"'39 DA-40 OA-41 DA-42 DA-43 DA-44 DA-45 OA-46 DA-47 DA-48 OA-49 10115/07 Q,M:IT ....... ., .... ., .......... , ......................................................... "' ................................................ , ...... ., ......................... "·"""" ..................... 9- INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM-OMIT ......................... 9 RIGID FIBERGLASS MANHOLE LINERS .. OMIT ...................................................... 9 PVC LINED CONCRETE. WALL RECONSTRUCTION-OMIT ................................... 9 PRESSURE GROUTING-OMIT .................................................................................. 9 VACUUM TESTING OF REHABILITATED MANHOLES-OMIT ................................ 9 FlBERGLASS MANHOLES-OMIT ............................................................................. 9 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .................... 9 REPLACEMENT OF CONCRETE CURB AND GUTTER ......................................... 10 REPLACEMENT OF 61t CONCRETE ORIVEWAYS ................................................. 1 O REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE .......................................... 11 GRADED CRUSHED S·TONES.,., .............. ""_ .. 'l ............... ., ••• "'""' ... ., ........... _ .... ., ... ,.,-••• ., •• ,., .... ..,.""'""···"'··· ..... 11 WEDGE MILLING 2" TO 0 .. DEPTH 5.0' WIDE .. OMIT ............................................ 12 BUTT JOINTS .. MILLED-OM,IT ......................................... .., .................................... 12 2 .. H.M.A.C. SURFACE COURSE (TY"PE "Dn MIX) .. OMIT ...................................... 12 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER .. OMIT .............................. 12 NEW 7" CONCRETE VALLEY GUTTER~ OMIT ...................................................... 12 NEW 4 .. STANDARD WHEELCHAIR RAMP-OMIT ................................................ 12 8 .. PAVEMENT PULVERIZATION .. OMIT ................................................................ 12 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) .. OMIT ............ 12 RA.ISED· PAVEMENT MARKERS ... ., ..... "' ........... "' ............................. lt-........................... .,11-••• "'."'.,.. ................ 12: POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING .............. 12 LOADING, TRANSPORTATION, ANO DISPOSAL OF CONTAMINATED SOIL ..... 16 ROCK RIPRAP -G·ROUT-FILTER FABRIC ............................................................ 17 CONCR.ETE RIP·RAP ........................ _ ........ 111-................................. " ..................... _ .................. "' ••• ., ......... ., •• 20 CONCRETE CYLINDER PIPE AND FITTINGS-OMIT ............................................. 21 CONCRETE PIPE FITTINGS AND SPECIALS .. OMIT ............................................. 21 UNCLASSIFIED STREET EXCAVATION-OMIT ..................................................... 21 6" P0ERFORATED PIPE SUBDRAIN-OMIT ............................................................. 21 REPLACEMENT OF 4" CONCRETE SIDEWALKS ................................................. 21 RECOMMENDED SEQUENCE OF CONSTRUCTION ............................................ 22 PAVEMENT REPAIR IN PARKING AREA-OMIT .................................................... 22 EASEME.N·TS AND PERMITS .............................................................................................. ,., ...................... "' .... ., .... " .. 22. HIGHWAY REQUIREMENTS .................................................................................. 22 ASC-1 DA-50 DA-51 DA-52 DA-53 DA-54 DA-55 DA-56 DA .. 57 DA-58 DA-59 DA-60 DA-61 DA-62 DA-63 DA-64 DA-65 DA-66 DA-67 DA-68 DA-69 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 OA-86 DA-87 DA-88 DA-89 DA-90 DA..S1 DA..S2 DA-93 DA-94 DA..S5 DA-96 10/15107 PART DA -ADDITIONAL SPECIAL CONDITIONS CONCRETE E.NCASEMENT ..................................................................................... 23 CONNECTION TO EXISTING STRUCTURES ........................................................... 23 TURBO METER WITH VAULT AND BYPASS INSTALLATION-OMIT ................... 23 OPEN FIRE LlNE lNSTALLATIONS ......................................................................... 23 WATER SAMPLE STATION-OMIT ........................................................................... 23 CURB ON CONCRETE. PAVEME.NT .......................................................................... 23 SHOP DRAWINGS ... _., ... *•·······11.···ll/···········"'··"·"'···-.,--_ .. ., ..•• "' .••.... ., .... ,., .... ., ...•.•• "' ..................... ., .. "._., .... ., .. 24 - CO-ST BREAKDOWN ."' ....... _ ..... _,._ ....................... -.... ,, ... " ......... ., ............. ,,, .. _"' .... _ . ., ....... _ ........................... 25 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY-OMIT ..................... 25 H.M.A.C. MORE THAN 9 INCHES DEEP-OMIT ....................................................... 25 ASPHA.LT DRIVEWAY REPAIR ............................................................................... 25 WATER METER ANO METER BOX RELOCATION AND ADJUSTMENT ............... 25 BID QUANTITIES-..................... "'.,.__ .......... "' ................................... "' .................... ., ..... _ ...... "' ............... "' ................... .,25 WORK IN H.IGHWAY RIG·HT OF WAY ..................................................................... 26 CRUSHED LIMESTONE (FLEX-BASE) ................................................................... 26 OPTION T'O RENEW-OMIT ............................ ., ......................................................... 26 N.ON-EXCLUSIVE CO-NTRACT--OMIT ...................................................................... 26 CONCRETE VALLEY GUTTER· OMIT .................................................................... 26 PAVEME.NT STRtPlNG .................................................................. ., ............................. 26 H.M.A.C. TESTING PROCEDUR.ES ............................................................................. 26 -SPECIFICATtO-N REFERENCES ............................................................................... 27 RELOCATION OF SPRINKLER SYSTEM BACK~FLOW PREVENTER/CONTROL VALVE AND BOX ................... ., ............................... ., .................................................. 27 - RESILIENT-SEATED GATE VALVES ........................................................................ 27 EMERGENCY SITUATION, JOB MOVE-IN-OMIT ................................................... 27 1 Y2:1 ' & 21 ' COP·PER SERVICES , .... ,.,11. ••. ,~ ...... l!. .................................. , ........... , ........... "._. • ., ..... " .. ., ................... 11. ................. 28 SCOPE OF WORK (UTIL. CUT) • OMIT ................................................................... 28 CONTRACTOR1S RESPONSlBlL TY (UTIL. CUT) -OMIT ....................................... 28 CONTRACT TIME (UTIL. CUT) • OMIT ................................................................... 28 -REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) .. OMIT ................... 28 TIME ALLOWED FOR UTILITY CUTS (UTtL. CUT) .. OMlT .................................... 28 LIQUIDATED DAMAGES (UTIL. CUT) .. OMlT .......................................................... 28 -PAVING REPAIR EDGES (UTIL. CUT) .. OMIT ....................................................... 28 TRENCH BACKFILL (UTIL. CUT) .. OMIT ................................................................. 28 CLEAN-UP (UTIL. CUT} • OMIT ................................................................................ 28 -PROPERTY ACCESS (UTIL. CUT}· OMIT ................................................................ 28 SUBMISSION OF BIDS (UTIL. CUT)· OMIT ............................................................ 28 STANDARD BASE REPAIR FOR UNIT I (UTlL. CUT) • OMIT ................................. 2.8 CONCRETE BASE REPAIR FOR UNIT II & UNIT m (UTIL. CUT) .. OMIT .••..•......... 28 2" TO 9u H.M.A.C. PAVEMENT (UTIL. CUT)· OMIT ................................................. 28 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT)· OMIT •• , .................... , 111-• ............ '" ............. "" .......................... , .......... ·-· ... ,., ..................... "-• ............. , ................................ ,, .... ., ..... , ...... , ............ 28 MAINTENANCE BOND (UTIL. CUT) -OMIT ...................................... ., .................... 29 BRICK PAVEMENT (UTIL. CUT) -OMIT .................................................................... 2.9 LIME STABILI.ZED SUBGRADE (UTIL. CUT) .. OMIT ..., .......................................... 29 CEMENT STABILIZED SUBGRADE (UTtL CUT) -OMIT ....................................... 2.9 REPAIR OF STORM DRAIN\ STRUCTURES {UTIL. CUT) .. OMtT .......................... 29 ASC-2 I!!!! PART DA -ADDITIONAL SPECIAL CONDITIONS DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) • OMIT ..................................................... 29 DA-98 UTILITY ADJUSTMENT (UTIL. CUT} .. OMIT ............................................................. 29 DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT} -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 DA-119 DA-120 Q.MIT ...................... ,.. ........... "' .............................................................................................. , ........................... _ ..................... 29 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) -OMlT ........................ 29 CONCRETE CURB AND GUTIER (UTIL. CUT) -OMIT ........................................... 29 PAYMENT (UTIL. CUT) • OMIT ................................................................................ 29 DEHOLES (MISC. EXTII;) ~ OMIT.,., .. _ ............. " ... "'."''"· ............... -,_ ..................... -...... ., ................................... 29 CONSTRUCTlON LIMITATIONS (MISC. EXT.}· OMIT ........................................... 29, PRESSURE CLEANING AND TESTING (MISC. EXT.) .. OMIT ............................... 29 BID QUANTITIES (MISC. EXT.) -OMIT .................................................................. 29 LIFE OF CONTRACT (MISC. EXT.) -OMIT .............................................................. 29 FLOWABLE FILL ........................ _ ................................................................................... 29 BRICK PAVEMENT REPAIR {MISC. REPL.) .. OMIT ................................................ 30 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) • OMIT ................. 30 WORK ORDER COMPLETION TIME (MISC. REPL.) • OMIT ................................... 30 MOVE lN CHARGES (MISC. REPL.) -OMIT ........................................................... 30 PROJECT SIGNS (MISC. REPL.) .. OMIT ..................................................................... 30 LIQUIDATED DAMAGES (MISC. REPL.} -OMIT ...................................................... 30 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) -OMIT .................................. 30 FIELD OFFICE-OMIT ................................................................................................ 30 TRAFFlC CQN,TROL PLAN ..................... ., .................... , ... 11-.... 11-., •. 11-., ..... .., ....................................................... 3.0· COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS-OMIT ... 30 DUCTlLE IRO-N PIPE .............................. ,.. .. _., ............................................ ., ................................ lll .............. " ••• 111, ... "'.30 CONCRETE PRESSURE PlPE, BAR-WRAPPED STE.EL CYLINDER TYPE-OMIT "'"'·· .......... "·"' ... ''"' .......... , ......... ., ... "'· .. "'· ........ "'" ... "'· ....... "·"' ............................... "'" ... "'"·· '" ......................... "'" .. ····· .............. 37 DA-121 BURIED STEEL PIPE AND FITitNGS-OMIT ......................................................... 37 DA-122 CATHODIC PROTECTION-OMIT ............................................................................ 37 DA-123 GRAVEL. DRIVEWAY REPAIR ................................................................................ 37 o,A-124 REPLACEMENT OF TRE.ES ....................................................................................... ., ................... ,"' ... "'3.8 DA-125 PIPELINES CROSSING HIGHWAYS2 STREETS AND RAILROADS BY BORI.NG, TUNNELING OR O·PEN CUT "'"' .......................................................... ,-..... "'.·"'"""' .......................... , ............ , ....... 38 DA-126 eu,-rERFLY VALVES-OMIT .................................................................................... 46 DA-127 GATE VA.LVES .............................. , .... " ...................................... -....... , .......... "' ..... "' .... -. .... " ........................... 46 DA-128 AIR RELEASE VALVES· OMIT ............................................................................... 49 DA-12.9 CONSTRUCTION COORDINATION WITHIN UNION PACIFIC RAILROAD PERMIT DA-130 DA-131 DA-132 DA-133 DA-134 DA-135 DA-136 DA-137 DA-138 DA-139 DA-140 10/15107 AREA--OMIT .... .,. .... ; ......... .,. ......... "' .......... 't ••• , ••.• "' ••• , ••• 11:111•· .. .,. ••• "' •••. .,. •••••••. .,. ••.• ., ........... "' ... " ••• .,. ..... tl; .... tl; ••• .,, ••• "' ••• .,49 FIBERGLASS SEWER PtPE -GRAVITY SERVICE· OMIT ..................................... 49 JUNCTION SANITARY SEWER MANHOLE -OMIT ............................. , .................. 49 SU:BSURFACE EXPLORA TlON ...................... _ .. _ ................................................................... -..... -... -......... -. ....... 4.9· ABANDON EXISTING WATER AND SANITARY SEWER STRUCTURES .............. 50 ABANDON EXISTING PIPE LlNE ............................................................................... 50 REMOVE AND REPLACE EXISTING PIPE AND CABLE FENCE .......................... 50 SANITARY SEWER AND WATER LINE MARKERS ................................................. 50 CONSTRUCTION COORDINATION WITHIN TARRANT REGIONAL WATER DISTRICT AREAS-OMIT .................. ," ..... 111 .... ,_ ..... " ................. " .................... ,, ...................................... ,_ ... ., ............ 52 SPECIAL PROVISIONS FOR ACTIVITIES INSIDE TRWD RlGHT-OF-WAY-OMIT52 GROUTING PROCEDURE ...... "' .... " ..................................................................................................... , ................................... 52 TUNNELlNG -OMIT .................................................................................................. 53 ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-141 FORT WORTH AND WESTERN RAILROAD .......................................................... 53 DA-.142 TX.DOT .................... llt ....... .., ................................ "' .......................................................................... ., ......... 54 DA-142 COORDINATION WITH OTHER CONTRACTORS .................................................. 54 - - - - - 10/15107 ASC-4 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS -OMIT DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE-OMIT DA-3 PIPE ENLARGEMENT SYSTEM-OMIT DA-4 FOLD AND FORM PIPE-OMIT DA-5 SLIPLINING-OMIT DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which wm allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established ln the Specifications. 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation, or railroad company, as applicable. B. MATERIALS: 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI B36.10 and the following: a. Field Strength: 35,000 psi minimum. b. Wall thickness: 0.312 in. minimum (0.5 for railroad crossings). c. Diameter: As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS D1 .1. 2. Carrier Pipe in Casing: Carrier pipe shall be as shown an drawings and as specified in the General Contract Documents. 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 4. Grout: Grout shall. be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu. ft of fine sand with sufficient water added to provide a free flowing thick slurry. C. EXECUTION 1011s107 ASC - 5 10115107 1. PART DA -ADDITIONAL SPECIAL CONDITIONS Where sewer pipe is required to be installed under railroad embankments or under highways, streets or other facilities in other than open cut, construction shall be performed in such a manner so as to not interfere with the operation of the ra.ilroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfil l has been completed and then shall be removed from the site. 2. Pits and Trenches: 3. a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. b. The location of the pit shall meet the approval of the Engineer. c. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hale with the earth auger and simultaneously jacking pipe into place. a. b. c. The boring shall proceed from a pit provided for the baring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from -the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. In unconsolidated sail formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. Allowable variation f ram the line and grade shall be as specified under paragraph A.2. All voids between bore and outside of casing shall be pressure grouted. ASC-6 - - - - - - - - - - - - I 10/15107 PART DA -ADDITIONAL SPECIAL CONDITIONS 4. Installation of Carrier Pipe in Casing : a . Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing , and to keep the installed line from resting on the bells. b . All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. c. The Contractor shall prevent over-belling the pipe while installing it through the cas ing . A method of restricttng the movement between the assembled bell and spigot where applicable shall be prov ided. d. At all bored, jacked , or tunneled installations, the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe. The backfill material will not be required unless specified on the plans and specified by the Eng ineer. e. Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as requi red by the Engineer. 5. Boring and Jacking Ductile Iron Pipe without Casing Pipe: a. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bare and jacked ductile iron pipe. b. When a casing pipe is not designated on the drawings , the contractor shall provide a casing pipe if necessary to achieve line and grade. Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. c. Bore and jack in accordance with paragraph C.3. above. d . Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted . 6 . Tunneling : Where the cha racteristics of the soil, the size of the proposed pipe , or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans, a tunneling method may be used , with the approval of the Engineer or railroad/highway officials. a . When tunneling is permitted , the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel. liner design shall bear the seal of a licensed professional engineer in the State ASC-7 D. PART DA -ADDITIONAL SPECIAL CONDITIONS of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. b. The space between the tunnel liner and the limits af excavation shall be pressure grouted or mud-jacked. c. Access holes for placing concrete shall be space at maximum intervals of 1.0 feet MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed. The work. performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials required for installation, for all preparation, hauling and installing of same, and far all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately. DA-7 TYPE OF CAS.ING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled section shal.l be AWWA C-200 Fabricated Electri.cally Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: A For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Campany, Advanced Products and Systems, Inc., or an approved equal shall be used an all non- concrete pipes when installed in casing. Installation shall be as recommended by the manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per F ig. 110 of the General Contract Documents. 3. PAYMENT: 10/15107 ASC-8 - - - - - - - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR-OMIT DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION-OMIT DA-10 MANHOLE REHABILITATION-OMIT DA-11 SURFACE PREPARATION FOR MANHOLE REHABI.LITATION-OMIT DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM-OMIT DA-13 INTERIOR MANHOLE COATING -QUAOEX SYSTEM-OMIT DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM-OMIT DA-15 INTERIOR MANHOLE COATING-RAVEN LINING SYSTEM-OMIT DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER-OMIT DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM-OMIT DA-18 RIGID FIBERGLASS MANHOLE LINERS-OMIT DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION-OMIT DA-20 PRESSURE GROUTING-OMIT DA-21 VACUUM TESTING OF REHABILITATED MANHOLES-OMIT DA-22 FIBERGLASS MANHOLES-OMIT DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible far 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 10/15107 ASC-9 PART DA -ADDITIONAL SPECIAL CONDITIONS one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Telephone Number Southwestern Bell Telephone Texas Utilities Lone Star City of Fort Worth, Street light and Signal 338-6275 336-9411 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 deviatlon from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate iob and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTIER These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in l.ike kind, as governed by the standard City Specifications, Item No . 104 "Removing Old Concrete\ Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation v, into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material ta a suitable dump site. The street void shall be filled with H.M.A.C. "Type D" mix as per specification No. 300 "Asphalts, Oils and Emulsions", Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities and top soil as per specification item No. 116 'Top Soil\ if needed, shall be added and level.ed to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within fourteen (14} calendar days from the day of demolition ta date of completion. If the contractor fails to complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block. per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work . DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS 10115/07 ASC -10 - - - - - - - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter i.s replaced to adjust grades to eliminate pond!ng water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay Umits far concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work. DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut , or other similar means, out of the existing pavement in square or rectangular fashion . The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal 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". Before the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the miX shall be to standard densities of the City of Fort Warth, 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 for all materials, labor, equipment and incidentals necessary to complete the work. DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No. 208 "Flexible Base". 10/15107 ASC -11 PART DA -ADDITIONAL SPECIAL CONDITIONS The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-28 WEDGE MILLING 2" TOO'" DEPTH 5.0' WIDE-OMIT DA-29 BUTT JOINTS -MIL.LED-OMIT DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "Dll MlX) -OMIT DA-31 REPLACEMENT OF T' CONCRETE VALLEY GUTTER-OMIT DA-32 NEW 7" CONCRETE VALLEY GUTTER-OMIT DA-33 NEW 4'" STANDARD WHEELCHAIR RAMP-OMIT DA-34 8'" PAVEMENT PULVERIZATION-OMIT DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT} -OMIT DA-36 RAISED PAVEMENT MARKERS All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply. The Contractor shall install standard roadway markers according to city specifications as shown on plan sheet or as directed by the Engineer. Please refer ta ''Roadway Markers Specifications". DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL: Where known by the design engineer, the locations of potentially petroleum contaminated material (sail} that may be encountered during excavation and/or construction activities will be shown an the plans. For all 1.ocations where material is excavated and suspected of being contaminated with petroleum products, whether known or not, these special conditions are to be followed. The contractor is also to fallow all applicable Federal. State and Local regulations when handling known or suspect contaminated materials (sails). 1. WORK INCLUDED a. Excavation, stockpiling and testing of Potentially Petroleum Contaminated Material. b. Removal, testing, and disposal of petroleum contaminated groundwater. c. Obtaining and paying for required permits. d. Hiring of qualified environmental professional consultant(s). Contractor will be required to submit the environmental consultant's experience and qualifications to - - - - - - - the City prior to beginning work in areas of Potentially Petroleum Contaminated - Material. 10115/07 ASC -12 PART DA -ADDITIONAL SPECIAL CONDITIONS e. Hiring of qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fort Worth testing laboratory. The City of Fort Worth's Department of Environmental Management for coordination of laboratory testing. 2. REFERENCES a. All applicable OSHA regulatory requirements. b. All applicable Environmental Protection Agency (EPA) regulatory requirements. c. All applicable State of Texas regulatory requirements. d. AU applicable City of Fort Worth (City) regulatory requirements. e. AU applicable NlOSH standards. f. All applicable TNRCC requirements. 3 . SUBMITTALS a. The contractor shall prepare and submit to the City's Department of Environmental Management, Senior Specialist in Compliance, plans for handling Potentially Petroleum Contaminated Material (PPCM) not less than 30 days prior to commencing excavation. b. The Contractor shall take necessary precautions while performing this project. Contractor shall not commence PPCM work (1) Contractor's submittal for dealing with PPCM is reviewed by the City and (2) the plans (i.e., drawing and description} for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the City (3) and acceptable stockpile area is identified by the Contractor. c. Contractor shall submit the name of hrs proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City. The PPCM Handling Plan shall include the detailed sequence of construction including proposed excavation and handling methods, proposed carriers for contaminated materials , waste disposal site, and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC}. d. Contractor shall submit actual limits of PPCM excavation, as prepared by his qualified environmental consultant(s) and testing lab. e. Contractor shall submit for review the proposed carrier pipe material ta be used with the actual limits of PPCM excavation, including pipe gasket and carrier pipe coating or liner. B. PRODUCTS: 10/15107 1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation, including pipe gaskets , shall be resistant to petroleum hydrocarbon deterioration. ASC -13 PART DA -ADDITIONAL SPECIAL CONDITIONS C. EXECUTION: 10/15/07 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Areas suspected of having petroleum contaminated material (soils) are shown in on the engineering drawings. b. In areas other than those noted on the plans and where potentially petroleum contaminated materials are either detected or suspected, the City of Fort Worth and the Engineer should be notified immediately and the work should proceed in accordance with this section. 2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Care should be taken during all excavation and dewatering activities ta identify areas potentially contaminated by petroleum. b. When a petroleum odor is encountered during excavation or when there is visual evidence of potentiaHy petroleum contaminated soil, the Contractor shall notify the Engineer without delay. c. The Contractor shall have retained the services of an environmental consultant who sha.11 be present at the site to screen suspect soil with a photo-ionization detector (PIO) or a flame· ionization detector (FID). A reading of 20 ppm above ambient conditions or greater on PID or FID tested son sample will be considered potentially petroleum contaminated. The soul sample should be a recent sample from the excavation face. The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid. The City of Fart Warth Department of Environmental Management will be notified prior to all sample collection and submi.ttal to the current testing laboratory identified by the City. The PIO or FID tests should be performed in a confined location. Soil.s producing a reading of less than 20 ppm above ambient will not be considered potentially petroleum contaminated. The PID or FID shall be calibrated according ta manufactures instructions. d. Water encountered during excavation or dewatering shall be cons.idered to be potentially contaminated if there is a vi.sible sheen, a hydrocarbon ad.or, adjacent soil that appears visually to be contaminated by hydrocarbons or at any time the Contra.ctar has reason to believe that hydrocarbon contamination may have occurred. The Contractor shall immediately notify the City and the TNRCC whenever contaminated water is encountered. a. The Contractor shall contact the City whenever contamination from any source is suspected. 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS) a. Contractor shall coordinate with the City ta determine a suitable location for the stockpiling of contaminated sail. The following procedure shall be followed in preparing the chosen site: ASC -14 - - ..... - - - - - - - - 10/15/07 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. Provide a diked enclosure large enough to hold all material and prevent runoff. 2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 3. At the end of each work day, Contractor shall completely caver stockpile with 20 mH plastic. During the day, the Contractor shall keep the stockpile covered, as necessary, to prevent release of contaminated material.s due ta rain or wind . 4. Sampling and evaluation of materials will be performed at the Contractor's expense. {The City of Fart Worth will provide laboratory services) b. PPCS shall be handled , tested, observing all standard chain-of-custody procedures and sampling preservation and analyses shall conform to published and recognized standards. c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards far Total Petroleum Hydrocarbons {TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. d. Contaminated soil identified by test results will be disposed of according to DA--36, Loading, Transportation, and Disposal of Contaminated Sail. e. It is the intent of the City of Fort Warth that uncontaminated soils be utilized as backfill material, if the soils also meet the Type C or B backfill classifications. 4. HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW) a. Water pumped from the excavation or from dewatering activities that has an oily sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially petroleum contaminated . b. PPCW shall be handled , tested , and discharged in accordance with the TNRCC's appropriate state regulation . PPCW shall be tested no later than 15 days prior to extraction. PPCW shall, if necessary, be treated in an appropriately sized oil/water separator, air stripper or GAC canisters. Contractor shall have his testing laboratory determine that the oil/water separator treated discharge is . within the limits established by the TNRCC's regulations before being allowed to discharge (discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test reports to the City. c. Alternatively, the Contractor may dispose of contaminated water, after appropriate pretreatment, into the sanitary sewer collection system. It shall be the respons ibility of the Contractor to obtain the necessary permit(s) and to perform all testing required by the City of Fort Warth Pretreatment Services Division. d. All treated water shall be discharged into a Contractor supplied Frac Tank, sampled , and analyzed before discharge into the sewer system. e. The product that is recovered shall be disposed of in accordance with all applicable regulations. Any phase separate product recovered from the oil/water separator and air stripper shall be transported in accordance with Department of Transportation ASC -15 PART DA -ADDITIONAL SPECIAL CONDITIONS rules and regulations for flammable products. When transporting product for disposal, transportation shall also be performed by a licensed carrier. The - Contractor is responsible for proper manifesting of the material from the site to the - D. waste disposal facility. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. 5. HANDLING VAPOR CONCENTRATIONS a. In order to maintain safe working conditions, the vapor concentrations shou.ld not exceed 20 percent of the Lower Explosive Limit (LEL). During construction, measures should be taken to maintain LEL levels below 20 percent in all working areas. b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a LEU02 meter should continuously operate in the working area. The CGI should be properly calibrated and should have an alarm that sounds if 20 percent LEL is reached. Monitoring data from the GCI should be recorded periodically to determine if ventilation or other methods are effective. In the event local health and safety agencies require more stringent monitoring, the local regulations must be implemented. MEASUREMENT AND PAYMENT: Payment far handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for any permits required, hiring the services of a qualified professional environmental consultant(s), environmental issues, stockpiling and an issues included and incidental ta this section will be full compensation for all labor, equipment, materials, and supervision. Measurement and Payment far this section will be per linear foot of trench excavated where the excavated material is handled as a contaminated material. No separate payment will be made for handling of contaminated water, vapor concentrations, sampling, stockpiling, etc. DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL A GENERAL: This item has been established far the loading, transportation and disposal of contaminated soils in a State of Texas approved disposal site (landfill) to handle special wastes (petroleum contaminated soils}. A bid item has been established in the proposal for the proper loading, transportation and disposal of the material to a designated site and the quantity established is the engineers best estimate of the quantity that may be removed. This quantity may vary depending upon actual conditions and testing results. The unit price bid will not be increased regardless of the actual amount of material disposed and may be decreased if a larger volume of material, than that listed in the bid proposal, results in a unit cost reduction for disposal. B. WASTE MANIFESTS: 10/15107 Any and all non-hazardous liquid and petroleum substance waste removed from the site of generation and transported far treatment and/or disposal must be accompanied by a waste shipment record/manifest detailing required generator, transported, destination and waste ASC -16 - - - - - - - - - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS description information. These results may not be uniform throughout the entire site . For all petroleum substance waste , the waste shipment record utilized shall be the TNRCC PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332}. The Contractor shall be responsible for obtaining, originating and maintaining manifests in accordance with federal and state laws. The Contractor shall sign the manifests forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREATMENT/ DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount of waste removed from the site and received by the treatmenUdisposal facility. The Contractor shall immediately resolve any manifest discrepancies. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. C. MEASUREMENT AND PAYMENT: Payment for this item shall be made per in place cubic yard of contaminated soils that are loaded, transported and disposed of in an approved special disposal site. No separate payment will be made for loading, transportation and disposal of contaminated ground waters collected; these costs considered subsidiary to DA-37, POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in the Contractor's bid submittal and approved by the City of Fort Worth Department of Environmental Management prior to contract award. Contractor shall be responsible far all landfill costs, including, but not limited to landfill fees, transportation costs and landfill operator requested analytical testing and waste characterization. DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC A. GENERAL: 1. General Conditions , Supplemental Conditions, applicable requirements of Division 1 - General Requirements and the North Central Texas Council of Governments (NCTCOG) Standard Specifications, are hereby made a part of this section. 2. This item shall govern for the installation of rack riprap of the various sizes shown an the plans. B. DESIGN CRITERIA: 1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the channel bottom is not stable, the design shall incorporate other requirements needed to stabilize the revetment toe. 2. The channel side slope shall be as shown on the drawings. 3. Engineering filter fabric material shall be placed underneath the riprap. 4. Riprap shall extend up the bank to an elevation where vegetation will provide adequate protection. See cross sections. C. PRODUCT: 10115107 ASC -17 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to insure permanence in the structure. It shall be free. from cracks, seams and other - defects that would tend to increase deterioration. Rock shall be reasonably well graded between the following prescribed limits: 24" Riprap 18" Riprap Sieve Size (Square Mesh) 24inch 18 inch 12 inch 6inch Sieve Size (Square Mesh) 18 inch 12 inch 6inch 3inch Percent Passing 1.00 80-90 45-55 0-20 Percent Passing 100 60-85 15-45 0-15 2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid - - - - cubic foot (min.) calculated from the bulk specific gravity (saturated surface dry). ..... 3. FILTER FABRIC BLANKET: • Supac -Heavy Grade 8NP (UV) Approved Manufacturer: • Trevira 011/280 • Amoco 4553 • or Equal Heavy Grade 4. RIPRAP GROUTING a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand, manufactured sand , or a combination of natural and manufactured sands. The grading and uniformity of the fine aggregate shall conform to the following requirements as delivered ta the mixers: Sieve Designation, U.S. Standard Square Mesh 3/8 in. (9 .5 mm) Na. 4 (4.75 mm) No. 8 (2.36 mm) No. 16 (1.18 mm} No. 30 (600 um) Na. 50 (300 um) No. 100 (150 um) Permissible Limits Percent by Weight. Passing 100 95-100 80-95 55-75 30-60 12-30 2 -10 - - - - - - - -D. EXECUTION: 1. CONSTRUCTION: 10/15107 ASC -18 - 10/15107 PART DA -ADDITIONAL SPECIAL CONDITIONS a. The channel side slope and the toe excavation shall be prepared to the required lines and grades. b. Filter fabric and riprap shall be placed in succession to the required thicknesses and elevations. Riprap shall be hand placed around structures to prevent damage to the structures. 2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geote:xtile shall be placed in the manner and at the locations shown on the drawings. At the time of installation, the geotextile shall be rejected if it has defects, rips, holes, flaws, deterioration or damage incurred during manufacture, transportation or storage. The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions, depressions, debris, and soft or law density pockets of material. Erosion features such as rills, gullies, etc. must be graded out of the surface be.fore geotextile placement. The geotextile shall be placed with the long dimension perpendicular to the centerline of the channel and laid smooth and free of tension, stress, folds, wrinkles, or creases. The strips shall be placed to provide a minimum width of 24-inches of overlap for each joint. Temporary pinning of the textile to help hold it in place until the rack riprap is placed. The temporary pins shall be removed as the riprap is placed to relieve high tensile stress which may occur during placement of material on the geotextile. The specified placement procedure requires that the length of the geotextile be greater than the actual slope length. The Contractor shall adjust the actual length of the geotextile used based on initial installation experience. The geotextile shall be protected at all times during construction from contamination by surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile. Any geotextile damaged during its installation or during placement of riprap shall be replaced by the Contractor at no cost ta the Owner. The work shall be scheduled so that the covering of the geatextile with a layer of the specified material is accomplished within seven (7) calendar days after placement of the geotextile. Failure to comply shall require replacement of geotextile. The geatextHe shall be protected from damage prior ta and during the placement of rock riprap. Before placement of gabion units, the Contractor shall demonstrate that the placement technique will prevent damage to the geotextile. In no case shall any type of equipment be allowed on the unprotected geotextile. 3. RIPRAP PLACEMENT: Stone far riprap shall be placed on the filter fabric blanket in such a manner as to produce a reasonably well graded mass of rock with the minimum practicable percentage of voids and shall be constructed within the specified tolerance to the lines and grades shown on the drawings. Then intent of these specifications is ta require placement of riprap to the thickness shown and to allow isolated stones to extend as much as six inches above grade. Riprap shall be placed ta its full course thickness at one operation and in such a manner as ta avoid displacing the fabric. The larger stones shall be well di.str1buted and the entire mass of stones in their final position shall conform to the gradation specified hereinbefore. The finished riprap sh.all be free from objectionable packets of small stones and clusters of larger stones. The desired distribution of the various sizes of stone,s throughout the mass shall be obtained by selective loading of the material at the quarry or other source, by controlled dumping of successive loads during final placing, or by other methods of placement which will produce the specified results. ASC -19 PART DA -ADDITIONAL SPECIAL CONDITIONS Rearranging of individual stones, by mechanical equipment or by hand will be required ta the extent necessary to obta in a reasonably well graded distribution of stone specified above. The Contractor shall maintain the riprap protection until accepted. Any material displaced by any cause shall be replaced at hts erosion to the lines and grades shown an the Drawings. 4. GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining admixture and sand mixed in the proporttons of 1 part of Portland cement to 3 parts of sand , sufficient water to produce a workable mixture, and that amount of admixture which will entrain sufficient air to produce durable grout, as determined by the ENGINEER. Sand for grouting shal.l conform ta the requirements of paragraph: FINE AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for concrete except that the time of mixing shall be increased to that necessary to produce a mixture having a cons istency such as ta permit gravity flow into the interstices of the riprap with the help of limited spading and brooming . The grout shall be used in the work within a period of one (1} hour after mixing. Retempering of ground will not be permitted. Riprap shall not be grouted when the ambient temperature is below 35 degree F. or above 95 degrees F. unless approved by the ENGINEER in writing; nor when the grout, without special protection, is likely to be subjected to freezing temperatures before final set has occurred. Prior to grouting, all surfaces of rlprap shall be wetted. The riprap shall be grouted in successive longitudinal strips, approximately 10 feet in width, commencing at the lowest strip and working up the slope. Grout shall be brought to the place of final deposit by approved means, and in no case will grout be permitted to flow on the riprapped surface a distance in excess of 1. O feet. Immediately after dumping the batch of grout, it shal.l be distributed over the surface of the strip by the use of brooms and the grout worked into place between stones with suitable spades, trowels, or vibrating equipment. As a final operation, the grout shall be removed from the top surfaces of the upper stones and from pockets and depressions in the surface of the stone protection. After completion of any strip as specified, no workman or any load shall be permitted on the grouted surface for a period of at least 24 hours. The grouted surface shall be protected from rain, flowing water, and mechanical injury. The surface of all grouted riprap shall be cured by keeping the surface continuously wet for a period of not less than 7 days . E. MEASUREMENT AND PAYMENT 1. FILTER FABRIC: Filter fabric will be measured by the square yard for material used including that required at toes and thickened edges of riprap. Payment for filter fabric will be made at the contract unit price per square yard which includes all plant, labor, material, and all installation costs in-place, complete. 2. STONE RIPRAP: Stone (rock) riprap will be measured by the cubic yard using actual plan dime,nsians. Payment for riprap will be made at the contract unit price per cubic yard which includes all plant, labor, material, and installation costs in-place, complete . 3. GROUT: Grout for rock rlprap will be measured by the square yard using actual plan dimensions. Payment for grout will be made at the contract unit price per square yard which includes all plant, labor, material, and installation costs in-place, complete. DA-40 CONCRETE RIPRAP 10/15107 ASC-20 - - - - I""! - - PART DA -ADDITIONAL SPECIAL CONDITIONS A. GENERAL The following shall govern the furnishing and placing of concrete riprap as shown on the plans or as directed by the Engineer. B. MATERIALS Concrete for riprap shall be placed in accordance with the details and to the dimensions shown on the plans or as established by the Engineer. Unl.ess otherwise shown on the plans, concrete riprap shall be reinforced using wire or bar reinforcement. The concrete shall be 3000 PSI at 28 days, Class A. Wire reinforcement shall be six (6) by six (6) inch No. 6 plain electric welded reinforcing fabric or its equal. A minimum lap of six (6) inches shall be used at all splices. At the edge of the riprap, the wire fabric shall not be less than one (1) inch, no more than three (3) inches from the edge of the concrete and shall have no wire projecting beyond the last member parallel to the edge of the concrete. Reinforcement shall be supported properly throughout the placement to maintain its position equidistance from the top and bottom surface of the slab . If the slopes and bottom of the trench for toe wal.ls are dry and not consolidated properly, the Engineer may require the entire area to be sprinkled, or sprinkled and consolidated before the concrete is placed. AH surfaces shall be moist when concrete is placed . After the concrete has been placed , compacted, and shaped to conform to the dimensions shown on the plans, and after it has set sufficiently to avoid slumping , the surface shall be finished with a wooden float to secure a reasonably smooth surface. 3. PAYMENT: Payment for concrete riprap in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used . Bid price will be full compensation for placing all materials , and far all labor, tools , equipment, and incidentals necessary to complete the work . Payment fo r all necessary excavation below natural ground, and bottom or slope of the excavated channel will be included in the bid price. DA-41 CONCRETE CYLINDER PIPE AND FITTINGS-OMIT DA-42 CONCRETE PIPE FITTINGS AND SPECIALS-OMIT DA-43 UNCLASSIFIED STREET EXCAVATION~ OMIT DA-44 6" PERFORATED PIPE SUBDRAIN-OMIT DA-45 REPLACEMENT OF 4" CONCRETE SI.DEWALKS This item shall include the removal and replacement of existing concrete sidewalk due to failu re or in situation where curb and gutter is replaced to adjust grades ta eliminate ponding water with 10/15107 ASC -21 PART DA -ADDITIONAL SPECIAL CONDITIONS same day haul-off of the removed material to a suitable dumpsite. Far specifications governing this item see Item No. 104 uRemoving Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". - The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the removal and replacement work. - DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION In order ta facilitate timely reconstruction of the affected roadway surfaces (subsequent ta water/sewer installation) under the City's roadway maintenance program, it is recommended that the proposed water and/or sanitary sewer improvements be conducted on the project streets based upon the following sequence: 1. "A" Street 2. "B" Street 3. ''C" Street 4. "D" Street 5. "E" Street After the work start date has been established. the selected contractor shall be required to submit the beginntng and ending dates far a.II work (including pavement repair) on each of the project streets. Please be advised that the contractor has the option of submitting a different sequence of construction than stated above. The contractor shall not be allowed to begin work (but time charges will begin an the project ) until the preferred sequence of construction and the start and end work dates for each street have been submitted to the City. DA-47 PAVEMENT REPAIR IN PARKING AREA-OMIT DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, bath temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed ta the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed an these easements and permits. Where the pipeline crosses privately awned property, the easements and construction areas are shown on the plans . The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA-49 HIGHWAY REQUIREMENTS The Texas Department of Transportation requirements pertaining to the construction of this project are enclosed herein and made part of these specifications. 10/15107 ASC-22 - - - - - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. Payment for work such as farming, placing , and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid far Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi} concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement , a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe . Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION-OMIT DA-53 OPEN FIRE LINE INSTALLATIONS All 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 side 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 far under the appropriate bid item(s). DA-54 WATER SAMPLE STATION-OMIT DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified. 10/15107 ASC-23 PART DA -ADDITIONAL SPECIAL CONDITIONS INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an integral part of the sl.ab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Proiect under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502. DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation f rom the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrate,5 his understanding by indicating which equipment and materials he intends to furnish and install, and by detail!ng the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior ta or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shal.l check and verify all · measurements and review submittals prior to being submitted , and sign or initial a statement incl.uded with the submittal, which signifies compliance with plans and specifications an d dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submlttaJs shall be retained by the Contractor until completion of the project and presented to the City in bound form. 2. Shop drawings shall be submitted for the following items prior to installation: List the required submittals here Additional shop drawing requirements are described in some of the material specifications. 3. Address far Submittals -The submittals shall be addressed to the PJQJ~Gt Manager: 10/15/07 (Project Manager) City of Fort Worth ASC -24 - - - - - - .... PART DA -ADDITIONAL SPECIAL CONDITIONS 1000 Throckmorton Fart Warth, TX 76102 DA-57 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY-OMIT OA-59 H.M.A.C. MORE THAN 9 INCHES DEEP-OMIT DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M.A.C. driveways are encountered, such driveways shall be completely replaced for the fUII extent of utility cut with H.M.A.C. equal to or better than the existing driveway. DA-61 TOP SOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications far Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soiL DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT 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 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 C44.3 conflicts with this provision, this provision controls. Na 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 propasa.l may not reflect actual quantities; however, they are given far 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. 10115107 ASC -25 PART DA -ADDITIONAL SPECIAL CONDITIONS It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options ta Renew) including all change orders. DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein. AH work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within Highway Right-of-Wayp of the General Contract Documents and Specifications, effective July 1, 1978, as amended. DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Warth Transportation and Public Works Department. DA-66 OPTION TO RENEW-OMIT DA-67 NON-EXCL.USIVE CONTRACT-OMIT DA-68 CONCRETE VALLEY GUTTER-OMIT DA-69 TRAFFIC BUTTONS The Contractor shall supply all materials and labor necessary to install traffic buttons of the same type as were previously installed at locations designated by the Engineer. The buttons ta be supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a Type Ill Epoxy. The unit price bid far this item shall be full compensation for all materials, labor, equipment and incidentals necessary ta complete the work. DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced ta match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal. - - - - - The unit price bid for this item shall be full compensation for all materials, labor, equipment and - incidentals necessary to complete the work. DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required ta submit a Mix Design for both Type "B" and "Dv asphalt that will be used for each project This should be submitted at the Pre-Construction Conference. This 10115/07 ASC -26 - PART DA -ADDITIONAL SPECIAL CONDITIONS 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, far the use during density testing. Far type "B» asphalt a maximum of 20% rap may be used. No Rap may be used in type uon Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved far placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement ta 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 Dens ity 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 estabUshed, densities should be taken at locations not more than 300 feet apart. The above requ irement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type "D" asphalt is applied. Cores to determine thickness of Type "B ~ asphalt must be taken before Type "D » asphalt is applied. Upon completion of the application of Type "D» asphalt additional cores must be taken to determine the applied thickness. · DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or othe r specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX The relocation and reconnection of sprinkler system control valve and box will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. A minimum of twenty-four (24) hours advance notice shall be given when service interruption will be required . When the relocation is required, separate payment will be allowed for the relocation of sprinkler back-flow preventer or control valve and box. Payment for all work and material such as back-fill, fittings, five (5) feet of PVC Schedule 40 and all material labor, and equipment used by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler back-flow prevente r or control va.lve and box. AH other costs 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 RESIUENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26.1. All resilient-seated gate valves shall be mechani.cal joints and be approved on the City of Fort Worth Standard Product List. DA-75 EMERGENCY SITUATION. JOB MOVE-IN-OMIT 10115107 ASC -27 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-76 1 %11 & 2" COPPER SERVICES The fallowing is an addendum ta E1.-17 , Copper Water Service Lines and Copper Alloy Couplings: All fittings used for 1 W' and 2n water serv ices lines shall be compression fittings of the type produced with an internal "gri pper ring " as manufactured by the Ford Meter Box Ca ., Inc,, Mueller Company, or approved equal. Approved equal products shall submit shop drawings and manuf acture t s catalog information for approval. Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a clean , square cut The use of hacksaws or any other type of cutter will not be allowed. Prior to installing the compression fittings, the copper tubing will be made round by the use of a "rounding tube n specifically made far that purpose. Payment far all work and materials associated with 1 ~ " and 2" copper services shall be included in the price of the appropriate bi.d item. DA-77 SCOPE OF WORK (UTIL. CUT} -OMIT DA-78 CONTRACTOR'S RESPONSIBIL TY {UTIL. CUT} • OMIT DA-79 CONTRACT TIME (UTIL. CUT) -OMIT DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT {UTIL. CUT} -OMIT DA-81 TIME ALLOWED FOR UTIL.ITY CUTS (UTIL. CUT) -OMIT DA-82 LIQUIDATED DAMAGES (UTlL. CUT} -OMIT DA-83 PAVING REPAIR EDGES (UTIL. CUT) -OMIT DA-84 TRENCH BACKFILL (UTIL. CUT} • OMIT DA-85 CLEAN-UP (UTIL. CUT) • OMIT DA-86 PROPERTY ACCESS (UTIL. CUT) -OMIT DA-87 SUBMISSION OF BIDS (UTIL CUT) -OMIT DA-88 STANDARD BASE REPAIR FOR UNIT l (UTIL. CUT)· OMIT DA-89 CONCRETE BASE REPAIR FOR UNIT U & UNIT Ill (UTIL. CUT) -OMIT DA-90 2 1 , TO 9" H.M.A.C. PAVEMENT (UTIL. CUT} -OMIT DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT} -OMIT 1011s107 ASC -28 - - - - - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-92 MAINTENANCE BOND {UTIL. CUT) -OMIT DA-93 BRICK PAVEMENT {UTIL. CUT) -OMIT DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) -OMIT DA-95 CEMENT STABILlZED SUBGRADE {UTIL. CUT) -OMIT DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) -OMIT DA-97 "QUICK-SEr' CONCRETE (UTIL. CUT) -OMIT DA-98 UTILlTY ADJUSTMENT (UTIL. CUT) -OMIT DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS {UTIL. CUT) -OMIT DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) -OMIT DA-101 CONCRETE. CURB AND GUTTER {UTIL. CUT) -OMIT DA-102 PAYMENT (UTIL. CUT)-OMIT DA-103 DEHOLES (MISC. EXT.) -OMIT DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) -OMIT DA-105 PRESSURE CLEANI.NG AND TESTING (MISC. EXT.)-OMIT DA-106 BID QUANTITIES (MISC. EXT.)-OMIT DA-107 LIFE OF CONTRACT (MISC. EXT.) -OMIT DA-108 FLOWABLE FILL 1. Description: The flawable fill material shall be delivered ta the site, free flawing and self-leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting. The flawable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu. ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and not mare than 85 PSI allowing the material to be removed with hand tools such as picks and shovels. The height of free fall of the flawable fill shall not exceed four (4) feet 2 . Material Specifications: Flowable fill shall consist of: 10/15107 ASC -29 PART DA -ADDITIONAL SPECIAL CONDITIONS a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). b. Aggregates meeting ASTM C-33 c. Sand or fine aggregates as per City of Ft Worth Standard Specifications for Street and Storm Drain Construction Item 406 d. Flyash, Class C or F, meeting ASTM C-618 e. Admixtures 1. Mineral admixtures will be pazzolanic 2. Chemical admixtures shall be in liquid or powder form used in standard ready-mix concrete products unless specifically designed for flowable filL Permissible types of admixtures are: a. High air generators, as manufactured by Grace Construction Products or approved equal, which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength. b. Air entraining admixtures conforming to ASTM C-260. c. High range water reducers conforming to ASTM C-494 Type F or G. d. Accelerating admixtures conforming to ASTM C-494 , Type C. 1. Nan-chloride, nan-corrosive accelerators used where metals are present in concrete or embedded members . 2. Calcium chloride DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) • OMIT DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.)-OMIT DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) • OMIT DA-112 MOVE IN CHARGES (MISC. REPL.) -OMIT DA-113 PROJECT SIGNS (MISC. REPL.) • OMIT DA-114 LIQUIDATED DAMAGES (MISC. REPL.) • OMIT DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) -OMIT DA-116 FIELD OFFICE-OMIT DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item 0-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan. A traffic control plan has been prepared and is included in the project plans. All other requirements of D-8 shall apply. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS· OMIT DA-119 DUCTILE IRON PIPE A. GENERAL 10115107 ASC -30 - - - - - - - 10115/07 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. SCOPE OF WORK Furnish all labor, material, tools, equipment and incidentals required and install buried ductile iron pipe and fittings complete as shown on the Drawings and as specified herein. 2. QUALITY ASSURANCE a. Manufacturer: Finished pipe shall be the product of one (1) manufacturer. Pipe manufacturing operations (pipe, fittings, lining, coating) shall be performed at one (1} location. b. Reference Standards: 1} ANSI/AWWA C104/A21.4 -American National Standard for cement -Mortar Lining for Ductile-Iron Pipe and Fittings for water. 2) ANSI/AWWA C105/A21.5 -American National Standard for Polyethylene Encasement. 3) ANSI/AWWA C110/A21.10 -American National Standard for Ductile Iron and Grey Iron Fittings, 3-inch through 48 inches for water and other liquids. 4) ANSI/AWWA C111/A21.11 -American National Standard for Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 5) ANSI/A WW A C115/A21.15, 7 American National Standard for Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. 6) ANSI/AWWA C150/A21 .50,8 American National Standard for the Thickness Design of Ductile-Iron Pipe. 7) ANSI/AWWA C151/A21.51,9 American National Standard far the Ductile-Iron Pipe, Centrifugally Cast, for Water or Other Liquids. 8) ANSI/AWWA C153/A21.53 , "Ductile-Iron Compact Fittings For Water Service" 9) ANSl/AWWA C600, 11 Installation a.f Ductile-Iron Water Mains and Their Appurtenances. 10) AWWA M-41 Ductile-Iron Pipe and Fittings. 3. SUBMITTALS Submittals shall be in accordance with the Special Specifications and shall include the following: ASC -31 4. PART DA -ADDITIONAL SPECIAL CONDITIONS a. Prior to the fabrication of the pipe, submit Record Data of fabrication and laying drawings to the Owner for review of general conformance to contract documents. Record Data shall include a complete description of the pipe offered, including cuts, tabulated layout, design calculations, thrust calculations, and pertinent design data. Record Data shall incorporate any changes necessary to avoid conflicts with existing utilities and structures. The laying schedule shall shaw pipe class, class coding, station limits and transition stations for various pipe classes.. Details for the design and fabrication of all fittings and specials and provisions for thrust shall be included. Submittal shall be seal.ed by a Licensed Professional Engineer in the State of Texas. b. Submittal for painting exterior pipe to include recommendation for preparation, application and storage. c. Prior to delivery of the pipe to the project site, the manufacturer shall furnish an affidavit certifying that all pipe, fittings, and specials, and other products and materials furnished, comply with this specification. If requested by the OWNER, the manufacturer shall submit certified reports of all testing. DELIVERY AND STORAGE a. Delivery and Storage shall be in accordance with ANSI/AWWA C600 and AWWAM41. B. PRODUCTS 10/15107 1. DUCTILE IRON PIPE: a. b. C. d. e. Pipe shall be in accordance with NCTCOG 2.12.8, AWWA C110, AWWA C111, AWWA C115, AWWA C150, and AWWA C151. All pipe shall meet the requirements of NSF 61. Flexible Restrained Push on Joints (FRPJ) shall be U.S. Pipe -TR-Flex, American -Flex-Ring, or approved equal. All pipe shall be cement mortar coated in accordance with ANSI/AWWA C104. AU buried pipe shall be polyethylene encased in accordance with AWWA C105. As a minimum standard, the following pressure classes shal.l apply: Diameter Pipe (inch) 3" through 12" 14"-20" 24" ASC -32 Min. Pressure Class (PSI) 350 psi 250 psi 250 psi - - - - - - - - - - - - 10/15107 PART DA -ADDITIONAL SPECIAL CONDITIONS 30" -64" 250 psi f. Engineer shall verify that pressure class specified meets the minimum design requirements contained within these provisions. When requested, pipe design calculations shall be submitted to the City. Ductile iron pipe shall be designed in accordance with the latest revision of ANSI/AWWA C150/A21 .50 for a minimum 150 psi (or project requirements, whichever is greater) rated working pressure plus a 100 psi surge allowance; a 2 ta 1 factor of safety on the sum of the working pressure plus surge pressure; Type 4 laying condition, and a minimum depth of cover of 12 feet, or if located on UPRR property the minimum depth of cover shall be as indicated on the plans plus 10.0 feet. Type 4 laying conditions are as defined in ANSI/AWWA C150/A21.50. g. Mechanical thrust restraint may be done only for make-up pieces where push on joints are not applicable. Retainer glands shall be Series 1100 Megalugs by EBAA Iron for ductile iron pipe mechan ical joints, Series 2QOOPV Mechanical Joint Restraint Glands by EBAA Iron far PVC pipe mechanical joints , and Series 1500 Ductile Iron Retainers for PVC pipe push-on joints. h. Ductile iron pipe shall have nominal lay lengths of 18 or 20 feet. Dimensions and tolerances of each nominal pipe size shall be in accordance with ANSI/AWWA C151/A21. i. Pipe markings shall meet the minimum requirements of ANSI/AWWA C151/A21, latest revision. Minimum pipe markings shall be as follows: 1) "DI " or "DUCTILE" shall be cast or metal stamped on each pipe 2) Weight, pressure class , and nominal thickness of each pipe 3} Year and country pipe was cast 4) Manufacturer's mark j. Iran used in the manufacture of pipe far these specifications shall have: 1) Minimum tensile strength -60,000 psi 2) Minimum yield strength -42,000 psi 3) Min imum elongation -10% 2. DUCTILE IRON PIPE JOINTS: a . General -Comply with ANSI/AWWA C111/A21 .11, latest revision . 1 } Push-On Joints 2) Mechanical Joints 3) Restrained Joints 4) Flanged Joints-AWWA C11.5/A21 .15, ANSI B16.1 , Class 125 ASC -33 10/15107 PART DA -ADDITIONAL SPECIAL CONDITIONS b. All rubber joint gaskets utilized on ductile-iron pipe shall be in conformance with ANSI/AWWA C111/A21. 11, latest revision. C. Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low-carbon steel in accordance with ANSI/AWWA C111/A21 .11 1 ANSI/AWWA C115/A21 .15, and ASTM A307, ustandard Specification for Carbon Steel Bolts and Nuts." Far mechanical joints, bolts and nuts shall be coated with a ceramic-filled, baked on fluorocarbon resin. Coated bolts and nuts shall be prepared "near white" or "white" when coated ta manufacturer's recommended thickness by a certified applicator. Coating shall be of Xylan® as manufactured by Whitford Corporation, or approved equal. Coating shall conform to the performance requirements of ASTM B117, "Salt Spray Test" and shall include, if required, a certificate of conformance. 3. DUCTILE IRON PIPE COATINGS: a. b. C. d. e. All ductile iron pipe shall have an asphaltic coating, minimum of 1 mil thick, on the pipe exterior, unless otheiwise specified. Pipes shall have an interior cement mortar lining applied in accordance with ANSI/AWWA C104/A21.04, or latest revision . Pipe and fittings exposed to view in the finished work shall not receive the standard asphaltic coat on the outside surfaces , but shall be shop-coated with rust inhibitive primer. Primer shall have a minimum dry film thickness of 4 mils and be certified in accordance with ANSI/NSF 61 .. AH buried ductile iron pipe shall be polyethylene encased, unl.ess otheiwise specified. Encasement for buried pipe shall be 8 mil linear law density (LLD) polyethylene or 4 mil hlgh density cross-laminated (HDCL) polyethylene encasement conforming ta AWWA C105/A21.5. Polyethylene film must be marked as follows : 1) Manufacturer's name or trademark 2} Year of manufacturer 3) ANSI/AWWA C105/A21.5 4} Minimum film thickness and material type 5.} Applicable range of nominal diameter size(s). 6) Warning-Corrosion Protection-Repair Any Damage For gravity sewer applications, all ductile iron pipe shall have an approved corrosion resistant coating applied to the interior. Interior coating shall be pre-approved by Fort Warth Water Department Standard Product ASC -34 - - - - - - - - - - - 10/15107 PART DA -ADDITIONAL SPECIAL CONDITIONS Committee for application in wastewater environment. Coating shall be Protecto 401 or approved equal. 4. DUCTILE IRON PIPE FITIINGS: a. Joints: Fittings shall have flanged, mechanical, restrained, push--0n joints or any combination of these. Joints must be manufactured in accordance with the above referenced standards. Unless specified otherwise on the plans or in the project specifications, fittings will be provided for installation as follows : b. Pressure Rating: Unl.ess specified otherwise, the rated working pressures far fittings are as follows: c. d. e. f. Ductile Iron Compact Fittings (AWWA C153/A21.53) Nominal Size {in) 3P -24" 3Q n -48" 54u -64n Pressure Rating (PSI) 350 PSI 250 PSI 250 PSI Ductile-Iron Full Body Fittings (AWWA C110/A21.10) Nominal Size (In) 3" -24 " 30P -48" Pressure Rating (PSI) 350 PSI 250 PSI Dimensions and Thickness: Fittings and joints shall conform to the thickness and dimensions shown in the various standards referenced under Section 1.02.B. Flange: Unless specified otherwise, the bolt circle and the bolt-holes shall match those of ANSI B16.1 Class 125. All screwed-on flanges shall be ductile iron. Field fabrication of flanges shall be prohibited, unless approved otherwise. Gland: Glands shall be manufactured of ductile iron conforming ta ASTM A536. Restraining devices shall be of ductile iron. Dimensions of the gland shall be such that it can be used with the standardized joint bell and tee-head bolts conforming to ANSI/AWWA C153/A21.53. Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low-alloy steel in accordance with ANSI/AWWA C111/A21 .11 and ASTM A307, uStandard Specification for Carbon Steel Bolts and Nuts". For mechanical joints , the bolts and nuts shall be coated with a ceramic-filled, baked on fluorocarbon resin . Coated bolts and nuts shall be prepared "near whiteu or "white" when coated to manufacturer's recommended thickness by a certified applicator. Coating shall be Xylan®, as manufactured by Whitford Corporation, or approved equal. Coating shall conform to the performance requirements of ASTM ASC -35 10/15107 PART DA -ADDITIONAL SPECIAL CONDITIONS B117, uSalt Spray Test" and shall include , if required, a certificate of conformance. g. Accessories: Unless otherwise specified, gaskets, glands, bolts, and nuts shall be furnished with mechanical joints, and gaskets and lubricant shall be furnished with push-on joints; all in sufficient quantity for assembly of each joint. h. i. j. k. Outside Coating : All ductile fittings shall have an asphaltic or fusion bonded epoxy coating . Asphaltic coatings shall be a minimum of 1 mil thickness, on the pipe exterior, unless otherwise specified. Fusion bonded exterior coat ings shall comply with ANSI/AWWA C116/A21 .16, shall have a minimum dry film thickness of 4 mils , and be certified in accordance with ANSI/NSF 61. Interior Lining : All ductile iron fittings are to be furnished with a cement- mortar lining of standard thickness as defined in referenced ANSI/AWWA C104/A21.4 and given a seal coat of asphaltic material, unless otherwise specified . Fusion bonded interior coatings shall comply with ANSI/AWWA C116/A21.16 , shall have a minimum dry film thickness of 4 mils, and be cert.ified in accordance with ANSI/NSF 61 . Polyethylene Encasement: All ductile iron fittings shall be polyethylene encased, unless otherwise specified . Encasement far buried fittings shall be 8 mil linear law density (LLD) polyethylene or 4 mil high density cross- laminated (HDCL) polyethylene encasement conforming ta AWWA C105/A21.5 . Polyethylene film must be marked as follows: 1) Manufacturer's name or trademark: 2} 3) Year of manufacturer ANSI/AWWA C105/A21.5 4) Minimum film thickness and material type 5) 6) Appllcable range of nominal diameter size(s). Warning -Corrosion Protection -Repair Any Damage Marking: Fitting marking shall meet the requirements of ANSI/AWWA C110/A21.10 or ANSI/AWWA C153/A21.53 shall have distinctively cast on them the following information: 1) 2) 3) 4) 5) 6} C-153 or C-110, depending on which type of fitting provided. Pressure Rating Nominal diameter of openings Manufacturer's identification Country where cast Number of degrees or fraction of the circle on all bends ASC-36 - - - - - - - - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS 7) Letters "DI" or "DUCTILE" cast on them. C. EXECUTION 1. GENERAL: a. Install, pipe, fittings, and appurtenances as special in accordance with AWWA M41 and AWWA C600. b. All pipe shall be mechanically restrained at fittings and within the calculated restraint areas, or as shown on the drawings. c. Polyethylene encasement shall be installed in accordance with AWWA C105 and AWWA M41, Method A or B. Method C will not be allowed. d. Where indicated, paint shall be applied per manufacturer's recommendations. e. Ductile iron pipe shall be manufactured in accordance with the latest revision of ANSI/AWWA C151/A21.51. Each pipe shall be subjected to a hydrostatic test of not less than 500 psi for a duration of at least 10 seconds. f. The manufacturer shall take adequate measures during pipe production ta assure compliance with ANSI/AWWA C151/A21.51 by performing quality- control tests and maintaining results to those tests as outlined in section 5, "Verification" of that standard. g. The City of Fort Worth may, at its own cost, subject random lengths of pipe for testing by an independent laboratory far compliance with this specification. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. h. The Contractor shall, upon request by City, furnish manufacturer's certified test reports that indicate that each run of pipe furnished has met specifications, that all inspections have been made, and that all tests have been performed in accordance with ANSI/AWWA C151/A2.1.51. i. The Contractor shall, upon request by City, furnish manufacturer's certified test reports stating that all fittings furnished meet the requirements of applicable Standards and Specifications. Test reports must be provided to the Engineer before construction commences. DA-120 CONCRETE PRESSURE PIPE, BAR-WRAPPED STEEL. CYLINDER TYPE-OMIT DA-121 BURIED STEEL PIPE AND FITTINGS-OMIT DA-122 CATHODIC PROTECTION-OMIT DA-123 GRAVEL DRIVEWAY REPAIR 10115107 ASC -37 PART DA -ADDITIONAL SPECIAL CONDITIONS At locations where gravel driveways are encountered, such driveways shall. be completely replaced for the full extent of utility cut with gravel equal ta or better than the existing driveway. Measurement and payment for gravel driveway repair shall be per square yard of gravel complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals - necessary to complete the work. - DA-124 REPLACEMENT OF TREES Replacement trees shall consist of 3" caliper container grown Live Oak (Qurcus Virginiana) trees, 10-12p in height. Measurement and payment far replacing any trees that are removed shall be on a per each basis and shall cover all cast for complete replacement of the existing tree(s) in accordance with the City of Fort Warth Tree Ordinance . Included shall be all excavation, backfill, watering, materials, labor, and equipment necessary tn accordance with the City of Fort Worth Tree Ordinance. A copy of the City of Fort Worth Tree Ordinance is included in the Appendix. DA-125 PIPELINES CROSSING HIGHWAYS, STREETS ANO RAILROADS BY BORING, TUNNELING OR OPEN CUT A. GENERAL 1. WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install pipe casings or tunnel liners by boring, tunneling or open cut as specified. This section sets forth the requirements for utility 1.ines crossing roadways or railroads using bore, tunneling , or open cut. 2. QUALITY ASSURANCE a. DESIGN CRITERIA 1) TUNNEL LINER PLATE 2) The tunnel liner plate shall be designed by the Manufacturer in accordance with the methods and criteria as specified in MSHTO Standard Specifications for Highway Bridges, Section 1. 6. Sail parameters shall be determined by the Tunnel Liner Plate Manufacturer. The tunnel 1.iner plate shall be designed to allow a maximum deflection of 3%. The thickness of the tunnel liner plate specified herein is the minimum acceptable and shall be increased as necessary ta obtain adequate joint strength, stiffness, buckling strength, and resistance to deflection. CASING INSULATORS Casing insulators shall be designed by the Manufacturer to - - - - - - - - - - adequately support and electrically isolate the carrier pipe within the - casing pipe under all conditions . Number and location of spacing insulators shall be determined by the Manufacturer ta protect carrier - 10/15107 ASC -38 - 10/15107 PART DA -ADDITIONAL SPECIAL CONDITIONS pipe from damages. One insulator shall be placed within 2' of ends of cas ing. b. INSTALLER'S QUALIFICATIONS Installation shall be by a competent, experienced contractor or sub- contractor. The installation contractor shall have a satisfactory experience record of at least five (5) years engaged in similar work of equal scope . c. PERFORMANCE REQUIREMENTS Latera l or vertical variation in the final position of the pipe casing or tunnel liner from the line and grade established by the engineer shall be permitted only ta the extent of 1" in 1 O', provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrie r pipe, or clearances from other underground utilities or structures. Any additional cost caused by this variation shall be the responsibility of the Contractor. 3. SUBMITI ALS Submittals shall include: a Installer's Qualifications b Shop drawings of the tunnel liner plate and fasteners from the tunnel liner plate manufactu rer. Shop drawings shall include calculations for the design of the tunnel liner plate sealed by a Licensed Engineer in the State of Texas. Shop drawings. are for record purposes only and will not be reviewed or approved by the Engineer. 4. STANDARDS AWWAC-206 AWWAC-210 AASHTO M-190 AASHTO ASTMA-36 ASTMA-123 ASTM A-135 ASTM A-139 ASTMA-153 "Fie.Id Welding of Steel Water Pipe" "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines" "Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches" Standard Specifications for Highway Bridges , 1989. "Structural Steel" "Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products" "Electric -Resistance -Welded Steel Pipe" "Electric -Fusion (Arc) -Welded Steel Pipe" "Zinc Coating (Hot Dip) on Iron and Steel Hardware" ASC-39 10/15107 5. PART DA -ADDITIONAL SPECIAL CONDITIONS ASTMA-307 ASTMA-449 ASTMA-569 ASTM A-570 ASTM C-76 ASTM D-4254 "Carbon Steel Bolts and Studs, 60,000 PSI Tensile" "Quenched and Tempered Steel Bolts and Studsn "Steel, Carbon, Hot-Rolled Sheet and Strip, Commercial Qualityn "Hot Rolled Carbon Steel Sheet and Strip, Structural Quality" "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe" "Test Methods for Minimum Index Density of Soils and Calculation of Relative Density" DELIVERY AND STORAGE a. The Contractor shall store tunnel. liner plate in accordance with manufacturer's recommendations. Any liner plate that appears to have been damaged in the opinion of the Owner's representative shall be removed from the project and replaced with a new piece. 6. JOB CONDITIONS; PERMITS AND EASEMENT REQUIREMENTS a. b. c. d. Where the work is in the public right-of-way or railroad company right-of- way, the Owner will secure the appropriate permits or easements. The Contractor shall observe regulations and instructions of the right-of-way Owner as to the methods of performing the work and take precautions for the safety of the property and the public. Negotiations and coordination with the right-of-way Owner shall be carried on by the Contractor, not less than five (5) days prior to the time of his intentions to begin work on the right-of-way. Comply with the requirements of the permit and/or easement, a copy of which is included in the Appendix. The work within the Texas Department of Transportation (TxDot) Right-of-Way shall comply with TxDot specifications. If required by the Right-of-Way Owner, obtain Protective Liability Insurance in the amount required by the particular company or other insurance as is specified in the permit at no cost to the Owner. Acquire a permit, agreement, or work order from the right-of-way Owner as is required. Construction along roads and railroads shall be performed in such manner that the excavated material be kept off the roads and railroads at all times, as well as, all operating equipment. Construction shall not interfere with the operations of the roads and railroads. Barricades , warning signs, and flagmen, when necessary and specified, shall be provided by the Contractor. ASC -40 - - - - - - - - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS e. No blasting shall be allowed. Existing pipelines are to be protected. The Contractor shall verify location and elevation of any pipe lines and telephone cable before proceeding with the construction and plan his construction so as to avoid damage to the existing pipe lines or telephone cables. Verification of location of existing utili.ties shall be the complete responsibility of the Contractor. 7. OPTIONS a. CASING MATERIAL: Unless specified otherwise, the Contractor may use steel pipe or tunnel liner plate where bore and/or tunnel as specified. Unless specified otherwise, the Contractor shall use steel pipe where open cut casing is specified. The material specification far casing pipe and tunnel liner are the minimum acceptable. The Contractor shall be fully responsible to insure the materials used are of sufficient strength for the installation method chosen and the soil conditions encountered. b. BORE AND TUNNEL METHODS: Unless specified othe.rwise, the Contractor may use jacking or tunneling far the installation method of casing material. Tunnel liner plate shall not be used where bore or jack methods are used. The Contractor shall be fully responsible to insure the methods used are adequate for the protection of workers, pipe, property, and the public. Provide a finished product as required . 8. GUARANTEES [Not Used] B. PRODUCTS 10/15/07 1. MATERIALS a. b. STEEL PIPE: Steel casing pipe shall have a minimum yie.ld strength of 35,000 psi. Casing shall meet ASTM A36, ASTM A570, ASTM A135, ASTM A 139, or approved equal. Pipe shall be coated and lined in accordance with AWWA C210 or approved equal. Pipe joints shall be welded in accordance with AWWA C206. After pipe is welded, coating and lining shalt be repaired. Unless specified otherwise, the minimum wall thickness of steel casing pipe shall be as in DA -7. Submit as shop drawing. TUNNEL LINER PLATES: Corrugated metal tunnel liner plates shall be galvanized made from steel sheets conforming to the requirements of ASTM A-569. Material to be galvanized shall be zinc coated in accordance with ASTM A-123, except that the zinc shall be applied at a rate of 2.0 oz. per square foot an each side. Tunnel liner plates and fasteners shall comply with the requirements of AASHTO Standard Specifications far Highway Bridges, 1989. Liner plates shall be punched for bolting on both longitudinal and circumferential seams, fabricated to permit complete erection from the inside of the tunnel. Bolts and nuts shall be galvanized to conform to ASTM. Where groundwater is encountered, gasketed liner plates shall be used. ASC-41 PART DA -ADDITIONAL SPECIAL CONDITIONS A-153: Plates shall be of uniform fabrication and those intended for one size tunnel shall be interchangeable. Welding of tunnel liner plate shall not - be allowed. The material used far the construction of these plates shall be new, unused, and suitable for the purpose intended. Workmanship shall be first class in every respect. Thickness of tunnel liner plate shall be as - submitted with calculations. · 2. MIXES 10/15107 a. CEMENT MORTAR: Consisting of one {1) part cement to two (2) parts clean sand with sufficient water ta make a thick workable mix. b. C. PRESSURE GROUT MIX: Comprised of 1 cubic foot of cement and 3.5 cubic feet of clean fine· sand with sufficient water added to provide a free flowing thick slurry. If desired to maintain solids in the mixture in suspension, one cubic foot of commercial grade bentanite may be adde,d to each 12 to 15 cubic feet of the slurry. CELLULAR GROUT MIX: The cellular grout shall be a low-density, non- shrink grout composed of Type II Portland cement, water, and a pre- formed foam. The cellular grout shall have the following characteristics: 1) Minimum 28-day Compressive Strength = 1000 psi 2) Slurry (Wet) Density = 95 to 105 pcf 3) Cement= Type II, per ASTM C150 4) Water = Potable 5) Foam = Per ASTM C869 6) Water/Cement Ratio = 0.50 to 0.55 3. FABRICATIONS [Not Used] 4. MANUFACTURED PRODUCTS a. b. TUNNEL LINER: Manufactured by Contech Construction Products, Inc .. , American Commercial Inc., or approved equal. CASING INSULATORS: Thickened Mortar Bands shall be used for this project. Casing insulators may be used in lieu of mortar bands and rollers. In lieu of casing insulators or mortar bands , steel rails and rollers may be considered as an acceptable substitute. However, the Contractor must submit a design for the rail and roller installation as well as documentation to Justify the substitution as an acceptable installation, in lieu of casing insulators. Use casing insulators for any type of carrier pipe. Insulators shall consist of pre-manufactured stainless steel bands with plastic lining and plastic runners . Insulators shall fit snug over the carrier pipe and ASC-42 - - - - - - - - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS position the carrier pipe approximately in the center of the casing pipe , to provide adequate clearance between the carrier pipe bell and the casing pipe . Fasteners for insulators shall be stainless steel or cadmium-plated. 1.nsulators shall be as manufactured by Cascade Waterworks Manufacturing Campany or Pipeline Seal and Insulators, Incorporated or Perry Equipment Corporation. c. MORTAR BANDS: Concrete cylinder pipe and polyurethane coated steel. pipe may have thickened outside mortar bands in lieu of casing insulators. Mortar bands shall properly position the pipe within the casing or tunnel liner. C. EXECUTION 10/15107 1. PREPARATION [Not Used] 2. GENERAL CONSTRUCTION PROCEDURES a. EXCAVATION AND BACKFILL OF ACCESS PITS 1) Do not allow excavation over the limits of the bore or tunnel as specified. Trench walls of access pits adjacent to the bore or tunnel face. shall be truly vertical. Shore the trench walls as necessary to protect workmen, the public, structures , roadways, and other improvements. 2) Excavations within the right-of-way and not under surfacing shall be backfilled, with type B backfill, and consolidated by tamping in 611 horizontal layers to 95% of maximum density as measured by ASTM D-698. Surplus material shall be removed from the right-of-way and the excavation finished ta original grades. Backfill pits immediately after the installation of the carrier pipe is completed. If carrier pipe is not installed immediately after casing pipe installation, the Right-of- Way Owner may require the access pits be temporarily backfilled until installation of carrier pipe. b. INSTALLING CARRIER PIPE IN CASINGS 1) 2) Pipe ta be installed within the casing or tunnel liner shall meet the requirements for this type of pipe as specified . Where indicated, place, align, and anchor guide rails and/or casing insulators inside the casing. If guide rails are used, place cement mortar on both sides of the rails. Pull or skid pipe into place inside the casing. Lubricants such as flax soap or drilling mud may be used to ease pipe installation . Do not use petroleum products, oil or grease for this purpose. If guide rails are used, instaU pipe and hold down jacks after installation of carrier pipe. ASC-43 10115/07 PART DA -ADDITIONAL SPECIAL CONDITIONS 3) After installation of the carrier pipe, mortar inside and outside of the joints as applicable. Verify electrical discontinuity between the carrier pipe and tunnel liner. If continuity exists, remedy the short prior to applying cellular grout. 4) After carrier pipe installation is complete, if hold down jacks or casing spacers are used, seal or plug the ends of the casing. 5) After carrier pipe installation is complete, the annular space between the carrier pipe and tunnel liner or casing shall be completely filled with cellular grout. The Contractor shall take precautions to prevent flotation of the carrier pipe. Exterior joint coating (heat shrink sleeves) is required for-polyurethane coated pipe. Provide necessary bulkheads as recommended by the cellular grout supplier. If pressure is used to apply grout, verify the maximum allowable pressure with the carrier pipe manufacturer, and do not exceed this pressure. c. FREE-AIR SYSTEM If required by OSHA standards, free-air systems shall be installed and maintained. d. INSTALLATION OF PRESSURE GROUT MIX 1) Install pressure grout mix in the void space between the outside of the casing pipe or tunnel liner and the excavation. For bore or jacks with casing pipe, install pressure grout mix tmmediately upon completion of setting casing pipe. For tunnel liner plate, install pressure grout mix at the end of each work day or more often as cond itions warrant. 2) Unless specified otherwise, install pressure grouting through grout fittings for the casing pipe or tunnel liner plate 48" in diameter or larger. Grout fittings shall be fabricated into casing pipe and tunnel liner plate at a maximum spacing of 6'. Remove and plug grout fittings after pressure grouting. 3) Install pressure grout from the low end for all crossings where grout fittings are not used. Seal the law end and pressure grout until grout is extruded from the opposite end. 3. CROSSINGS INSTALLED BY BORING a. Perform the baring from the low or downstream end unless specified otherwise. Bore the holes mechanically and use a pilot hole. By this method, an approximate 2" pilot hole shall be bored the entire length of the crossing and shall be checked for line and grade, This pilot hole shall serve as the centerline of the larger diameter hole ta be bored. Place excavated material near the top of the working pit and dispose of material as required. The use of water or other fluids in connection with the boring ASC -44 10/15107 PART DA -ADDITIONAL SPECIAL CONDITIONS operation will be permitted only to the extent to lubricate cuttings. Jetting shall not be permitted. b. In unconsolidated sail formations, a gel-farming colloidal drilling fluid consisting of at least 10% of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hol.e, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. c. In locations where the sail formation is other than consolidated rock, insert the casing pipe simultaneously with the boring operation. This requirement applies to all bored holes of 18" or greater in diameter. For smaller diameter bored holes, it is desirable that the casing be installed as the boring progresses, but because of differences in soil formations, the time for inserting the casing shall be the Contractor's responsibility. In the event that caving sand or water bearing materials are encountered, insert the casing pipe simultaneously with the boring operation regardless of the diameter of the bored hole. In all cases, the security and integrity of the roadway is the primary concern. The Contractor shall be held fully responsible for the continued integrity of the structure of the roadway being crossed, whether or not a casing pipe is inserted simultaneously with the boring operation. 4. CROSSINGS INSTALLED BY TUNNELING AND JACKING a. b. Jack the pipe from the low or downstream end, unless specified otherwise. Provide heavy duty jacks suitable for forcing the pipe through the embankment. In operating jacks, apply even pressure to the jacks used. Provide a suitable jacking head and bracing between jacks so that pressure will be applied to the pipe uniformly around the ring of the pipe. Provide a suitable jacking frame or back stop. Set the pipe to be jacked on guides, properly braced together, to support the section of the pipe and to direct it in the proper line and grade. Place the whole jacking assembly so as to line up with the direction and grade of the pipe. In general, excavate embankment material just ahead of the pipe and material removed through the pipe. Force the pipe through the embankment with jacks into the space provided. The excavation for the underside of the pipe, for at least 1/3 of the circumference of the pipe, shall conform to the contour and grade of the pipe. Provide a clearance of not more than 2" for the upper half of the pipe. This clearance shall be tapered off to zero at the point where the excavation conforms to the contour of the pipe. Extend the distance of the excavation beyond the end of the pipe depending on the character of the material, but do not exceed 2' in any case. Decrease the distance if the character of the material being excavated makes it desirable ta keep the advance excavation closer to the end of the pipe. ASC -45 PART DA -ADDITIONAL SPECIAL CONDITIONS c. If desired, use a cutting edge of steel plate around the head end of the pipe extending a short distance beyond the end of the pipe with inside angles or lugs to ke.ep the cutting edge from slipping back onto pipe. d. When jacking of pipe has begun, carry on the operation without interruption to prevent the pipe from becoming firmly set in the embankment Remove and replace any pipe damaged in the jacking operations. The Contractor shall absorb the entire expense. 5. CROSSINGS INSTALLED WITH TUNNEL LINER PLATE a . Install the tunnel liner plates to the limits indicated and as specified in AASHTO Standards Specifications for Highway Bridges, Section 11-26, Construction Tunnels Using Steel Tunnel Liner Plates . Assemble steel liner plates into circumferential rings. Liner plates shall be of the type to permit segments to be installed completely from inside the tunnel or bore. b. Accurately maJntain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the liner plate. Maintain a maximum of 1/2" tolerance between the outside of the liner plate and the excavation wherever possible. The tunnel diameter shall not be greater than 2" larger than the liner 0.0. c. Liner plate installation shall proceed as closely as possible behind the excavation. Excavation shall at no time be more than 6" ahead of the required space to install an individual tunnel liner plate. Use breast plates, poling boards or other suitable devices to maintain accurate excavation with the minimum of unsupported excavation at any time. Tunnel l.iner plate shall not be allowed to deflect vertically during installation. 6. CROSSINGS WITH CASING INSTALLED BY OPEN CUT a. This article covers the requirements for the construction of crossings where pipe casing is required fpr installation by the open cut method. Excavation, backfill, and embedment of casing pipe shall be as specified in the construction plans. All other requirements shall be as specified herein. DA-126 BUTTERFLY VALVES-OMIT DA-127 GATE VALVES A. GENERAL 10115/07 1.. SCOPE OF WORK 2. a . Furnish all labor, materials, equipment and incidentals required to completely install and put into operation resilient seated gate valves and actuator as specified herein and shown on the drawings. QUALITY ASSURANCE ASC -46 - - - - 10115/07 PART DA -ADDITIONAL SPECIAL CONDITIONS a. References: 1) American Water Works Association (AWWA) AWWA C509 Resilient seated gate valve for water supply service. 2) American Society for Testing and Materials {ASTM) ASTM A48 Gray Iron Castings ASTMA126 Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTMA436 ASTMA536 Austenitic Gray Iron Castings Ductile Iron Castings. b. Unit Responsibility and Coordination: The Contractor shalt cause all equipment specified under this section to be furnished by the valve manufacturer who shall be responsible for the adequacy and compatibility of all valve components including the actuator. Any component of each complete unit not provided by the valve manufacturer shall be designed, fabricated, testing, and installed by factory-authorized representatives experienced in the design and manufacture of the valve equipment This requirement, however, shall not be construed as relieving the Contractor of the overall responsibility for this portion of the work. 3. ENVIRONMENTAL CONDITIONS The equipment to be provided under this section shall be suitable for installation and operation either inside vault structure or directly buried for a gate valve. 4. SUBMITTALS a. Submittals required after award of contract and prior to installation: 1) Technical bulletins and brochures an resilient seated gate valves. b. Submittals required prior to final walk through: 1) Operation and Maintenance Manual. 5. SPARE PARTS AND TOOLS 6. a. Furnish one set of special tools required far the proper servicing of all equipment supplied under these Specifications, packed in a suitable steel tool chest with a lock. SHIPPING INSTRUCTIONS ASC-47 PART DA -ADDITIONAL SPECIAL CONDITIONS a. b. All parts shall be properly protected so that no damage or deterioration will occur dudng a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. All equipment and parts must be properly protected against any damage during a prolonged period at the site. c. The finished surfaces of all exposed flanges shall be protected by wooden blank flanges, strongly built and securely bolted thereto. d. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. e. Storage and Protection: Take special care to prevent plastic and similar brittle items from being directly exposed to the sun, or exposed to extremes in temperature, preventing any deformation. 7. WARRANTY a. The equipment shall be warranted to be free from defects in workmanship, design and materials. If any part of the equipment should fail during the warranty period, it shall be replaced and the unit(s) restored to service at no expense to the Owner; Warranty shall be for a period of two years and begin on the Date of Acceptance. B. PRODUCTS 1. 10115/07 RESILIENT SEATED GATE VALVES a. Resilient seated gate valves 4" through 48" shall meet or exceed the latest revisions of AWWA C509 and shall meet or exceed the requirements of this specification. All valve components in contact with potable water shall conform to the requirements of ANSI/NSF Standard 61. All valve materials for components in contact with potable water shall be resistant to chloramines. b. Valve body shall be ductile iron per ASTM A536. Flanged ends shall be furnished in accordance with ANSI/AWWA C115/A21.15. Standard Flanged Drilling. Mechanical Joints shall be furnished with outlets which conform to ANSI/AWWA C111/A21.11 mechanical joint requirements. c. The disc shall be constructed of ductile iron fully encapsulated in rubber. d. e. No iron shall be exposed on the disc. Hex head bolt, and hex nut shall be Steel ASTM A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non-buried service (4" through 12" valves). Hex head bolt and hex nut shall be 304 or 316 Stainless Steel for buried service (all sizes) and for valves 16-inch through 30-inch (non-buried service). T-Balts shall be high strength low alloy Cor-Ten or approved equal. ASC-48 - - - - - - ,.... PART DA -ADDITIONAL SPECIAL CONDITIONS f. Resilient seated gate valves shall be Claw, American Flow Control, Mueller, or equal for size 4" through 48" in accordance with t he City of Fart Worth 's Standard Products List. Valves 16~ and larger shall be contained within a vault as shown on the plans. g. Gate valves in bu.ried service shall be provi ded with polyethylene encasement in accordance with AWWA C105. h. Resilient seated gate valves far buried service shall be furnished with a square 2'' operating nut The valve box shall be Mueller H-10360 or Engineer approved equaL i. In all non-buried service, handwheel operators shall be furnished, unless otherwise specified. j. Resilient seated gate valves shall be non-rising stem type unless otherwise specified. k. AU resilient seated gate valves shall be provided ta open in clockwise direction. I. AU resilient seated gate valves 20" and larger shall be provided with gear reduction. C. EXECUTION 1. INSTALLATION a. All resilient seated gate valves shall be installed in accordance with the instructions of the manufacturer and as shown an the drawings. DA-128 AIR RELEASE VALVES-OMIT DA-129 CONSTRUCTION COORDINATION WITHIN UNION PACIFIC RAILROAD PERMIT AREA-OMIT DA-130 FIBERGLASS SEWER PIPE-GRAVITY SERVICE-OMIT DA-131 JUNCTION SANITARY SEWER MANHOLE-OMIT DA-132 SUBSURFACE EXPLORATION Any data, which has or may be provided on subsurface conditions, is not intended as a representation or warranty of accuracy or continuity between soil strata. It is expressly understood that neither the Owner nor the Engineer will be responsible far interpretations or conclusions drawn therefrom by the Contractor. Data is made available for convenience of the Contractor. 10/15107 ASC-49 PART DA -ADDITIONAL SPECIAL CONDITIONS Subsurface exploration, to ascertain the nature of the soils at the project site, including the amount of rock, if any, is ta be the responsibility of any and all prospective bidders. Whether prospective bidders perform this subsurface exploration jointly or independently, it shall be left to the discretion of such prospective bidders. Subsurface exploration shall not be attempted without the approval of the Owner. - The Geotechnical Boring Logs have been included in these specifications. DA-133 ABANDON EXISTING WATER AND SANITARY SEWER STRUCTURES Structures to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Entire structure shall be removed. The structure shall then be backfilled, per item DA-24 as well as any requirements of the Union Pacific Railroad Company or the U.S. Army Corps of Engineers, Fort Worth District (CESWF). Surface restoration sh.all 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 bid item. DA-134 ABANDON EXISTING PIPE LINE This item shall consist of filling existing water or sanitary sewer pipe to be abandoned with flowable fill as designated in the construction plans. Flowable fill material shal.l be in accordance with DA-108 as well as any requirements of the Union Pacific Railroad Company or the U.S. Army Carps of Engineers, Fort Worth District {CESWF). Payment for this item shal.l be per linear foot of pipe filled with flowable fill. This cost shall include all labor, material, and equipment associated with filling existing water or sanitary sewer pipe wlth flowable fill. DA-135 REMOVE AND REPLACE EXISTING PIPE AND CABLE FENCE Thi.s item shall consist of the removal and replacement of the pipe and cable fence along the Tarrant Regional Water District's property line. The Contractor shall be required to remove the section of the fence required for this project and restore the fence to the original or a better than original condition upon completion of the project. The Contractor shall also restore the fence in accordance any requirements of the Tarrant Regional Water District. Payment far this item, which shall include all labor, material, temporary fencing, and equipment associated with this item, shall be considered to be subsidiary to the cost of the pipe and should be included in the linear foot bid price af the pipe. DA-136 SANITARY SEWER AND WATER LINE MARKERS A . GENERAL These work described in this specification includes supplying and placing markers for sanitary sewer lines and water lines. B. MATERIALS 10/15107 ASC-50 - - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS 1. Buried Markers -Buried markers shall be Omni Marker balls as manufactured by Tempo or approved equal (www.tempo-textron.com). Markers far water lines shall be blue. Markers for sanitary sewer lines shall be green. 2. Surface Markers -Surface markers shall be COTTMark Cable and Pipe Warning System as manufactured by COTT Manufacturing Co. or approved equal (www;cottmfg.com). Markers for water lines shall have a blue warning sign. Markers for sanitary sewer lines shall have a green warning sign. Marker posts shall be 4-inch diameter PVC. C. EXECUTION 1. GENERAL a. Buried markers shall be placed at a depth of three-feet below natural ground surface and directly above the feature they are marking. b. Surface markers shall be a minimum of six-feet in length and shall be buried a minimum of two-feet, with a minimum of four-feet above ground. The warning sign far all surface markers shall be 21-inches (not including post cap). Surface markers shall be placed as follows: i. Buried Features: Surface markers shall be placed directly above a buried feature. ii. Above-Ground Features: Surface markers shall be placed a maximum of two (2) feet away from an above-ground feature. 2. PLACEMENT a. Water Lines 16-inches and Above Buried markers shall be placed at all horizontal and vertical bends, all horizontal points of curvature, tangency, and reverse curvature, horizontal tees (excluding fire hydrant taps}, cleanout wyes, blowaff valves, end-of- line plugs, and at other locations as shown on the plans or as deemed appropriate by the ENGINEER. Surface markers shall be placed at each right-of-way line (or end of casing pipe} of major highway crossings, railroad crossings, crossings with major utilities such as high pressure gas lines and fiber-optic lines, and at other locations as shown on the plans or as deemed appropriate by the ENGINEER. b. Water Lines 12-inches and Below Buried markers shall be placed at the end-of-line cap an all dead-end stubouts. Surface markers shall not be utilized for water lines 12-inches and under. c. Sanitary Sewer ~ines, All Sizes 10115107 ASC -51 PART DA -ADDITIONAL SPECIAL CONDITIONS Buried markers shall be placed at all horizontal points of curvature, tangency and reverse curvature if no manhole is present. and at all stubouts. Surface markers shall be placed at each right-of-way line (or end of cas.ing pipe) of major highway crossings, railroad crossings, crossings with major utilities such as high pressure gas lines and fiber-optic lines, and at other locations as shown on the plans or as deemed appropriate by the ENGINEER D. MEASURMENT AND PAYMENT The cost of buried and surface sanitary sewe.r and water markers is subsidiary work and the cost of same shall be included in the unit price bid for pipe complete in place as bid in the proposal. and no other compensation will be allowed. DA-137 CONSTRUCTION COORDINATION WITHIN TARRANT REGIONAL WATER DISTRICT AREAS-OMIT DA-139 SPECIAL PROVISIONS FOR ACTIVITIES INSIDE TRWD RIGHT-OF-WAY-OMIT GROUTING PROCEDURE A. Grouting Procedure For Other Than Open Cut Installations 10/15107 1. General -This section relates to grout void spaces for the following: a. Between tunnel wall and encasement pipe b. Between encasement pipe and carrier pipe. 2. Material a. Approved grout mixtures are described in the special condition: Grout far Other Than Open Cut Installations · b. Pump and accessories c. 3u PVC pipe 3. Procedure a. Grout between tunnel wall and encasement pipe, if distance between the tunnel and the encasement pipe exceeds 3" as per SWFP 1150-2-1. L The contractor shall use 3" PVC pipe to convey grout through the bore pit and proposed tunnel ta predetermined discharge points into the void space. A grout delivery point is required near each end of the tunneL The insertion points shall be near the crown of the encasement pipe /liner walls. The insertion points shall be placed at a maximum increment of 25 feet. ii. The Contractor shall bulkhead the ends of the tunnel as necessary to grout void spaces. A permanent bulkhead is required at the end of construction. The tunnel shall be isolated from the bore pit at the end of the day. m. The Contractor shall start grouting the voids space from the middle outward. ASC-52 - - - - - DA-140 DA-141 10/15107 PART DA -ADDITIONAL SPECIAL CONDITIONS iv. Sound encasement pipe to determine location of void spaces. Perform sounding as a baseline for future testing. Sounding shaU be done prior to grout installation. Record results at least at intervals of 25'. v. Grout fill the annular space until. grout comes out the next insertion point. Cap the hole when grout continuously flows out. The cap must be screwed or fastened into the encasement pipe. The cap shall be able to make a watertight seal and handle external loads. Continue capping the holes until grout does not continue to flow to the next hale. If the flow does not flow through the hale, sound pipe and insert the grout in the next hale or create a new insertion point as necessary. During the process, record the insertion points and keep a lag of the volume of grout inserted into the void space. Tests shall be performed at a minimum 1 O foot interval around the circumference. b. Between encasement pipe and carrier pipe i. The contractor shall use 3n PVC pipe to convey grout through the bore pit and proposed tunnel to predetermined discharge points. One deliver point site will be required near each end of the tunnel. The Contractor shall connect PVC pipe to selected insert point. The insertion points shall be placed at a maximum increment of 75 feet. ii. The Contractor shall bulkhead the ends of the tunnel as necessary to grout void spaces. A permanent bulkhead is required at the end of construction. The tunnel shall be isolated from the bore pit at the end of the day. iii. The Contractor shall start grouting the voids space from the middle outward. iv. Test pipe shall also be placed in the void space. They should be offset from the insert point at maximum increment of 75'. The pipe shall be left open in the void space. The test is determined to be successful, if grout flows from void space to the bore pit. Pipe inlets are to be located at the 50% diameter and 9.0% diameter vertical di.stance from the flow line. Fill PVC pipe with grout and cap when tests are successful. v.. Sound encasement pipe to determine location of void spaces. Record results at least every 25'. vi. Fill the annular space until grout comes out the next hole insertion point in the crown. Cap the hole in the crown when grout continuously goes out hole. Continue capping the hales until grout does not continue to flaw to the next hole. Create new insertion point and check holes for grout. During the process, record the location grout discharges and keep a time log of the volume of grout inserted into the void space. vii. Inspect the progress of the grouting operation by sounding the carrier pipe. Record results for tests cond.ucted at least every 25'. Check the circumference of the pipe for the location of the grout. viii . Cap the ends of tunnel. This includes the space between the water pipe the outer limits of the tunnel. TUNNELING -OMIT FORT WORTH ANO WESTERN RAILROAD ASC-53 PART DA -ADDITIONAL SPECIAL CONDITIONS A Fort Worth and Western Railroad permit is included in the specification book. The Contractor shall install pipe within Fort Worth and Western Railroad right-of-way as directed by the City of Fort Worth. DA-142 TXDOT A Texas Department of Transportation permit i.s included with the specification . The Contractor shall. abide with this permit. The permit was amended in September 2007. DA-142 COORDINATION WITH OTHER CONTRACTORS The project area may have multiple construction activates in the area. Activities may include but are not limited to proposed SH 121 Tollway , relocation of sanitary main 62 , museum District (contact the City project manager) and relocation of 16v water main at Vickery Blvd. The Contractor must coordinate his activities with others and the Contractors Project Manager shall attend coordination meetings when requested by Fort Worth. 10/15/07 ASC-54 - - - - - - - Certificate of Insurance l ACORD CERTIFICATE OF LIABILITY INSURANCE I DATE (Mr.!IDD/YYYY) 02/04/2008 1M . . PRODUCER (817)457-6700 FAX (817)457 -7246 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION THE SWEENEY COMPANY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1121 E. Loop 820 South ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P O Box 8720 Fort Worth, TX 76124 -0720 INSURERS AFFORDING COVERAGE NAIC# INSURED Conatser Construction TX , LP INSURER A: Bituminous casualty Corp ·~+ IX P.O.Box 15448 INSURERS: Bituminous Fire & Marine Ins Co A+ IX Fort Worth, TX 76119 INSURERC: INSURERD: INSURERE: ~OVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED . NOTWITHSTANDING ~y REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTA IN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HE.REIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES . AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS . ~~ ~~~ TYPE OF INSURANCE POLICY NUMBER P~._S\'..~f:!!~!!.'(E P!?YfJ EXPIRATION LIMITS GENERAL LIABILITY CLP 3 244 088 08/01/2007 08/01/2008 EACH OCCURRENCE $ 1.000.00( t-DAMAGE TO RENTED 100.000 X COMMERCIAL GENERAL LIABIL ITY ~e•••o~~ {S:• --·---' $ t-~ CLAIMS MADE 00 OCCUR 5,000 MED EXP (Any one pe,son) $ A x CONTRACTUAL, XCU · PERSONAL & ArN INJURY $ 1,000.000 X INDEP CONTRACTORS GENERAL AGGREGATE $ 2,000.000 GEN'l AGGREGATE LIMrT APPLIES PER: PRODUCTS • COMP/OP AGG $ 2.000.000 n POLICY rxl ~g: n LOC AUTOMOBILE LIABILITY CAP 3 S14 S9S 08/01/2007 08/01/2008 COMB INED SINGLE LIMIT '-$ X ANY AUTO (Ea accident) 1.000,000 '-X All OWNED AUTOS BODILY INJURY -$ X SCHEDULED AUTOS (Per person) B -X HIRED AUTOS . -BOOIL Y INJURY $ X NON-OWNED AUTOS (Per accident) - -PROPERTY DAW.GE $ (Per accident) GARAGE UABIUTY AUTO ONLY· EA ACCIDENT $ ==i ANY AUTO OTHER THAN EAACC $ AUTO ONLY: AGG $ EXCESS/UM BR ELLA LIABILITY CUP 2 580 269 08/01/2007 08/01/2008 EACH OCCURRENCE $ 5,000,00C [K)occuR D CLAIMS MADE UMBRELLA AGGREGATE $ 5,000,00C A $ ~ DEDUCTIBLE s RETENTION $ 10 ,00~ $ WORKERS COMPENSATION ANO WC 3 514 594 08/01/2007 08/01/2008 X I l:.~Tfrr#;, I 10.ni- EMPLOYERS' LIABILITY 1.000.000 B AN'f PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? E.L . DISEASE· EA EMPLOYEE $ 1,000,000 g~8f_i~~J/~rtNS below E.L DISEASE • POLICY LIMIT $ 1.000.000 OTHER DESCRIPTION OF OPeRATIONS / LOCATIONS /Vl!HICLES I EXCWSIOHS ADDEO BY ENDORSEMENT/ SPECJAL PROVISIONS ~ATER & SANITARY SEWER RELOCATIONS TO SERVE SH 121 SOUTHWEST PKWY PART 8.10.12 IN THE CITY OF FT WORTH ~264 -609170020387, D.O.E. 5550. ~ERT HOLDER NAMED ADLN INSURED EXCEPT ON WORKERS COMP WITH ~OMMERCIAL LIAB BEING PRIMARY & NON-CONTRIBUTORY WITH WAIVER ·OF SUBROGATION ALL POLICIES AS REQUIRED BY -~ITTEN CONTRACT . 30 DAY CANC NOTICE AMENDED TO 10 DAY FOR NON-PAY OF PREMIUM. • I CITY OF FORT WORTH 1000 THROCKMORTON ST FT WORTH , . TX ·76102 ACORD 25 (2001/08) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER Will ENDEAVOR TO MAIL JQ_DAYSWRITTEN NOTICE TO THE CERTIFICATE HOL DER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPR AUTHORIZED REPRESENTATIVE CJ. TION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s),·authorized representative or producer, and the certificate holder, nor does it afflnnatively or negatively amend , extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) CERTIFICAIB OF INSURANCE TO: CITY OF FOR T WORTII Date~ NAME OF PROJECT: SH 121T Water and Sanitary Sewer Relocations Parts 8, 10 and 12 (City Project no. 00203) PROJECT NUMBER: P264-609170020387 IS TO CERTIFY THAT: Conatser Construction TX, LP is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance (Public Ea. Occurrence : $ Liability) Property Damage: Ea . Occurrence: $ Blasting Ea. Occurrence: $ Collapse of Building or structures adjacent to Ea . Occurrence : $ --- excavations Damage to U nderground Utilities Ea . Occurrence: $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea . Person: $ Ea . Occurrence: $ Property Damage: Ea . Occurrence : $ Bodily Injury: Contractual Liability Ea. Occurrence: $ Property Damage: Ea. Occurrence : $ Other • Locations covered :--------------------------------- Description of operations covered:---------------------------- The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor 's insurance policies excepting employer's liability insurance coverage under Contractor's worker's compensation insurance policy. Agency Insurance Co.: ___________ _ Fort Worth Agent By _______________ _ Address ________________ _ Tille ________________ _ CONTRACTOR COMPLIANCE Willi WORKERS' COMPENSATI ON LAW Pursuant to V.T.C.A La bor Code Section 406.096 (2000), as amen ded, Contractor certifies that it provi de s workers ' compensation insurance cove rage for all its employees employed on city of Fort Worth Department of Engineering No . 5550 and City of Fort Worth Proj ect Number P2~09170020387 1 e 'J-· I;}.-· o~ Date ST ATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME. th e undersigned authority. on this da y personally appeared tl\M~ 'l'etp~e. known to me be the person whose name is subscribed to the foregoing instrument. and acknowledged to me that he executed the same as t11e act and deed of Conatser Const ruction TX. LP t11e purpose and consideration therein expressed and in the capacity therein stated. GIVE N UN DER MY HAl'ID AJl.ll) SEAL OF OFFICE this b:<tay ofli~= ~ ==-----~,,,,111111m1n,,,,,,,,,l Notary Public in and for ~,~~ c. P.. E 1J D 111 ~~ t1·1e State of Texas ~<>\" ........ "'1/ ~ ~ ., ,-.-· ";( ·•• < L'\ ~ ~ ~...-l>-1;1., p(/ ···~.,.L~ ff . .-o'*<9; \ % .::::-. -. ·~ l ( ;/ +;) J %, \ ~OF'\. / j °% /f~PIRE.~./ .ff ~,~,, 0 -,·5>2."o' \,~~ '''''"""''"''''''""'"''''~ Bond No: 022021004 PERFORMANCE BOND THE ST A TE OF TEXAS § KNOW ALL BY THESE PRESENTS : COUNTY OFT ARRANT § That we (1) Conatser Construction TX, LP as Principal herein, and (2) fn~~fil1e¥~1ny , a corporation organized under the laws of the State of (3)~, and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the surn of: One Million Two Hundred Eighty-nine Thousand Five Hundred Seventy-six and no/100 ............................ .. Dollars ($1,289,576.00) for the payment of which sum we bind ourselves , our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these present. JAN 29 2008 WHEREAS , Principal has entered into a certain written contract with the Obligee dated tl1e __ of ___ .,_, 2=-0;;...;0a..ac.8 a copy of which is hereto attached and made a part hereof for all purposes, for tlle construction of: SH 121 T Water and Sanitary Sewer Relocations Parts 8, 10 and 12 (City Project no. 00203) NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perfonn the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold hannless tl1e Obligee from all costs and danlages which Obligee may suffer by reason of Principal 's default, and reimburse and repay Obligee for all outlay and expense tllat Obligee may incur in making good such default, then this obli gation shall be void ; 0U1erwise , to remain in full force and effect. PROVIDED, HOWEVER, tliat tl1is bond is executed pursuant to Chapter 225 3 of tlle Texas Government Code, as amended, and all liabilities on this bond shall be detennined in accordance witll the provisions of such statute, to tlle same extent as if it were copied at lengtll herein. IN WITNESS WHEREOF, the duly autl1orized representatives of the Principal and the Surety have executed tllis instrument. JAN 2 g 2008 SIGNED AND SEALED this __ day of ,2008. ATTEST: (Principal) Secretary (SEAL) ~ Witness as to Principal ATTEST: Secretary (SEAL) 7tJ?l; ~ Witness as to Surety NOTE: PO Box 15448 Foti Worth, TX 76119 Liberty Mutual Insurance Company :~4~ Name: Glenna S. Davis (Attorney-in-fact) Address: 175 Berkeley Street Baston, MA 02117 Telephone Number: 972. 233. 9588 (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety GP Telephone munber 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. Bond No: 02202 IOCJ'I PAYMENT BOND THE ST A TE OF TEXAS § § § KNOW ALL BY THESE PRESENTS: COUNTY OFT ARRANT Liberty Mutual That we (1) Conatser Construction TX, LPas Principal herein, and (2) Insurance Company a corporation organized and existing under the laws of the State of (3) MA , as surety, are held and finnly bound unto the City of Port Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of One Million Two Hundred Eighty-nine Thousand Five Hundred Seventv-six and no/100 .............................. Dollars ($1,289,576.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, finnly by these presents: JAN 2 9 2008 WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the __ day of ___ AD. , 2008, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at lengtl1, for the following project: SH 121 T Water and Sanitary Sewer Relocations Parts 8, 10 and 12 (City Project no. 00203) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, tl1at this bond is executed pursuant to Chapter 2253 of tl1e Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this_ daf o N 2 9 20 ~ ATIBST: (Principal) Secretary (SEAL) ~~ Witness as to Principal ATIBST: Secretary L-171 · t JJ. · (SEAL) ~ -,~ ~ Witness as to Surety NOIB : Bond No: 022021004 N Vice President of Conatser Title : ---"Ma"""'"'n"""aa'ge""'m2"""'n"""t_,G""r'--'o""u*p-'--'. I,,,n,,,c'--'._._.-'G"'P~---- PO Box 15448 Fort Worth, TX 76119 Name: Glenna S. Davis Attorney in Fact Address: 175 Berkeley Street Baston, MA 02117 Telephone Number: 972. 233. 9588 1. Correct name of Principal (Contractor). 2 . Correct name of Surety. 3. State of incorporation of Surety. Telephone nmnber of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond No: 022021004 MAINTENANCE BOND THE ST A TE OF TEXAS § COUNTY OFT ARRANT § KNOW ALL MEN BY THESE PRESENTS: Liberty Mutual That Conatser Construction TX, LP(Contractor), as principal, and Insurance Company , a corporation organized under the laws of the State of MA , (Surety), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas the sum of One Million Two Hundred Eighty-nine Thousand Five Hundred Seventy-six and no/100 .............................. Dollars ($1,289,576.00) lawful money of the United States, for payment of which sum well and tmly 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; tl1at , J, ., WHEREAS , said Contractor has entered into a written Contract witl1 the City of Fort Worth, dated e < 9 COOO __ day of 2008 copy of which is hereto attached and made a part hereof, the performance of the following described public improvements: SH 121 T Water and Sanitary Sewer Relocations Parts 8, 10 and 12 (City Project no. 00203) tile same being referred to herein and in said contract as the Work and being designated as project P264- 609170020387and said contract, including all of the specifications, conditions, addenda, change orders and written instnunents referred to therein as Contract Documents being incorporated herein and made a part hereof, and, WHEREAS , in said Contract, Contractor binds itself to use such materials and to so construct tile work tl1at it will remain in good repair and condition for and during a period of after the date of Two (2) Years after tl1e date of the final acceptance of the work by the City; and WHEREAS , said Contractor binds itself to maintain said work in good repair and condition for said 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 Water Department of the City of Fort Worth, it be necessary; and, WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said work as herein provided. NOW THEREFORE, if said Contractor shall keep and perfonn its said agreement to maintain, repair or reconstruct said work in accordance with all the terms and conditions of said Contract, tl1ese_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 the Contractor and Smety damages in the premises prescribed by said Contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until tl1e foll amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in !._counterparts, each one of which shall be deemed an original , this __ day p . 2008. ATTEST: (SEAL) Secretary ATTEST : (SEAL) Secretary Manageirent Group, Inc . , GP Liberty Mutual Insurance Canpany Surety Title: --=A=tt=o=-=rn=eJ..y---'1.=· n.o...--=-F::=.ac:=.:t=-------- 175 Berkeley Street Boston, MA 02117 Address Telephone: 972 .233.9588 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 2252464 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the 'Company'), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint MICHAEL A. DELABANO, GREG A. WILKERSON, GLENNA S. DAVIS, CATHY VINSON, CAROLYN MAPLES, ALL OF THE CITY OF FORT WORTH, STATE OFTEXAS ......................................................................................................................... .. , each individually if there be more than one named , its true and lawful attorney-in-fact to make , execute, seal , acknowledge and deliver, for and on its behalf as surety and as its act and deed , anv and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding TWENTY FIVE MILLION AND 00/100**'***************** DOLLARS($ 25,000,000.00***** ) each, and the execution of such undertakings, bonds , recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization : ARTICLE XIII -Execution of Contracts : Section 5 . Surety Bonds and Undertakings . Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute , seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations . Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named there in to appoint attorneys-i n-fact: Pursuant to Article XIII, Section 5 of the By-Laws , Garnet W . Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authori zed to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make , execute , seal , acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true cop ies thereof and are now in full force and effect. ;;. ca "C U) U) C1) r: 'iii ::s .0 >, r: ca -r: -o ~ 1- >,CJ> a,W Ee IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corpo rate seal of O a. Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting , Pennsylvania this 6th day of December , := 0 2007 <( M COMMONWEALTH OF PENNSYLVANIA COUNTY OF MONTGOMERY ss LIBERTY MUTUAL INSURANCE COMPANY Byb,....-e#: M-fZ<"-::tA-: Garnet W. Elliott , Assistant Secretary On this ..filb..__ day of December , 2007 , before me , a Notary Public , personally came Garnet W. Elliott, to me known , and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation ; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation . first above written . CERTIFICATE COMMONWEAL TH OF PENNSYLVANIA Nolarilll &al T-,aP&st(lla. ~ Ptdc ~ Twp., Monlgcmery Cointy My Coovnioo01 E,qjros Mar.~ 2WI By~ Ter6sa Pastella , Notary Public I, the undersigned, Assistan ecretary of Liberty Mutual Insurance Company , do hereby certify that the original power of attorney of which the foregoing is a full , true and correct copy, is in full force and effect on the date of this certificate ; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII , Section 5 of the By-laws of Liberty Mutual Insuranc e Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March , 1980 . VOTED that the facsim ile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds , shall be valid and binding upon the company with the same force and effect as though manually affixed . 'JAN 2 g ,.,,, .. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this--------day of 0~ ... "C C1) r: :: ca oe c. ca .!!!o .r:o -.. _m 0 r: >,G> :t:: C1) :2,! -a, ~.o a,O £:~ E~ ._N ;;::~ C: I Oo u..- oC.0 I-,!. ~Libert,x \p) Mutual. Important Notice TO OBTAIN INFORMATION ABOUT THIS BOND OR TO MAKE A COMPLAINT: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 800-252-3439 You may write the Texas Department of Insurance at: P. 0. Box 149104 Austin, TX 78714-9104 Your notice of claim against the attached bond may be given to the Surety Company that issued the bond by sending it to the following address: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the claim office by telephone at: 610-832-8240 Premium or Claim Disputes If you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. This notice is for information purposes only and does not become a part of or a condition of the attached document. It is given to comply with Section 2253.048, Government Code , and Section 53.202, Property Code , Effective September 1, 2001 PART G -CON1RACT THE ST A 1E OF 1EXAS § COUNTY OFT ARRANT § . JA 2 9 200 . THIS CON1RACT, made and entered mto the __ day o , 008 and between the City of Fort Worth, a home-rule municipal corporation located in Tarrant County, Texas, acting through its City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed "OWNER", and Conatser Construction TX, LPthe City of Fort Worth County of TARRANT and State of TEXAS , Party of the Second Part, hereinafter termed "CON1RACTOR". WITNESSEfH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (Owner), said Party of the Second Part (Contractor) hereby agrees with the said party of the First Part (Owner) to commence and complete certain improvements described as follows : SH 121 T Water and Sanitary Sewer Relocations Parts 8, 10 and 12 (City Project no. 00203) And all extra work connected therewith, under the terms as stated in the Contract Documents, and at his (their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools , superintendent, labor, bonds, insurance, and other accessories and services necessary to complete the said construction, in accordance with all the requirements of the Contract Documents, which include all maps, plats, blueprints and other drawings and printed or written explanatory matter thereof, and the specifications thereof, as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon, together with the Contractor's Written Proposal and the other parts of the Contract Documents hereto attached, including the Fort Worth Water Department General Contractor Documents and General Specifications, all of which are made a part hereof and collectively and constitute the entire contract. The Contractor hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him, and to substantially complete same within the time stated in the proposal . The Owner agrees to pay the contractor in current funds for the perfonnance of the contract in accordance with the Proposal submitted therefore, subject to additions and deductions, as provided in the Contract Documents and all approved modifications thereof, and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the Parties to these presents have executed this Contract in ~counterparts in the year and day first above written. City of Fort Worth, Texas (Owner) Party of the First part BY:s~ ... J. Col Fernando Cos ta ' Actin g Asst. C ity Manager Conatser Construction TX, LP PO Box 15448 Fort Worth, TX 76119 ~~ B y : -~ Title: Mark Papp as , Vice-President of APPROVED: Conatser Manag ement Group, In c , G .P . A. Douglas Rademaker, P .E . Director Department of Engineering ATIEST: City Secretary (Seal) cont ract Authoriaatioa /~9/Af: 1 WITNESSES: Dat e Appendix A TxDOT Permits (note: amended September 2007) Fort Worth & Western RR Permit Pavement Cores TxDOT Permits (note: amended September 2007) Form 1082 (Rev. 00,93) (Previous Versions Cbsolele) To: The City of Fort Worth Attn. Liam Conlon 1000 Throckmorton St Fort Worth , Texas 76102 APPROVAL Pennit # C 220-W-303-06 Hwy.No. 130 Maintenance Section No. 03 County: Tarrant Date: December 12, 2006 Reviewed By: Clara Elliott The Texas Department of Transportation (TxDOT) offers no objection to the location on the right-of-way of your proposed INSTALLATION OF A 12" WATER as shown by accompanying drawings and notice dated 6-19-06, except as noted below. Your attention is directed to governing laws, especially to Article 6674w-1, Vernon's Annotated Civil Statutes of Texas, pertaining to Control of Access. Access for serving this installation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right-of-way lines, connecting only to an intersecting road; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations . The Owne~s rights of access to the through-traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations and will not permit the immediate action required by the Utility Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the requ ired emergency repairs, provided TxDOT is immediately notified by the Utility Owner when such repairs are initiated and adequate provision is made by the Utility Owner for convenience and safety of highway traffic. It is expressly understood that the TxDOT does not purport, hereby, to grant any right , claim , title , or easement in or upon this highway: and it is further understood that the TxDOT may require the owner to relocate this line, subject to provisions of governing laws, by giv ing thirty (30) days wri tten notice . You are requested to notify this offre prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of-way, so that we may provide specifications for the extent and methods to govern in trimm ing , topping, tree balance, type of cuts, painting cuts and clean up . These specifications are intended to preserve our considerable investment in highway planting and beautification , by reducing damage due to trimming . The installa ti on shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners . In the event the Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. See special provisions titled "Specifications fo r Utility Installations·, as applicable. Additional requirements: All construction shall be coordinated with TXDOT inspectors & or relocation agents. Please notify CLARA ELLIOTT at 817-370-6585, forty-eight (48) hours prior to starting construction of the installation, in order that we may have a representative present A copy of the "Specifications for Installations," provided by TxDOT, along With the state approved plans, pennit approval shall be kept on the job site through the duration of the installation. Texas Department of Transportation-Fort Worth Maribel P. Chavez, P.E. Dis ·ct Engineer )) By: J . . Greenhill District Right of Way Utilites Notice of Proposed Installation Utility Line on Controlled Access Highway OiST2ROW OC1 O 2. 2005 To the Texas Transportation Commission c/o District Engineer Texas Department of Transportation Fort Worth , Texas Date RECEIVED 9/20/66 ------------ Formal notice is hereby given that City of Fort Worth ---~--------------------------- Company proposes to place a __ ....;1.;;;;2'-· ...;_W'-'a'-te.;;..;r__;M'-'-a_in'--------------------------- line within the right-of-way of Interstate 30 in Tarrant County Texas as follows: (give location, length, general design, etc.) Install by "open cur approx. 900 LF of 12" water line along Forest Park Blvd at Interstate Highway 30. This water main will be installed under the existing IH 30 bridge and proposed SH 121T improvements. The 12" Water Main has been coordinated with the SH121T design engineers and NTTArepresentatives. The line will be constructed and maintained on the higi,way right-of-way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including but not limited to the "Federal Clean Water Act," the "National Endangered Species Act; and the "Federal Historic Preservation Act.· Upon request by TxDOT, proof of compliance with all governing laws, rules and regulations will be submitted to TxDOT before commencement of construction. Our firm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions." Our finn will ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices will be installed and maintained for the duration of this installation. The location and description of the proposed line and appurtenances is more fully shown by 4 ----------comp I et e sets of drawings attached to this notice. Construction of this line will begin on or after the ___ 1 ___ day of ___ O_c_to_b_e_r ___ , 2006 By signing below, I certify that I am authorized to represent the Firm listed below, and that the Firm agrees to the conditions/provisions included in this pennit. Firm City of Fort Worth By (Print) ___ L_ia_m-,--C_o_n_lo_n_~----,.........,~--.-------- Signature_+()i--.1\--+~--"-~~~""'= ..... '--'----~--~~--- Title Project Manager ___ _..__ __ __;,:.._ ____________ _ Address 1000 Throckmorton St. Fort Worth, TX 76102 Phone No. 817/392-6824 ---------'------------- Notice Please be responsible and notify TXDOT 48 hours prior to starting construction, and be prepared to provide the following information. 1. Permit and Highway numbers 2. The name of the Utility Company, a contact person's name and phone number. 3. The name of the Construction Company, a contact person's name and phone number. 4. A start date 5. Date to be staked, if applicable. Note: A copy of the attached Approval (including all attachments) shall be on the job site at all times. Failure to comply with these requirements will result in job shutdown. J ' •. ~ 2 ,. . ·~·.. • •• • •• Texas Department of Transportation Specifications for Utility .,• Installations Fort Worth District (revised July 2006) Specifications for Utility ln5ta11ations Fort Worth District TxDOT Directory For Utilities TxDOT's Mission Statement Safety Protection of Highway Facilities Use of Explosives Protection of Existing Facilities Deviation From Approved Plans Staking of Utility Lines in Advance of Construction Full-Time Supervision and Inspection Notification of Job Start TxDOT Locates Stockpiles on TxDOT ROW Coordination of Work With HiQhv,ay Contractor or State Forces Work Day Restrictions !nc!ement Weather Pits Bore and Tunneling Operations Markers Above-Ground Appurtenances Back-Fill of Utility Trenches Site Clean-Up Repair and Replacement of Rip-Rap and Earth Slopes Special Precautions For Erosion Control Seeding Specifications Aesthetics Required Pruning Practices Pruninq SuQqestions 2 3,4 5 5 5 5 5 5 5 6 6 6,7 7 7 7 7 I 7 : 7,8 9 9 9 9 10 10 11 12 12 13 Fort \\"u r th l>istrkt TXDOT DIRECTORY FOR UTILITIES R.O.W. UTILITY OFFICE I J. D. GREENHILL UTILITY AGREEMENT I PERMIT COORDINATOR BUZZ KYLER UTILITY COORDINATOR PAUL FIERRO UTILITY COORDINATOR VACANT UTILITY COORDINATOR JIMMY VAUGHAN UTILITY OBSERVER STACY CLACK UTILITY OBSERVER CLARA ELLIOTT UTILITY PERMITS forN. TARRANT, BRENDA WATTS PARKER, PALO PINTO, JACK, WISE, S. TARRANT, JOHNSON, ERATH, HOOD, SOMERVELL (50) JOHNSON COUNTY AREA OFFICE RONALD ROBINSON RANDY BOWERS JERRY STOUT AREA ENGINEER ASSISTANT AREA ENGINEER UTILITY COORDINATOR (51) WISE & JACK COUNTY AREA OFFICES BILL NELSON GREG CEDILLO JANET DAVIS AREA ENGINEER ASSISTANT AREA ENGINEER UTILITY COORDINATOR (52) NORTH TARRANT COUNTY AREA OFFICE (N. OF IH30) RALPH BROWNE OSCAR CHAVEZ AREA ENGINEER ASST AREA ENGINEER (54) SOUTH TARRANT COUNTY AREA OFFICE (S. OF IH30) JOE FOSSETT AREA ENGINEER ALBERT DURANT ASSISTANT AREA ENGINEER '"' ~pn·i lkat ion-; fo r 1 ·1ili1:, J11 :,,.t:lll :1«i 1•n-. .:, 817-370-6588 817 :-370-6827 817-370-6865 817-307-1617 817-313-3873 817-370-6585 817-370-6589 817-558-6293 817-558-6293 817-558-6293 940-627-5353 940-627-5353 940-627-5353 817-399-4302 817-399-4302 817-370-6638 817-370-6638 h111 \\"011h l)is trk t (56) ERA TH, HOOD & SOMERVELL COUNTY AREA OFFICES MARC Mc· EN OREE DAVID BULLARD AREA ENGINEER ASST. AREA ENG. / UTILITY COORD. (57) PARKER & PALO PINTO COUNTY AREA OFFICES JIMMEY BODIFORD JOHN CORDARY AREA ENGINEER ASST. AREA ENG. / UTILITY COORD. JOHNSON COUNTY MAINTENANCE WALLACE RENNELS MAINTENANCE SUPERVISOR BRYAN ANDERSON UTILITY OBSERVER WISE & JACK COUNTY MAINTENANCE RICKY TOMPKINS MAINTENANCE SUPERVISOR KEITH PROCHNOW UTILITY OBSERVER (WISE) JANA ROBINSON UTILITY OBSERVER (JACK) NORTH TARRANT COUMTY MAINTENANCE GARY PHILLIPS MAINTENANCE SUPERVISOR NOTE : UTILITY PERMIT OBSERVER FROM DISTRICT OFFICE STACY CLACK SOUTH TARRANT COUNTY MAINTENANCE RALPH GARZA MAINTENANCE SUPERVISOR NOTE: UTILITY PERMIT OBSERVER FROM DISTRICT OFFICE JIMMY VAUGHAN ERATH, HOOD, SOMERVELL COUNTY MAINTENANCE JAMES PARKER MAINTENANCE SUPERVISOR WENDELL BARRETT UTILITY OBSERVER PARKER & PALO PINTO COUNTY MAINTENANCE ALAN DONALDSON MAINTENANCE SUPERVISOR WAYNE FRAIZER UTILITY OBSERVER (PARKER) BRIAN RIGGS UTILITY OBSERVER (PALO PINTO) ALL STORM DRAINS, DR1VEWA YS & APPROCHES CHUCK HUMPHRIES -PERMIT AGENT 254-965-3511 254-965-3511 817-596-9834 817-596-9834 817-558-6294 817-645-0181 940-627-2545 940-567-6611 940-567-6611 817-283-2731 817-313-3873 817-235-3416 817-307-1617 254-897-2647 254-897-2647 817-596-9298 817-596-9298 940-325-2414 817-370-6526 IN CASE OF EMERGENCIES, CONTACT J.D. GREENHILL AT 817-370-6588; LIGHTS AND TRAFFIC CONTROL DEVICES SHALL ALWAYS BE USED, AND WILL BE IN STRICT ACCORDANCE WITH THE GUIDELINES OF THE TMUTCD. 4 F u rl\\ 1111h l>i sr rkr TXDOT'S MISSION STATEMENT The mission of the Texas Department of Transportation is to provide safe, effective and efficient movement of people and goods. SAFETY Please refer to the Texas Manual on Uniform Traffic Control Devices for questions concerning traffic control. While working on TXDOT right of way hard hats and fluorescent safety vest are required at all times . . PROTECTION OF HIGHWAY FACILITIES All construction operations relative to installation of the Utility shall be conducted in such manner as to protect highway facilities from damage at all times. In addition, all work. must be done in strict accordance with all applicable regulations of the occupational Safety and Health Administration (OSHA} of the US Department of Labor. USE OF EXPLOSIVES Nu explosives shall be used within limits of highway right-of-way without written permission. PROTECTION OF EXISTING UTILITIES Prior to beginning actual construction operations the Utility shall notify all other Utility Companies who may have facilities in the area so they can determine if the proposed construction will conflict with or otherwise damage their facilities . REMEMBER: 1-800-DIG-TESS DEVIATION FROM APPROVED PLANS No changes ·Shall be made to the approved location of utilities without prior aut horization of TxD01. The Utility shall make necessary arrangements with other Utility Owners for moving facilities and/or supporting same during trenching operations . Any poles, anchors, etc. relocated to clear the proposed underground utility line shall be moved toward the highway right-of-way line and location shall be subject to TxDOT approval. All utility lines incorrectly installed shall be removed and laid in proper location at the entire expense of the Utility. STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION Utility lines shall be staked well in advance of construction so that TxDOT can inspect staking to verify that the alignment conforms to requirements set out herein and that there is no conflict with highway facilities. FULL TIME SUPERVISION AND INSPECTION The Utility shall provide competent full-time supervisors or inspectors for all utility installations. NOTIFICATION OF JOB START 48 Hour notification is required for utility installations. Please have the following information ready when you call : • APPROVED PERMIT NO. • STATE HIGHWAY NO. • UTILITY COMPANY • UTILITY SUPERVISOR OR INSPECTOR'S NAME and UTILITY MOBILE NO. • GENERAL CONTRACTOR'S NAME • NAME OF FOREMAN and MOBILE PHONE NO. • START DATE ~p1·dlk:1tio11s fu1 · l'tilil~ l11:-t ;1Uati,111 , 5 Fort ,,·orth Dhtrkt TXDOT LOCATES 48 Hour notification is required for TXDOT locates. BE AWARE!! TXDOT has a considerable investment in traffic signals, lighting, and traffic management system. These systems include underground electric and fiber optic lines. If any of the above facilities are within the limits of the utility project, the utility is required to call the phone numbers listed below: Signals and lighting: Phone# (817) 370-6671 Traffic Management: Phone# (817) 370-6745 AERIAL CROSSINGS 72 Hour (3 business days) notification is required for aerial crossings. Crossings on controlled access highways and/or high volume roadways can only be performed on Sunday, between the hours of 3 a.m. to 7 a.m. with police assistance and traffic control. Crossings on non-controlled access roadways and/or low volume roadways can be performed anytime during the week, Monday thru Friday, between the hours of 9 a.m . and 4 p.m. with proper traffic control. LANE CLOSURES ·:, 72 Hour (3 business days) notification is required for lane closures prior to the alteration of traffic flow. If a lane closure is required due to an unforeseen situation and after a utility permit has been approved, it will be nec essary to call the TxDOT Utility Permit Office at 817/370-6697. A traffic con t rol p!2;i must be submitted and approved by TxDOT prior to lane closures. Note: An Engineer's seal may be required for lane closures on controlled access highways and high volume roadways. STOCKPILES ON TXDOT ROW Stock.piling will be allowed with permission from TxDOT. Once, permission has been granted, stockpiling can start forty-eight hours prior to construction . The stock.pile shall be placed on the right of way line or as close as possible without obstructing the curb, pavement, or line of site. All materials must be removed from TxDOT right of way completion of the utility project. COORDINATION OF WORK WITH HIGHWAY CONTRACTOR OR STATE FORCES All work. related to the installation of utilities shall be conducted in such manner as not to interfere in any way with highway construction or TxDOT maintenance operations. WORK DAY RESTRICTIONS Except, in cases of emergency, no work will be allowed on Saturdays, Sundays, Federal or State Holidays or at night.· EXCEPTIONS MAY BE GRANTED BY TXDOT IF the Utility shows that "off day" work. is necessary to avoid service interruptions to the public and the Utility agrees to the following conditions : Obtain TxDOT approval at least 48 hours i.n advance. The Contractor is required to have sufficient personnel and equipment on the job to efficiently execute the work.. The utility will have a supervisor or inspector present on the job at all times while the work is in progress. INCLEMENT WEATHER 6 Fort \\"orth J>b trirr To ensure the safety of the traveling public, as well as the contractor and his crew and TxDOT agents, no work shall be allowed during inclement weather such as, but not limited to rain, fog, snow and sleet effects visibility and/or traction. PITS All pits shall be excavated and closed within 48 hours. If the utility wishes to leave pits open overnight, reflective barricades must be employed. BORE AND TUNNELING OPERATIONS GENERAL REQUIREMENTS Utilities crossing under surfaced roads within the limits of highway right-of-way shall be placed by auger bore or tunnel method, unless otherwise specifically authorized by TxDOT. Bores or tunnels shall be placed at depths below the roadway structure which are sufficient for superimposed live and dead loads and also prevent collapse of supporting soil between hole and roadway. Boring and tunneling operations shall extend outside of the front slope and clear zone of the highway. Bores Where material beneath pavement is sandy or unstable and will be subject to caving, the hole for the casing shall be bored and cased simultaneously and bored material removed through casing. Cutting face of auger or drill shall not project more than six (6) inches ahead of casing and no water shall be used in connection with drilling. Where material beneath pavement is stable and not subject to caving, and allowed by TxOOT, the hole for · the casing may be bored first and casing inserted in the hole immediately after completion of boring . If allowed by TxDOT, water may be used in conjunction with boring. Bore Pit Location Pits excavated for boring or tunneling operations shall be located so that any possible sloughing of sides of pit will not endanger shoulders or pavements and so that barricades can be placed as specified in the TMUTCD. Bore pits should be located at least thirty feet from the edge of the nearest through traffic lane and not less than twenty feet from the edge of pavement on ramps. On low traffic roadways and frontage roads, bore pits should not be less than ten feet from the edge of pavement or five feet from face of curb. Tunneling While hole is being tunneled, casing shall normally be jacked into place as operations progress. Working face of excavation shall not precede advancing end of casing by more than two and one half (2 112) feet unless otherwise allowed by TxDOT. Grouting All voids around casing shall be pressure grouted. The grout shall consisting of Portland Cement and washed sand and containing not less than two (2) sacks or Portland Cement per cubic yard of grout. Additional cement shall ·be added if workability and/or stability cannot be obtained. An air-entraining agent may also be added to the grout mixture to facilitate flow if necessary. Grouting shall be done immediately after casing has been installed in hole in order to avoid any shearing of soil and settlement of over burden above casing . Means shall be provided for proving that voids are filled around 24" diameter and larger casings in the event there is some doubt by TxDOT. TxDOT may require the Utility to install removable plugs at intervals inside the casing. No holes shall be drilled in pavement or shoulders for grouting operations. 7 Fort \\·0 11h Dis trkt MARKERS The Utility shall place a readily identifiable and suitable marker at each right-of-way line for highway crossings . Utilities that parallel the right of way shall place a marker every 1500 feet, at intersecting streets, and highway drainage culverts. ABOVE-GROUNO APPURTENANCES Above-ground appurtenances, such as pedestals, fire hydrants, meters, etc., shall be located at the right-of-way line. · BACKFILL OF UTILITY TRENCHES DESCRIPTION This specification shall govern backfill of trenches, which have been opened for the removal, adjustment, or installation of utility lines within the limits of highway right-of-way . Except when permission is granted, compacted backfill will be used for utility installations. Backfill shall consist of compacted material obtained from suitable soil excavated from the trench, or from sources outside the highway right-of-way. Material shall be free of rock, lumps, or clods that will not break down under compaction . Backfill material shall be placed in the trench in layers not to exceed 6" in depth and compacted. Water shall be added as required to facilitate compaction . Compaction shall be done with rollers or mechanical tamps. Use of rollers will be allowed only when such use is not believed detrimental to any highway facility. The type of roller used must be acceptable to TxDOT. When rollers are used, mechanical tamps shall be used along the sides of trench to compact any backfill that cannot be -~-reached with rollers. Compactihg shall be continued until a backfill density is equal to that of the adjacent, undisturbed material. Where trenches lie within the limits of drainage ditches and channels, which are in solid rock, TxDOT may require 1' of concrete backfill, struck off flush with the top of rock. SITE CLEAN UP The Utility is responsible for site clean up at the end of each workday. ' Roadways adjacent to the utility construction site shall be kept fre~ from debris, construction materials, and mud. At the end of each day, construction equipment and materials shall be moved as far from the roadway as feasible within the safety rules . If mudding of the roadway occurs at any time, the roadway shall be cleaned immediately. When the utility installation is complete, the right-of-way shall be reshaped to its original condition and the area reseeded or re-sodded to reduce erosion. Should settlement or erosion occur within one (1) year of the utility installation, TxDOT may specify prompt replacement at the utility's expense for bringing the construction site to a satisfactory condition. TxDOT will restore sites that are left at an unsatisfactory condition after noUfication has been sent to the utility. These sites will be restored to original condition. The utility shall fully reimburse all costs incurred by TxDOT for all repairs made by TxDOT. These costs include, but are not limited to matters of traffic safety, right of way contour, restoration and repairs to all highway structures: including, but not limited to roads, driveways, terrain, landscaping, fences, etc. REPAIR AND REPLACEMENT OF RIPRAP AND EARTH SLOPES Any existing riprap cut by trenching operations shall be replaced and surface of new riprap finished to match that of existing riprap. Concrete riprap shall contain not less than three (3) sacks of cement per cubic yard of concrete . Reinforcing steel shall conform to that of existing riprap. SPECIAL PRECAUTIONS FOR EROSION CONTROL Special precautions should be taken during utility installations to avoid disturbing existing drainage courses. In addition, soil erosion should be held to a minimum and sediment from the construction site should be kept away from the roadway and drain inlets. 8 Furr\\ 11r1h f)h .. trh:t During construction the roadbed and ditches shall be maintained in such condition to insure proper drainage at all times. Ditches and channels shall be maintained to avoid damage to the roadway. To avoid soil erosion, it is advised and encouraged that the Utility Contractor use all applicable means (i.e . silt fences, hay bails, rock filter dams, etc.) to detour soil from eroding into roadway, ditches, and adjacent property . Dates Feb 1 To May 1 Dates Feb 1 To May 1 Dates Feb 1 To May 1 Dates Aug 15 to Nov 30 Dates May 1 to Nov30 SEEDING SPECIFICATIONS RURAL AREA WARM-SEASON SEEDING RATE In pounds, Pure Live Seed (PLS.) Mixture for Clay or Tight Soils Mixture for Sandy Soils Eastern Section Western Section All Sections Green Sprangletop 0 .6 Green Sprangletop 0 .6 Green Sprangleton 0 .7 Sideoats Grama (El Reno) 1.8 Sideoats Grama (Haskell or El Reno) 1.8 Sideoats Grama (Maskell) 2 .2 Bennudagrass 0.8 Little Bluestem 1.1 Bermudagrass 0.9 Little Bluestem 1.1 lndiangrass (Lometa or Cheyenne) 1.5 Little Bluestem 1.4 K-R Bluestem 0 .7 K-R Bluestem 0 .7 Sand Dropseed 0.2 Switchgrass 1.2 Switchgrass (Alamo or Blackwell) 1.2 Total 6.2 Total 6.9 Total 5.4 URBAN AREA WARM-SEASON SEEDING RATE In Pounds, Pure Live Seed (PLS) Mixture for Clay or Tight Soils Mixture for Sandy Soils Eastern Section Western Section All Sections Green Sprangletop 0 .9 Green Sprangletop 1.1 Green Si;rang le top 1.1 Bermudagrass 1 .2 K-R Biuestem 1.3 K-R Bluest em 1.3 K-R Bluestem 1.0 Buffalograss 10.7 Buffalograss 1.5 Buffalograss 8 .0 Total 11 .1 Total 13.1 Total 3 .9 TEMPORARY COOL-SEASON SEEDING RATE In pounds, Pure Live Seed (PLS) All Sections Tall Fescue 4.0 Western Wheatgrass 5 .0 Wheat (Red, Winter) 30 .0 Total 39 .0 TEMPORARY COOL-SEASON LEGUME SEEDING RATE In pounds, Pure Live Seed (PLS} All Sections Crimson Clover 7 .0 Total 7.0 TEMPORARY WARM-SEASON SEEDING RATE In pounds, Pure Live Seed (PLS) All Sections Foxtail Millet 30 .0 Total 30.0 .. Note: Names in parenthesis O represent ·improved" vanet1es of the species shown. 9 Fu 11 \\"urrh Jlislrk r AESTHETICS To preserve and protect trees, shrubbery, and other aesthetic features on the highway right-of-way, TxDOT may specify the extent and methods of tree removal, tree trimming, or their replacement. TxDOT may also specify the installation methods of the underground or overhead utility in order to protect and preserve trees and other aesthetic features. REQUIRED PRUNING PRACTICES PRIOR TO CUTTING • Locate utility lines with the least possible interference with trees. • Amount of clearance should be determined by the rate of tree growth. • Remove minimum number of branches to provide adequate clearance. • Maintain adequate clearance for lines , NOT EXCESSIVE CLEARANCE. • ALL pruning shall conform to recognized tree surgery practice . • Preserve natural character of tree. WHERETO CUT In removing a limb, the cut should be made at a fork where the remaining branch will be at least one third the diameter of the one removed . · LIMB REMOVAL 1. In removing branches the cut should be made at a fork with the remaining branch at least one-third the diameter of the one removed. · 2. Undercut 1/3 of the way through the limb, 8 to 12 inches from the main stem . ·, 3. Remove limb 4 to 6 inches out from the first cut. 4. Remove stub with an even cut so that a trace (called a "collar") still protrudes (about ~ inch). 5. All cuts two (2) inches or over shall be painted with an approved tree dressing or paint. * See pg 11. DISPOSAL OF CUTTINGS All pruned wood and brush must be removed from the right of way and disposed of in accordance with the laws and regulations of the community, county, and state . Disease branches (especially those infected with oak wilt) must be properly disposed of to prevent the further spread of the disease . 10 r ..... \\·urth l>i s rrkt PRUNING SUGGESTIONS 11,t:,Dl•r.,e,I Fa ru., IOtJ _.,.-~. / . . ! ' ·._',_) ~~J ___ J.j __ ..... · .· .. : OESIRAeLE TREE MODIFtCATIOt..S FRESE qy1 NG SYMM :TRY. .. : . ~ ., DE StRABLE DESIRABLE .. , I '1 I .,..~..,;~\. ..... ~ DES:RABLE Of:SIRABLE {:):::>,. i. ... :)fL ~ ~{/V I'\;) _:;l :;, .,...-•~ .. ~ ·.::..:· ... .: ·:·~? ~ ;.:f (" I . ,: (4\ '): -:-.. ~-: ... . -···· ~- UNDESIRABLE TREE MODIFICATIONS Such trte-line relaliansh;.:,~ O\ illu1traled ptrp,tuare, !'1 -Qh moonlenonce cos ls end riQhl. of-woy unsightliness I I ,I ._...i,.:-t, --· . ·'or...,......, UNDESIRABLE UNOE SIRADLE I I -.... UNDES,RASLE JESIRABLE ,~, R•nove limb ,,;-.5• !rem mo i n sr,m . ( Isl cul. ---:DP ~r Ei1 (*) ,:~: Rtmov! il:Jb / ••lh on e ·,e,. ~4.,. F1r.,5hed c•f. --.,,1tt-nil !roe~ If'"' ... PROPER LIM9 REMOVAL (2 ' tic . or "'o·e: I urt \\ ortl1 J)isrrit·t bJ dt' d r»' SCM.L: , ... 100· > > > > > > > > > > > e • ' .I ' ~ l 1 • ' .! ( ~ , e ~ C C Thi , doc\ll'Mn\ Is incompl•l• ond is rel.o.ud lot lh• S: pvrpoH ol inlerim review only undet"" th• ctUlhoritr of Ken l A. Lvn:1ld, P.E. 114992 on Seplemb1r I!, 20015 . It i1 "°' to b, vHd for con1ln.,clio11, bidding, or p.rmll purpoH1. e ~ ==---===--..... .,...,,,.-,---=,,,..---1• l--'r+----"co:.;;•;:;•;:;.<•c;"'----+--=-"":...+---="';.;;rrc:..__-1 , f-',/'-f----------f---+------tJ l--'r'+---------1--+------1 ! 1--',i'+---------f---+------t• l-"''-'----------L-....l.------1: fQ!lTWOlfill CITY OF FORT WORTH, TEXAS J ~-OEPART,..ENT OF ENGINEERING i 1--=--=-=--=--=-==-=--=-=--,-=-,--=-=-l ~ PART B • FOREST PARK BOULEVARD PART 10 • MISTLETOE BOULEVARD l---~P'-A'-'R-',T-"12~·~P_A.c.R.c.KccV...;.IE::.Wc.;_..cD.c..R;.;.I V'-'E~---l 3 12" WATER LINE FOREST PARK BLVD FOREST PARK BLVD & SH 121T ROW EXHIBIT ~ ~'\ !IOOW.Nofl. SUT[IIOO ·~ -~,."m ~ 1-0,-,-,CN-,-KL--..--OA-T[-,---r-.-.OJ-,c-,-.-o-. ..--... -,-[T--1 ~ DRAWN: SH f-S-[l'T£_M_B_E +----1-~0.~0.~E.-f=xx-x-x 1----1 ~ -------------------------------------------------------------------------------...l,;c;;"';c;;•<:;:°';,· ;;:•L;,,,,,.J..,,,;2;00;•~,;,:;~;J,,.,.t~!iit .. ~2-;~1:2~._' J_1:_:DF~1.J~ C:\rwo ,\olla\U.ii;~ .. \s-fOIICST l"NIK noor IKIW,,.,.. 1/4" ![NO JomH S, OuboH PD Boe 2i90 f'ott Worth , TX. [dword Heh Addition Lots 2 4t [ost Port Lol I, Block J41l Jofro .. e:; ~~O" ~,8' rort Worth. TlC. [d""ord Heir• Addition 12" WATER LINE FOREST PARK BL;;klck J~ CllY OF FORT WORTH WATER MAP NO . .2042-388 0 ::!. \·~~~ ¥,m, 'M1',:v~o~~TtON 801-t MOfllZONTM. MO ~,n'CAl,. fl~ TO :."STINC'IION, ~~tQ.£~~\ll.::= f: ~ ,_ NOP,'., JWC,.'tO to I( IIITAI.LR Al ca CAtrOI: NIZJ Wllte: #rQ.Al~O ACCO~C*'KlY. ~ ... EUO'I ... NG ll(PUC(W('Nf r, twnc D(1[CT0ft ML_ INCOttrtU... lO THC P'ftO.IECT, l.OCAtlON tr SHU ,,LD~= ~~Hl.a~'":g'O" .,,._.._ =-=~~r,.:t",~~1:v:'Im PVCtWOlf ~ 11C CONCll[f( M£11G,J,1,. CUM. NO,~H10lt 1tW.L. B( COMP\.CltD P1IIClfll 10 CCMSTll'\JC'IK.H Nt0 Olf .... NG WAT~I. BENCHMARKS : ~ HOflZ. ,·-20' vurr. I"••' IN ""' Ml NUMBER OF WATER SERVICES: 0 a+~ 9+00 t1 PFl:OP SH 12 1T !UMP 12" WATER LINE FOREST PARK BLVD 10+00 11+00 --~~~ CITY Of fORT WOR TH WATER IMP NO . 20~2-388 12+00 ~ hn MO VTUTY .DA.Ti\ IS PMMXO rOfll l'flll'l~noN ONlT, COJrn'f'ACTOR ra n[lD ..on UTIJl"I' LDCATICH'S. 80fK ttONZONTM. NG Yl:linlt""-,.,. to CONST~ NCI~~ TO D-HCU VTUTICS AS SH01lfPI ON '1..Ntl l"RIOfl TO ~ /HJ IUl'Offf. rtDHGI 10 tNOICtA. :!~:-rn.~H..L[D AT n OWE Net ,PD..IC ~-~ ~ IIDIM * flOIU.C( THt OVTU ~(~o.;:~ti .:~=-lHt lltWO'Ht. ..0 N~.!,l [ SlW..L IC COlilPUTtD MOR YO toNSTRUCnON NfO OllMNltO NAJDM.J. BENCHMAA KS: ~ HOftL 1·.20' vtlff, ,·-·· COUM(Nll ... DATC ... .. n ... ... s,n "°If. \, IT ~ UTLnT DA.Ti\ rs ,i1tow:,m f0" N,aAWAllON ~· ~a~Ioi.t'&~:~ur~1'Io'ic?r~. H01cfJwACTOIII TO 0-HOLC UTIJT'lts A1 SMOWH OM PVikl ptflllCft TO OONSTIM:l'CIN NII auo,n MOICS TO .......... "":L ~'C TO K INSTN..W AT 0. GRAOC AHO l¥l1.H M>IJST'ED ACCCMIDltCLT, "0:C ·~RIOVAI. MO flfJ'\..ACt\fCH'f rl TWnC 0£l£CTOII lOOP'1 NI[ ~m. TO TH[ JtllOJ(CT. LOCAt10k or U>O' " ,o .. t4 IIW.TICl't l'URPOICI oru. CONTMC'fOlll ~D PIIKl'l 10 OlfMNHO MAl'DUL MO ~~OIi WU. NWCrt't • M,V.C[ Tttr oum I.NC Of ltaAOWA'I'. JHtS lNCUA>D flC ~ N-40 "->CCWl'.Hr OF nu: COHCN.T[ HtlJIIG,lrl. CURI, NO~~ IHM.L at (:IC:Mfl\.CT(D MDII 10 COfCSTIIUCTION NIO DITAINNC MAFUWJ. BENCHMARKS: I\ I\ I\ 1~1 YOU, 1•-4• f!!_RT\VOIITB -CITY Of FORT WORTH, TEXAS ~ D[PARTM[NT or ENGINEERING I .. "' I IQL( I -""· I "" 11~'°1:::2:~ "";-~~°'I 1sor20 1:\,-.\0Ml ..,._;_\l_,,,,.,,OIIUIM• , I I~ 1 p I ~'•\'~Sondlord Sandelmo~ Tnijl I \ l : 1 _/ Lf['~fa.,_ IISO!AllON VALVE LOCATED 11 -r' ..\-J '!I' I I I .Sponl&h Rlver.;.etvd l5001 '1 I \ I V CONNECT 10 tx!ST u· WI. 74DO' £J.S1 Ofl le"W 1 · \-Boco Rolon. ,r, I I v INSTAllJ • I ~ 1 .1.,. -K. Hobb• Subdt 't'f 1lanl I , / 1 -12-X12 ANCHOR TE[ 'i '. --10 :, Loi I i I ' i I I ti.ii: ~~JtS'-KH! SEAT : \ \: ~ , ~~T.L'l'lw.. .•tro.J..J.._j I r::--~ ii-',\·~ .z:;ac..--i,'._...-1.,0 I ~ '-., I ~I ~ j} 1,72• ~ SUM w ~ ~ I • I I txJSl16":in. .r I I I 11 " : or I f ='N= \ r---,.,~;)~;~;o·r -?. --~[;; p ~ -~_·;_v l--l,--/--~~~,i-u-----ss---- 0 (CO; PVlll)vi---w-: ,K:::._-----•-t-~ -J-t-ti•--•-~ -w -, -:::-~:::~~t;--•1---. q :::m:::::::) ~ t Cf?. \k EXIST 10• SD : I/ : I I -IDDO' SO\/lli OH >Ollcrf PAAK 0 112 SY PhMANCNr / ~' ,::: ,'•, ., I v , ~ L_:•T:....:M::::tS::;ll::;n.::D(::... ____ --J l[) PAVEMENf REPNR / I 1 'j' ,/ "' ,:.. _ !ij ) ? + EX Sli / / I-' 11 " ·" I I w <O IN~ WL----...:_ J ~ /' Ill, &cCONc ~~?'!2· so • 11 N -· + • ' _ ~:'c _ _ ,':-J_,_ :~ _ 1 _ ~ !: ~s-_ J~"_ "!:r(j:~ [/ JJJ_!i 'ijttl_ 1 _ _ _ _ _ <{ ,------r _I);• ---L --------• ---l-V I,! -f-.I-ij-f jr:~J. --------\;; CXISI 42" SD -------I-' ,_ ---• . 'B ~ '~, rcXJsr ,a· ~ I) , ! sr DNC Rtl'f.R '\.. (/) II!. . _ ' , : m·-"' I I, I I I I I I Ill ~ "'.2 SY PtlW IC I ASPI /'I.' f; . . . -,., , !,,~ l~ C.UE~T RE ll (NO Pl.ANS Aw ,,. . ... _ V..,,, ,,. , ".!.-"5swtD LOCATION) -='7 0::. 1r--,.,.-_ ... -,~--. -~I ~T REMOVC ol: DCLM/1 ...J /. 1 Pl, J~ ~ --··-•;_:·.:4::1;':-=·1'·=·:.:·,t,. •-_:::t"--l_:?::::::--\--f--\---l..,,_ • .,,, FH TO Qr, I~ -, ~ r-¥ /~~PARK '.l!I 1 1 11 I, ---"'-... I I ti VIC tERY .... /;'-' ~--6:~ : I '1 ... ' r--_ ...... -•• 1i1 (.) .. I B VD , • 0-HOu: .. ,.. ' ... I ....._ !"I I:;:., l~f V\V\Y'v ' ' O<IST II" SD !£:J : J i g~ i i ~m,i55:~ Is .... r'6-_,,, 111 ~Is ij I , -,2-x,r ,INQiO/l cRoss I,! ~ . &., , CAUTION · s.• 1111 uc1. ~. 1 1 111 1 ~iii ~ 1 -11-x• •-= ?' I ._. • 4311 ..... s~ st, JOO -,,ll! I -8 RE5UNII' SEAT \l!! ~~no~~..._~ 1.-w'~D I j fR'.ti {> GAS LINE r,, to~nr. lX ~ Ill , , "' f TE X,.N,.~f ..SEMBLY ~ OU) VNIVEltSITY j 1 ,~ AHtourant Row AddlUon •: I 1 ~ 1 : 1 :J. Pt.UC w/ TWIU5T 81.0CKJNC I PROP. 12" WATER LINE 812 11 ;;.~;R ~~ FOREST PARK. 1BLVD ~.I. ......... . I NUMBER OF WATER SERVICES: CITY OF fT.WORTH WATER MAP NO. 2042-J8B ... "" ... ... ... t ... I ... f > ~ "' ... ~ h IT AHO U1'UTY 0-TA r1 Pl,OWJCD f'OA W'OA"4YQ\I OM..Y. CONTIUaOII TO nru, 'tOIFY UUJYY LOCATIONS, IQ1)4 ..o,aa:ON'SAL NC> VQUIC'll. '"'°" TO CONS'IINCOON.. N~°" TO 0-HOt.t unuTC M SHO'IIN OH PVrHI ''°°" TO COHS~ MG MPOIIT niotcS 10 -NC:\. ~.IL~ TO Ir ffl'W.UO "1 0. Gll,tO( NfJ Pll't\.lC ~IT£DACCOIIDl'IC:LY, ten~ 4.fl(MOW(. .tHQ NJ'UC(WOIT at TIWnC' DOtCTOfl L0011 NtC NCOCNTM. to TK '110.ltCT. LOCATION Of ~,=~~~=r:rOll -ICl~r....ao.. 9l!MOYE Nl/0 ~ THC OUftR ~~~t:~U:::'14. UIQ :;.;~'ril.u~~D ,..,.. 10 CONSTMTIQN BENCHMARKS : IH JO W8 O\IER HOO PRO!' SH121T PAMNQ NUMBER OF WATER SERVICES: 0 , ,;' ,,,. .. . ,,, .. .,,,,·· ,.,.·· .,. . ,' / ,/·· , / ,.,.·· .,.. ,,""\' ... ; \ _·1SOt.AllON V,tJ.V(. LOCATED 2400' WEST PF HEAii REST.<UIWIT SICH ··"" \ ,,..·"" .. ,,,;•' \ 8" WATER LINE \ \. ~-~Ofxi11 I' Ill. \ ~~ TO (l(IST a• YO. \ 1-11 1/4' BENO \ \ \ \ ··,, \ \ \ \ \ •. f CllY OF FORT WORTH WAn:R MAf' NO. 2042-J66 HO'l'I: ,. l1'i 1211 ANO UlUY D,IJA e l'ftOWl£D ,Dfl NfOflMATIOH 0"-'· CONl1UtCT'OII to ,.,no VOff'Y U'IUTY LOCMICINS , IQl'M HQMlOHtAL MD ~ '"'"' 10 CCINSTfllUCTION. ~IUICTOR TO 0-HOl.C UTl.mts "5 SHOWN OH r,..AHS ~ CCHSfflUCftON NCI ~r f'IOfCI n, HOT[ l. "'-1 ¥~YU TO n INSTH.WJ Al OIi CIWII #fD Plf'O.K AOJIJSTl:O AtCDRDINQ. T, NQTC •• fH( N1iOYH. AND ~D«NT or nwnc D{TtC'IOII ux:PS -"C!l!?f"-TO nc ,,.,,m. LOCAllO!f or \...DO'° IS 'DIii l~WAtDH l'Ulll"OSCI ONl.Y. COKTMCTDlll ;~ 'ti: l'flOfl 1'0 09TliNNC M.U'IIIW. NltJ HO'ft 5. COIITIIAOT<lll ~~ l RIP\.M:f IIC CMtR ~~~ ~J:1-m '"' """""'..., HCITt I , .,.8-,1'.'}~~~a, l'!IOII TO CCNS!MICTOI BENCHMARKS: ~ E..:::U • W H' w' e:d ...;/ c::J ICIIL&I ,._ ... co,na:m IY ~TWO!!!! CITY Or f'ORT WORTH. TEXAS ~ DEPARTMENT Or [HCIN[[RINC 17Dr20 Fort Worth & Western RR Permit r·' ' NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM ANY INSTRUMENT THAT TRANSFERS AN INTEREST IN REAL PROPERTY BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. STATE OF TEXAS § § COUNTY OF TARRANT § WATER LINE LICENSE (Mistletoe Boulevard) KNOW ALL MEN BY THES -...:.:1.~ (··~ :~·: ;,. -.::i ::::.: fTj That, Fort Worth & Western Railroad Company, a Texas corporation ('t~i¢~nsor"),=~o of the County of Tarrant, State of Texas, for and in consideration of ten dolla~Sf$101:oo~ and other good and valuable consideration, the receipt and sufficiency of wh}ch.J ~re :::,,: hereby acknowledged, by these presents grants unto The City of Fort Worth, Texas (>) ("Licensee"), without express or implied warranties and all warranties that might arise by common law, and the warranties in Section 5 .023 of the Texas Property Code (or its successors) are excluded, a license (the "License") to use the Property (hereinafter defined) for a twelve (12) inch water line under a portion of Licensor's right-of-way and railroad facilities located in the City of Fort Worth, Tarrant County, Texas, more particularly described in Exhibit "A" attached hereto and incorporated herein for any and all purposes (the "Property")., 1 . The License granted herein shall be solely for the operation , maintenance, replacement, upgrading and repairing of the Water Line at a depth of seven (7) feet below grade under the portion of the Property in accordance with and as shown on attached Exhibit "A" (the 'Water Facility'')_ 2 , The Water Facility shall be constructed and/or installed in accordance with the attached Exhibit "A".. Licensee shall, at its sole cost and subject to any statute, order, rule or regulation or any public authority having jurisdiction thereof, locate , construct and maintain the Water Facility in such a manner and of such material that it will not at any time be a source of danger to 6r' interference with the present or future tracks, roadbed and property of Licensor, or · safe operation of Licensor's railroad . Additionally, Licensee shall at all times comply with the National Railroad Safety Standards and American Railway Engineering Association Standards. \;' 3 . Licensee shall use the License solely for the purpose provided for herein and shall not use them for any other'purpose whatsoever. 4 . Licensee shall, within thirty (30) days of invoice to Licensee, reimburse Licensor for any expenses incurred by Licensor for flagmen to protect its traffic and for false work to support Licensor's track during installation of the Water Facility and for any other expenses incurred by Licensor arising out of or as a result of the installation , operation or maintenance of such facility as provided for hereunder C · I I ! I t I I I r I i I I I l t I I t I ~·: ; ' /· i i / 5. Licensee shall, upon giving Licensor seventy-two (72) hours' advance notice by contacting the Licensor's Chief Engineer, have the right to enter the Property for the purpose of installing, maintaining, repairing or removing the Water Facility . In the event of any emergency, the seventy-two (72) hour notice shall be waived, provided that Licensee or its contractors shall make every effort to notify Licensor of the nature of the emergency and that entry onto the right-of-way has occurred . 6 . At all times during construction, maintenance or repair of the Water Facility, Licensee or its contractors shall keep the right-of-way in a neat and safe condition and shall keep the tracks clear of obstructions . In addition, Grantee or its contractors shall keep all equipment, tools and materials stored at least fifteen (15) feet from the center line of Licensor's track .. Explosives or other highly flammable substances or any dangerous materials regulated pursuant to federal, state or local laws will not be stored on th .e Pro.perty, Additionally, Licensor or its contractors shall remove all tools, equipment and material from the Property upon completion of work, restoring the premises to the same state and condition as when Licensee and/or its contractor entered thereon .. 7.. Notwithstanding any other provisions hereof, Licensee shall comply with all statutes, ordinances, rules, regulations, orders, procedures, standards and decisions (hereinafter referred to as "Standards"),· issued by any federal, state or local governmental body or agency established thereby (hereinafter referred to as "Authority"), relating to Licensee's use of Licensor's property hereunder . In its use of the Property, Licensee shall at all times be in full compliance with all Standards, present or future, set by any Authority. 8. For work performed hereunder, Licensee or its contractor(s), at Licensee's and/or such contractor's expense, shall maintain and furnish Licensor evidence of insurance coverage as herein provided .. Licensee and Licensee 's contractor(s) shall provide certificates of insurance to Licensor prior to the contractor's initial entry onto Licensor's property.. Said coverage shall be: a . Occurrence form rather than "claims made ." Licensor may, at its sole discretion, accept a "claims made" policy provided that Licensee and Licensee's contractors agrees that such "claims made" policy shall include a minimum of three (3) years extended reporting and discovery period, or Licensee and Licensee's contractors agree replacement "claims made" coverage r shall continue to contain the same retroactive date as the policy being replaced . b. Comprehensive General Liability Insurance providing limits to be not less than $2,000,000 per occurrence for .·bodily injury and property damage and $2,000,000 in the aggregate for all occurrences . If any part of the work is sublet, similar insurance shall be provided by or on behalf of the subcontractor(s) to cover their operations . WATER LINE LICENSE l:\03704\0017\FU4650 .DOC Page 2 I I I I l I I !· , .. I r f c . Comprehensive Automotive. Liability Insurance providing limits to be not less than $2,000 ,000 per occurrence for bodily injury and property damage and $2,000,000 in the aggregate for all occurrences . If any part of the work is sublet , similar insurance shall be prov ided by or on behalf of the subcontractor(s) to cover their operations . d . Workers' Compensation Insurance providing Statutory Benefits under the Workers' Compensation Act of the State of Texas and/or any other state or Federal Law or Laws applicable to the contractor's employees performing the work under this instrument, and Employer's Liability Insurance of not less than $500 ,000 each accident, $500,000 each employee for disease and $500,000 limit for disease e : Contractors' Protect ive Liability Insurance providing limits to be not less than $2,000,000 per occurrence for bodily injury and property damage and $2,000 ,000 in the aggregate for all occurrences .. If any part of the work is sublet , similar insurance shall be provided by or on behalf of the subcontractor(s) to cover their operat ions .. f. Ra ilroad Protective Liability Insurance (which includes Bodily Injury, Property Damage and Phy~ical Damage Insurance) written in favor of Licensor providing limits to be not less than $2,000,000 per occurrence for bodily injury and property damage and $6 ,000 ,000 in the aggregate for all occurrences .. If any part of the work is sublet, si milar insurance shall be provided by or on behalf of the subcontractor(s) to cover their operations . g . Licensor shall be named as additional insured on the policy(s) .. h.. An acceptable, written confirmation (certificate of insurance) shall be required to be in the possession of Licensor before operations commence and thereafter, at least fifteen (15) days prio.r to expiration of coverage . i . Thirty (30) days' advance written notice of cancellation, change of carriers, or any other material change in the insurance program of Licensee and Licensee's contractors . j.. Insurance policies shall provide a waiver of subrogation in favor of Licensor. k. Subcontractors of any contractor of Licensee shall be deemed agents of such contractor and are subject to the terms hereof . I.. The exclusio'r\s for railroads (within 50 feet from any railroad including but not limited to tracks,· bridges , tre~Jtes, roadbeds , termina ls, underpasses or crossings), and explosion , collapse , and unde rground hazards shall be removed . WATER LINE LICENSE l :\03704\00 17\FU4 650 DOC Page 3 I I I I I· I j I I 1 ! l I I I I 9. Licensee's activities hereunder are to be carried out in a reasonable and timely manner . Licensee will use reasonable efforts to limit the duration of any interference with Licensor's activities on its right-of-way . 1 O It is agreed that should the Property or any portion thereof that is the subject of the License cease to be used for public purposes, the License, as to the portion so abandoned, shall immediately cease and terminate . 11 . Licensee assumes the entire responsibility for the construction, maintenance and use of the Water Facility and nothing contained herein shall ever be construed to place upon Licensor any manner of liability for injury to or death of persons, or for damage to or loss of property arising from or in any manner connected with the construction, maintenance or use of the Water Facility located upon Licensor's property: 12. Licensee agrees to notify Licensor in writing when all work on the railroad's right-of-way is completed . 13 . Licensor retains, reserves and shall continue to enjoy the use of the. surface of the property the subject of the License herein for railroad uses and any and all other purposes that do not interfere with and prevent Licensee's stated use of the License herein .. In addition, and notwithstanding anything contained elsewhere in this License to the contrary, Licensor shall retain the right to use the Property and to grant additional licenses and easements to third parties, over, across and through the Property for facilities running parallel with Licensor's right-of-way of which the Property is a part. ,:1~:. ·· : 1 14 .. If any provision of this instrument shall be determined to be invalid, unlawful or unenforceable to any extent at any time, the remainder of the instrument shall not be affected and shall continue to be enforceable as permitted by law . Any invalid, unlawful or unenforceable provision shall be reformed to the extent necessary to render it valid, lawful and enforceable in a manner consistent with the intentions of the parties regarding such provision . 15 . Licensor's failure to enforce or exercise its rights under any term, condition or covenant hereof shall not be construed as a waiver of such rights or of such term, covenant or conditions .. 16 . The License is personal to Licensee. As such, Licensee has no right to assign the License or this instrument in whole or in part, or to sublicense the License in whole or in part .. 17 . Any notice hereunder to be given by Licensor to Licensee shall be deemed to be properly served if it be deposited in the United States Mail, postage WATER LINE LICENSE l:\03704\0017\FU4650 DOC Page4 I [ l l l l f I I 1 I f ! prepaid, addressed to the Licensee at 1000 Throckmorton, Fort Worth, Texas 76102, Attention: Director, Transportation/Public Works Department.. Any notice to be given hereunder by Licensee to Licensor shall be deemed to be properly served if the same be deposited in the Un ited States Mail, postage prepaid, addressed to Licensor at 6300 Ridglea Place, Suite 1200, Fort Worth, Texas 76116, Attention : President. The parties hereto may by written notice change the address to which such demands, notices or statements may be sent. 18 .. All the covenants and provisions of this instrument shall be binding upon and inure to the benefits of the successors, legal representatives and assigns of the parties to the same extent and effect as the same are binding upon and inure to the benefit of the parties hereto, but no assignment hereof by the Licensee, its successors, legal representatives or assigns, or any subsequent assignee, shall be binding upon Licensor without the written consent of Licensor in each instance . 19 .. The terms hereof and all rights and obligations hereunder shall be governed by the laws of the State of Texas . 20 . This instrument shall not be modified except by written agreement of the part ies . 21 This instrument constitutes the entire agreement with respect to the subject matter hereof. () ,~N ~TNESS WHEREOF, this instrument is executed on the~ay of ---'~"'"'-'""fW---'--=-:::..-""-./-· 2007 . AGREED TO AND ACCEPTED: THE CITY OF FORT WORTH , TEXAS, rporation Marc A. Ott, WATER LINE LICENSE l:\03704\0017\FU4650 .DOC ,, FORT WORTH & WESTERN RAILROAD COMPANY By:~~ Robert C. Roberson Chairman and CEO Page 5 I i j t I I r l Assistant City Attorney ST ATE OF TEXAS § § COUNTY OF TARRANT § This ... · strument was acknowledged before me on · the ()o"ifrv day . of · , 2007, by Robert C . Roberson, Chairman and CEO of Fort Worth & WeemRailroad Company, a Texas corporation, on behalf of said corporation. AFTER RECORDING RETURN TO: Mr. Theodore P . Gorski Assistant City Attorney The City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 WATER LINE LICENSE l:\03704\0017\FU4650.DOC Page 6 I I r I L 1· I ! t i [. ! I I l I I EXHJBIT '1A') Page 1 of~ Being a tract of land situated in !he E. S. Harris Survey , Abstract Number 688 , City of Fort Wort~, Tarrant County, Texas, also being a port ion of the Fort Worth & Western R~lroad (FWWR) rigtit-of- way as recorded in Volume 10080; Page 31, Deed Records, Tarrant County, Texas (DRTC1) and being further described as follows : COMMENCING at a 5/8 inch iron rod found from which a Ya inch iron pipe found for the Southeast comer of Lot 1-R, Block 3-R, Frisco Addition, an addruoo io the City of Fort Worth, Tarrant County, Texas , as recorded in Cabinet 81 Sfide 2241, Plat Records, Tarrant County, Texas (PRTCT) beBrs South 89°2259 "East, 351 .. 02 feet; THENCE North 89°22'59"West, 50 40 feet to the Easterly line of the FWWR ; THENCE Souih 06°00'04"East, along the said Easterly line, 12 77 feet to the POINT OF BEGINNING; THENCE South 06°00 '04"East. continuing along lhe said Easterly line, 20 11 feet. THENCE Sou th 89°5S'35"West, 100 55 feet to the Westerly fine of the said FWV'IR; THENCE Norih 06°00'04"West, along the said West€rly line, 20. 11 feet, ;, . THENCE North 89°59'35"Easl, 100 55 fee! to the Point ofBeginning and containing 2,011 sqrnire feet of land more or less . WATER LINE LICENSE l :\03704\0017\FU4650 .DOC x: Page? I I / ! j I I I I !. I I I I f i i: ' ! j : I VICINITY MAP LOl 7, SLK 2 MISTLETOE HEIGHTS -IOI. .386 . PG (, PIHC1 I \ ,.,, __ ,.,' 1· _,.,,.,' ______ .,,,,. N 06° 00'04"W 2on- MISTLETOE BLVD BO'ROW \ I I \ .. --·---------, LOT 7, 81.K 1 MISTLETOE HEIGHTS ··,01. '.188 F'G 5 PR T -~' WATER LINE LICENSE l:\03704\0017\FU4650 DOC \ i .... :: 8 5 C> (1' p 0 p ~:! CJ ~ -· n _, ~ EXHIBIT "A" Page 2 of 2 fTl .,, U'lO ~ :;:o fTl --i :;o Z:£ :;:o 0 :;:o ~~ r-:r: ::0 0~ E:> 2 .. 011 SQ FT S 89° 59'J5"W 100 .55' b 40 80 ·-·-----~--~ CRAPHIC SCAL( EOUALS I INCH TO 40 Fr.ET C,~ ~\,-~ .,0~~)-11 ,.-- r.. G~ f}) _,.., <ov , .· ~-·y I LOT 1 R Bt.OCK 3-R FRISCO AD DITION MISTLETOE BL VO 5C'l~Cl'I i---··-.. --------· .. ----·-.... ···- \ \ I REMAINDER Bl.K C MISTL (TOE HEIGHTS Page 8 l l I I I I I !· I ,. I I i f l 1· I . ' I i I CITY OF FT WORTH 900 MONROE ST #302 FT WORTH TX 76102 Submitter: CITY OF FORT WORTH/REAL PROPERTY -001 ZCFV\ SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING~ THIS IS PART OF THE OFFICIAL RECORD. Filed F r Registration : 06/14/2007 09 :35 AM Instrument#: D207206927 OPR 9 PGS $44 .00 1111111111 lllll lllll lllll lllll lllll lllll lllll llll llll ; r 0207206927 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL .OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. ! . 07 -05-0 7 P12 :28 I N 07-05-07 P1 2:27 M & c: ____ DATE __ _ AGENT DOE#--~- Pavement Cores CITY OF FORT WORTH CONSTRUCT I ON SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLAS TIC ITY INDEX Project: F W SH 121T DOE No: 5550 Fund Code: 01 HOLE # 1 LAB NO: 90140 LOCATION: 160'S of Parkview@ Forrest Park Blvd W/4 6. 75" Concrete (4165. 0 PSI) 7.00" Brown sandy clay w/rocks & gravel 8 .25" Grayish brown sandy c l ay w/rocks & gravel ATTERBURG LIMITS: LL: 32 . 20 PL: 19.50 PI: 12.7 SHRKG : 7.0 % MUNSELL COLOR CHART : 1 0 Yr. 6 /2 Lt. Brownish Gray Sandy Clay UNIT WEIGHT: N/A #/CFT HOLE# 2 LAB NO: 9014 1 LOCATION: 30'N of Parkview @ Forrest Park Blvd W/4 10.75" Concrete (5246 .0 PSI) 5 .50 " Sandy Rocks & gravel 6 . 00" Greyish brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 30. 0 PL:16.2 PI:13.8 SHRKG: 8 .0 % MUNSELL COLOR CHART: 10 Yr. 6/2 Lt. Brownish Gray Sandy CLay UNIT WEIGHT: N/A #/CFT HOLE# 3 LAB NO : 90142 LOCATION: 360'S of Parkview @ Forrest Park Blvd W/4 7.50" Concrete (5160 . 0 PSI) 1 3 .00" Grayish Brown Sandy Clay w/rocks & gravel ATTERBURG LIMITS: LL: 30 . 8 PL : 19. 4 PI:11.4 SHRKG: 6 .0 % MUNSELL COLOR CHART: 1 0 Yr . 6/2 Lt. Brownish Gray Sandy Clay UNIT WEIGHT: N/A #/CFT HOLE # 4 LAB NO: 90 1 43 LOCATION: 560'S of POB @ Forrest Park Blvd W/4 7.00" Concrete (6383 .0 PSI) 13. 00" Reddish Brown Sandy Clay W/rocks & gravel ATTERBURG LIMITS: LL:32.5 PL:16 .6 PI:15.9 SHRKG : 9 .0% MUNSELL CO LOR CHART: 1 0 Yr. 6/4 Lt. Yellowish Brown Clay UNIT WEIGHT: N/A #/CFT HOLE # 5 LAB NO: 90144 LOCATION: 150'S of W. Freeway @ Forrest Park Blvd W/4 7.50" Concrete (3889 .0 PSI) 13. 75" Grayish brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 39. 2 PL:18 .71 PI:20.5 SHRKG: 10.0% MUNSELL COLOR CHART : 10 Yr . 6/2 Lt. Brownish Gray Clay UNIT WEIGHT: N/A #/CFT 1 2 HOLE # 6 LAB NO : 90145 LOCATION: 350 ' s of W. Freeway @ Forrest Park Blvd . w/4 7.50" Concrete (4962.0 PSI) 13.00" Brownish Orange sandy clay w/rocks & gravel ATTERBURG LIMITS : LL: 26. 7 PL :14 .4 PI:12.3 SHRKG : 6.0 % MUNSELL COLOR CHART : 10 Yr . 6/4 Lt. Yellowish Brown Sandy Clay UNIT WEIGHT : N/A #/CFT HOLE # 7 LAB NO: 90146 LOCATION: 100' s of W. Vickery @ Forrest Park Blvd. W/4 1.50" HMAC 7 .50" Concrete (5309 .0 PSI) 6.00" Reddish Brown sandy clay w/rocks & gravel 3. 00" Dark gray sandy clay w/rocks & gravel 7 .00 Brownish Orange Sandy Clay W/rocks & gravel ATTERBURG LIMITS : LL: 35 . 7 PL:17.0 PI :18.7 SHRKG: 10.0% MUNSELL COLOR CHART: 10 Yr . 7/4 Very Pale Brown Clay UNIT WEIGHT: N/A #/CFT HOLE # 8 LAB NO : 90147 LOCATION: 300' S of W Vickery @ Forrest Park Blvd W/4 1 .50" HMAC 7 .00 " Damaged Concrete 5 .50" Reddish Brown sandy c l ay w/rocks & gravel 6.50" Grayish brown sandy clay w/rocks & gravel ATTERBURG LIMITS : LL : 34 . 9 PL:18 .1 PI :16 .8 SHRKG : 10. 0 % MUNSELL COLOR CHART : 10 Yr . 7/2 Lt . Gray Clay UNIT WEIGHT : N/A #/CFT Last Test-hole @ this Locati o n HOLE # 1 LAB NO : 90148 LOCATION : 2242 Mi stletoe Blvd N/4 4.50" HMAC 5.00" Rocks & gravel 6 . 001' Reddish Orange Brown sandy clay w/rocks & grave l 6.50" Orange sandy brown clay w/ gravel ATTERBURG LIMITS: LL: 31 . 6 PL:17 .0 PI:14.6 SHRKG : 8.0% MUNSELL COLOR CHART : 10 Yr . 7/4 Very Pale Brown Sandy Clay UNIT WEIGHT : 146.0 #/CFT HOLE # 2 LAB NO: 90149 LOCATION: 2220 Mistletoe Blvd N/4 4 .75" HMAC 5 .50 " Rocks 10. O" Reddish Bro wn sandy clay w/rocks & gravel ATTERBURG LIMITS : LL :59.7 PL: 28 . 6 PI :31 .1 SHRKG: 16 .0 % MUNSELL COLOR CHART : 10 Yr . 6 /6 Reddish Yellow Clay UNIT WEIGHT : 1 4 6 .0 #/CFT 3 HOLE # 3 LAB NO : 90150 LOCATION: 22 0 8 Mistletoe Blvd . N/4 4.00" HMAC 6 .50" Rocks 4.25" Brown sandy clay w/rocks & grave l 7 .00" Brownish Orange sandy clay w/rocks & gravel ATTERBURG LIMITS : LL: 27. 4 PL :16.0 PI:11.4 SHRKG: 6 .0% MUNSELL COLOR CHAR T : 7.5 Yr. 7/4 Pink Sandy Clay UNIT WEIGHT: 146.0 #/CFT HOL E # 4 LAB NO: 90151 LOCATION : 2116 Mistletoe Blvd N/4 3 . 75 11 HMAC 6.7 5 11 Rocks & grave l 10 . 0 11 Grayish Brown sandy clay w/rocks & gravel ATTERBURG LIM I TS : LL :23 .8 PL :1 4 .0 PI:9.8 SHRKG: 6 .0% MUNSELL COLOR CHART: 7.5 Yr. 6/3 Lt . Brown Sandy Clay UNIT WEIGHT: 144.0 #/CFT HO LE # 5 LAB NO: 90152 LOCATION: Beckham Pl@ Mistletoe Blvd. N/4 4. 50" HMAC 6 . 00 11 Rocks & gravel 10.25 11 Brownish Orange sandy clay w/rocks & gravel ATTERBURG LIMITS: LL :25 .6 PL :14.8 PI :10 .8 SHRKG: 6 .0 % MUNSELL COLOR CHART: 7.5 Yr . 7 /4 Pink Sandy Clay UNIT WEIGHT: 146.0#/CFT HO LE # 6 LAB NO: 90153 LOCATION : 30' w. of Leslie St . @ Mistletoe Blv d N/4 4 .00" HMAC 6 .50" Rocks & gravel 11. 0 11 Brownish Orange sandy clay w/rocks & gravel ATTERBURG LIMITS : LL :28.7 P L :15 .0 PI:13.7 SHRKG: 8.0% MUNSELL COLOR CHART: 10 Yr. 7/4 Very Pale Brown Sandy Clay UNIT WEIGHT : 146.00 #/CFT Last Test-hole @ this Location HOLE # 1 LAB NO : 90154 LOCATION : 20' N o f POB @ Parkv iew W/4 7.00 11 Concrete (1799 .0 PSI) 13 . O" Grayish Brown Sandy w/rocks & gravel ATTERBURG LIMITS : LL:34.0 PL:22.0 PI:12.0 SHRKG: 6.0% MUNSELL COLOR CHART : 10 Yr. 7/2 Lt . Gray Sandy Clay UNIT WEIGHT: N/A #/CFT 4 HOLE # 2 LAB NO: 90 1 55 LOCATION: 220 'W of POB@ Parkview S/4 7. 25" Concrete (3365 .0 PSI) 6.50" Brown Sandy Cl ay w/rocks & gravel 8. 00" Grayish Brown sandy clay w/rocks & gravel ATTERBURG L I MITS: LL: 27 . 8 PL:16.1 P I :11.7 SHRKG : 5 .0% MUNSEL L COLOR CHART: 10 Yr . 6/2 Lt . Brownish Gray Sandy Clay UNIT WEIGHT : N/A #/CFT HO LE # 3 LAB NO: 90 1 56 LOCATION : 420' W of POB@ Parkview S/4 9.25" Concrete (3362.0 PSI) 11.0" Grayish Brown sandy clay w/rocks & gravel ATTERBURG LIMITS : LL: 28 . 20 PL: 18.1 P I : 10.1 SHRKG: 4 .0% MUNSELL COLOR CHART: 1 0 Yr . 6 /2 Lt . Brownish Gray Sandy Clay UNIT WEIGHT : N/A #/CFT HOL E # 4 LAB NO : 90157 LOCAT I ON : 620' s of POB Parkview S/4 1 0.75" Concrete (3216.0 PSI) 5 .00 " Brown Sandy Clay , rocks & gravel 6.00 " Dark Brownish Gray sandy c l ay w/rocks & gravel ATTERBURG LIMITS : LL : 29. 7 PL :18.0 PI:11.7 SHRKG : 5 .0% MUNSEL L CO LOR CHART: 10 Yr. 6/3 Pale Brown Sandy Cl ay UNIT WEIGHT : N/A #/CFT HOLE # 5 LAB N0:90158 LOCATION: 820 ' S of POB@ Park view S/4 27.3" Concrete (3473.0 PSI) 10.0" Grayish Brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 27. 3 PL : 2 1. 3 PI :6.0 SHRKG: 4.0% MUNSELL COLOR CHART : 10 Yr. 6/4 Lt . Yel l owish Brown Sand UNIT WEIGH T : N/A #/CFT HOLE # 6 LAB NO: 90159 LOCATION: 1020 ' W of POB@ Parkview S/4 7. 5" Concrete (5684.0 PSI) 14 .0" Brown sandy clay w/rocks & gravel ATTERBURG LIMITS : LL: 32. 4 P L:20 .8 PI :11.6 SHRKG : 6 .0% MUNSELL COLOR CHART : 10 Yr. 6/2 Lt . Brownish Gray Sandy Clay UNIT WEIGHT: N/A #/CFT Last Test-holes @ this location HOLE # 1 LAB NO: 90160 LOCATION : 20' w of Leslie @ Beckh am Pl S/4 4.7 5" HMAC 6.75" Rocks & grave l 6.00" Reddish Orange Brown sandy clay w/rocks & gravel 7.50" Brown Sandy clay w/rocks & gravel ATTERBURG LIMITS : LL :24 .0 PL:13 .0 PI:11.0 SHRKG: 6.0% MUNSELL COLOR CHART: 10 Yr . 6/3 Pale Brown Sandy Clay UNIT WEIGHT: 146.0 #/CFT HOLE # 2 LAB N0:90161 LOCATION: 220'W of Lesl i e @ Be ckham Pl S /4 4.50" HMAC 5 .75" Rocks & gravel 6.75" Reddish Orange Brown sandy clay w/rocks & gravel 6 .00" Reddish Brown sandy clay w/rocks & gravel 5.50" Dark Brown Sandy Clay w/rocks & gravel ATTERBURG LIMITS : LL: 20. 3 PL:14.2 PI:6.1 SHRKG: 4.0% MUNSELL COLOR CHART: 10 Yr. 5/2 Grayish Brown Sandy UNIT WEIGHT: 146.0 #/CFT HOLE # 3 LAB NO : 90162 LOCATION : 3 0'N of Mist l e t oe @ Bec k ham Pl W/4 4.50" HMAC 5 .50" rocks & gravel 6 .75" Reddish Brown sandy clay w/rocks & gravel 7.00" Tan sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 27 . 0 PL:13 .9 PI:13.l SHRKG: 7 .0% MUNSELL COLOR CHART: 10 Yr. 6/4 Lt. Yellowish Brown Sandy Clay UNIT WEIGHT: 146 .0#/CFT Approval: Ryan Jeri Routing: Tested by: Soil Lab Request by: Liam Conlon Inspector File 5 CITY Oij FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR COMPRESSIVE STRENGTH OF CONCRETE CORES Project: FW SH121T DOE No: 5550 Fund Code: 03 Contractor: Pour Date: Date Tested: 6/5/07 LAB CORE PSI # # OF CONC 90087 1 1799 90088 2 3365 90089 3 3362 90090 4 3216 90091 5 3473 90092 6 5684 20 'N of 220 111 " 420 111 " 620 111 " 820 I II " 1020 I II LOCATION Parkview POB @ Parkview " " " " " " " " " " " " " " " " " " " " " " " " " " Forrest Park 90093 7 4165 30'N of Parkview @ Forrest Park 90094 8 5246 160 1 8 11 " " " " " " 90095 9 5160 360 111 " " " " " " 90096 10 6383 560 111 " " " " " " 90097 11 3889 150'8 of w. Freeway @ Forrest Park 90098 12 4962 350'" " " " " " " " " " " 90099 13 5309 100'8 of w. Vickery @ Forrest Park **SPEC 3000 PSI Approval: Ryan Jeri Routing: W/4 S/4 S/4 S/4 S/4 S/4 W/4 W/4 W/4 W/4 W/4 W/4 W/4 Appendix B Standards Water Standards RR Crossing Pavement Markings (2 pages) Speed Cushions Water Standards EXISTING CURB \ GUTTER EXIST BASE EXISTING HMAC PAVEMENT N0.3 BARS ON 24" CENTERS BOTH WAYS WITH MIN . 2 BARS LONGITUDINAL IN DITCH TRENCH REPAIR LIMITS MIN. 2" HOT MIX ASPHALT EXISTING HMAC PAVEMENT CLASS "A" REINFORCED CONCRETE BASE ---BACKFILL MATERIAL (SEE NOTE #7) EXIST CONC. BASE REINFORCED CONCRETE BASE NOTES TYPICAL SECTION 1. REINFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO ORIG INAL THICKNESS OR TO A MINIMUM THICKNESS OF 5" WHICHEVER IS GREATER. 2. IF STEEL EXISTS IN CONCRETE PAVEMENT TO BE CUT, THE STEEL SHALL BE CUT AND SALVAGE AS POSSIBLE. A MINIMUM LAP SPLICE DISTANCE OF 12" SHALL BE PROVIDED . 3. REINFORCED CONCRETE PAVEMENT WILL BE REPLACED OVER TRENCH, AS SHOWN, IN THE . EVENT NON-REINFORCED CONCRETE PAVEMENT IS REMOVED . 4. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH . MINIMUM PAVEMENT ON ALL ASPHALT STREETS SHALL BE 2" OF FINE GRADED SURF ACE COURSE. 5. BEDDING OF PIPE TO MATCH ADJACENT SECTIONS . 6 . 2: 27 CONCRETE MAY BE DELETED IF HALF THE SPECIFIED THICKNESS OF 2 : 27 IS ADDED TO THE CLASS "A" CONCRETE. 7. 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 INSTALLATION, BACKFILL SHALL BE PER FIGURE A . 8. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . REV. 05/2006 CITY OF FORT WORTH, TEXAS PERMANENT ASPHALT PAVEMENT REPAIR WITH REINFORCED CONCRETE BASE DATE: 09/2005 2000-18 '· :;i' -MIN , itx,1sfif1G ffASE (if ·ANY) NOTES: ~ .eLAss ~·!il'_· 'RE)JitoR·cEtf tiMdREi'E , ~AV,E.MFJr,lt ~gPMGJ:iJENt·IO ' Tf.lE · NE"AREST ,J©lfitr .OR CQ.R~i t , ';:~%~i~NF-~if~1 i~.£-l~~WbJ~tft~i.1\~ril~i~~oH~s· ;iN tF-· t~PWAB:J;;;, 'Fi~l . t$ ;IJEQ.UJREDi 'A cSSRERA:Ef:: ~AY :IT~¥ WJJ;:~: 'Ell:: :PROVlllED FOR !;;Q~r,. FQR ;~iJ;'.Qij~: 'P.R'A!tl Jlf!Jf(~WA;rJ~N •. ·;s~~Kf.1[;L :6.HAq,, M.E:U §Pl::Qlffl.EQ _ l~M 0(Q~ PF J}.11;· ~1~~0A@. .. .. . ... ~P.1:CJFlCA'JiG:NS;. :fOR . S:T8frEJ ANill STORM DR:AIN :~QNSl,IB\:JGilTON; .city •C>F FORT w.~~1'R : f.P.R; w~~R J?R: r~A.:~1TMY §E:WitR INflTALl:ATIQN;BAC:H~F!tL ~HALL BE PSR. FI.GlJRE A .. ·,2,. ~~w,~Rg1rt~go:~ai~:wA~i;::10,::~\!t7t;:::c1ib:G.~i:.::.rNAL . . ..... ~ :i,,o_RT-~;o·:11 : ; ·:·.' :···''l·:~·· ... . . . . . . 3 · F-i'LAec:· 6'1· 'OF ,a,•;~7. 001\16RETE' AS SlffO.WN 1" Of ·REINFOFH%0 , ~;mNe.:~ittg\vx~::af jj;i~Tt.TttT~ci:icif ~VERY 7/i .qp i~·2;;,· CONCREIE .. 1', REl~FQ.R~;Meil'ilT \Of '.G~f:IQ R,Ete ;t;!QST' MEl::f CITY ;S;rANDAfW OR MATCH -tx'1stiN'Ot ''WHIBHEVER is ,~)tE#;JijR, :s. ~~~IJ1~Jill-rRii,rJq\Jl ,~;:~~~~i.¢.i · !3P.,W.dlflCAW.l'.a.N5 • ·sJREgJ A/Nii> :51'QRM {~·~*™' b'i:)Ns;Tf.{P _;'., -. . . / .. . . . ' . . 2000-2 ·---·--·---·--·- 1-.l!Nl).(U).;{ 5• INlllAL:__,..,--~~ BACKFlLL COVER TYPE ·c BACKFllL SEE SPEC. E1-2."'r- G.C .D. SAND MA TERJAL 8.(BEDl..lENT & INITIAL BACKFlLL SEE SPEC. E1-2.3 G.C .D .. ).(JNfl,lUJJ _6~----~ EMBEDMENT WATER: SIZES UP TO AND INCLUDJNG 12" t,{INIMUM INl1l AL BACKFlLL COv£R: --,----- TYPE "c• BACKFlU. SEE SPEC. Eh2..+ G.C.D. WATER -5• S£\lr£R -12 • STORM DRA1N -12· IJINl).(Ut.f 6·---r=---,.,....-"-,j ,,..,..,..._~ ffiUSHED STONE OR SAND J.IA TERIAL lNl11AL BACKFlLL SEE SPEC. E1-2.4(b) OR E1 -2.3 G.C.D. EMBEDMENT '.::::::rr.=:r.-==,-:,-,-==::;:.~ •--~ ffiUSHED STONE SEE SPEC. E1-2..3 G.C.D. WATER: SIZES 16" AND LARGER SEWER: ALL SIZES STORM DRAIN: ALL SIZES · i 2 Ct:: 0 LL >-z <{ z _J _J LL :::i::::: 0 <{ (D ~ 1-z w 2 0 w (D 2 w (.') z 3:: 0 :r:: Cf) (J'; _, <( f- LL t-------------------------------------iC SAND GRADATION iaLESS TI-iAN 10:t PASSING 1200 SIEVE • P.I. = 10 OR LESS CRUSHED STONE GRAD A 110N S1Ev£ SIZE -, "! 1;2· 3/a· I+' ffe3 . :t RETAJNED 0-10 4{)-7.5 · 55-90 90-100 95-100 MATERIAL SPECJFICA llONS THE EMBEDMENT AND BACKFlLL DETNLS PROY10ED ON TI-ilS SHEET SHAU. REPLACE APPROPRJA TE PROVISlONS OF BOTH THE El-2..-4-{b) MD E1-2.3 Of TiiE G.C.D. AND SID. SPEC. ITEM 402 OF TiiE TP'ri' STN-IDARD SPECfflCATIONS FOR S1RE£T & STORIJ DRNH CONSTRUCTION. All_ OTHER PROY1SIONS Of THESE ITEMS SHAU. APPLY. <l: Cr:. LL ...._ ---c (/ C Q I- L C ( WATER, SEWER & STORM DRAIN ~ EMBEDMENT AND BACKFILL DETAILS L r----------------------1C: CITY OF FORT WORTH-CONSTRUCTION STANDARD c FlGURE A DATE: 2::::;19-02 F 1-1-78 IE. i------------RIGHT-OF-WAY --------------'•! 12' 4' 5'-"t--------""' Roadway 1"6"forClass)X Meter Box A' Meter Box 1'2'torClassrB"'Meter Bo~ ""i / ---------As shown on plans-------- 1 Copper Service Line ~Gas Line G)__ Sanitary Sewer NOTE: l. On Initial Installation : No More Than One Sp) ice Per Copper Service Line Will Be Allowed With No Splice Under Pavement. 2. Service Line Installations Shall Include A Class 11A11 Or Class 11 811 Meter tlox As Applicable For The Size Service Intended. 3. If Meter Box Is Not Installed At The Time Of Servi~e Connection, A Strip Of Blue Vinyl Tape At Least 311 Wide And 10 MIL Thick Shall Be Fastened To The End Of The Service And .Extended Through The Backfi 11 At The Meter Box Location. UT ·ILITIES SERVICE DETAIL FIGURE I E1-17 Material E2-17 Construction 1-1-7~ ,, ..•. ... ,- ... b 'I r1 I =---n·----,r--=:-,. . ..... ---·---------,:d• ,. '.:I '·~.'1 ·:~~; ..... , .. , .. 1, ,,'/ • • 'i··J 1• I 1 , .ol •J. -,:· ": '"'·J 1 I ~-c . . r· .~·~ \!:•-•:·--· ...... __ ,:, ,..,. - ----·=··:i , -It• • I I• I I'~ : • 11 I -,, .,-,,-,-- - - -.. --,J - -,-. - - --,,:••:-',,..':",,· ... ~----.~~ ',i::.-'L--------------__ i:j I I I I . I I I I I I I 5-0'' MIN . w--------®-------~ MATERIAL LIST 3/411 or 111 as applicable @ -Standard Corporation Stop @ -Standard Curb Stop & 90° Elbow. (g -Meter Box and Meter to be installed by Other @ -Service Li ne ®-Blue Vinyl Tape, 3" wide, 6 11 above ground ® -Area to be backfi 11 ed with sand 3/4 11 Br 11 WATER SERVICE D·ETAIL FIGURE _·2 El-17 Material EZ-17 Const r 1"-( n ~ H .o~:: I • I . • . ':·'· '· . I PLAN VIEW 15 J/ia" (JllOmm] COVER SECTION .20 J/~· I . 1-.--· ___ 1_3_1_/~-. -.--[~7\Qlmm) 13 1/lt' . I . ·1 1 [337 ) 1 J/' ,.. . [J~7m~J . . mm _[ [+Imm) wll lli Ii ·u 1/ lllltlll~II: 111.llZlw w, ": Olli ~1211, Ii Ii,..«· R 111/·w . · · COVER SE:CTION JO' -------.,----l762nim], 27' (888mm] 1· J/+' l+4mm) 2.11' [835mm] . .. BOX SECTION I I ,. ..... / 1517/16' . · (392mm) \ .... · . ' i I. { I I I •. i l l I i I I.. 1. \ I ; . I• I I • I I I I . I .. ' \ ' ', .. ----------~..___. __ l I BOX SECTION ~. • Revised · 8/28/02 . CITY OF FORT WORTH . WATER ·DEPARTMENT 1000 THROCKMORTON ST FORT WORTH, ·TX 76102 · 817-871-8240 · FAX: 817-871-8195 CLASS '8' . STANDARD PLASTIC METER ·sax . .· WITH . CAST IRON LID FOR. 1~~/2" & .2" METERS SCALE AS SHOWN from Hains. 12" amt Larger to Concrete __ _ Blocking Main--- Gate Va1ve ;:t:: . :·,·· . .....• ·;. ·. : : ~·A· .. .. Existing or Proposed Curp-------- Pavement or Other Surface----- Trench------. .. ,.~, .-... Y, .. ,,..,,...,o,••~··•,••• ,., .... ._.... ..... , ... ,, __ Anchoring Coup- 1 ing for Connec- tion off of Con- crete Pipe 12" Diameter and Lar 9er * Bury Depth: * Fire Hydrant L£:ad or Proposed Curb Bottom Rest Concrete Blocking Fire Hydrant ----Exercise care to avoid Plugging Drain HolE. With Concrete:: Fi re Hy<:1 ra.,t to be Set Plumb ---Park~·;ay E~tension Barrel and ~~Stem for Extra Bury Depth if Necessary Minimum 7 C.F. Gravel Proportionally Around Base · Block i-:i; (l) 3 1 -611 for Cast Iron Pipe (2) ·5•-011 for A-C Pipe Ref. i-----Varias--------..i Figure 6 -i-1"'..:78 STANDARD FIRE Hf.DRANT· FIGURE·~ DETAIL E1-12 Mat E2-12 Const '~ NUlt: -~ear,-1ng Mred::. :,11uw11 aat::: uc:,t:::u u11 150 P.$. 1.G test ptessure and 3000 p.s.F. soil ·bearing value. 1500# Concrete ~+-'-----+ ------i-;1---------- ... Pipe Size 411 611 s11 1011 1211 ·- 16 11 20 11 2411 3011 36 11 42 11 4811 ·5411 NOTES: - -z< Bend 1500# Concrete HORIZONTAL BLOCKING TABLE ~',Dimension 11 X11 May Vary If Necessary To Provide Bearing Against Undisturbed Trench Wal 1 x-~·. Dim. Ft. I .. l.5 I. 5 I. 5 I • 5 - 2 2 2 2.5 2.5 3 3 ~-0 11 ° . .,; J 5 I 22° -30 1 45° 90° Tee & Plug . ri In , MiilX tn In. Max, Min. Max. Min. Max. P.M in. Ma,f 1 IAII ArP., Vn I IIRII ArP.a Vo 1 iic•• Area Vol . 1101·1 Area Vol. IIFII ,rPa \in .90 .8( .05 .95 .90 .05 .95 .90 .05 .91 .82 .05 I. 16 • 5E . 05 • 90 ."BC .09 .g5 .90 .05 1.05 J. I 0 .05 I. 73 I. 99 .05 I • 19 1.41 . 05 .90 .BC -05 .95 .90 .05 1.41 2.00 .05 1.86 3.47 . I J.57 2.4E . I .90 .8( .05 1.26 1. 60 .05 I. 79 3,20 . I 2 .18 5.b2 .2 1.99 3. 9E . 15 -l -. IO -1. 2( .05 J .48 2. 30 -• 1 -2 .14 4 .r;o . 2 2.83 8.00 .3 2.38 5,65 • 2 . 1.41 2.0C . 1 2.00 4.oo • 1 2 .8 3 B.oo .4 3.75 l'+. 10 .65 3. 16 JO, DC • i; I. 77 3.10 .2 2.54 6.20 .3 3.52 12.40 .6 4.70 2'2. 00 I. 15 3.94 15. 55 .75 2.14 4.50 .25 3.00 9.00 .5 4.25 18.l 0 • gi; 5.65 32. 00 1.85 4. 76 22. 60 1. 05 2.66 7.10 ,55 3.78 14. 20 l.O 5.30 ~.20 I. 75 7.05 ztg.80 3 .4 5.91 35. 33 2. I 3.33 10.00 .75 4 . 50 20.40 J.4 6.% 4-0.80 2.65 8.50 72.00 5. I 7.20 51 . 00 2.95 3. 7? 13. Be 1. 2 c;,2c; t27 i::.n 2 2 7 41 .,,:;.:rn 4. I q,qo t:n. so 7_q 8.30 fS. 00 4. 75 4. ·rn 18. 30 1. 6 6 .00 '36.oo 2.9 8.48 72:.00 5.4 11. 14 1~.c;o 10.4 q. c;o en.a 6. 1 c; 4.00 1 2.sc iq,oo 6.70 Lis.oo 7.00 _ 9,40 saoo JO.OD 13,00 1620Cl6. 0( 10. 1c Jlsro 12.oc . . M1n1mum areas shown are in square feet. Volumes shown are in cubic yards. Vertical dimensions of all block bearing areas shall be Identical to the horizontal di mension shown. HORIZONTAL BLOCKI _.NG DETAIL 1-i-78 FIGURE 9 E - I -2 O Mate r i a l E-2-20 Construction ----------------,,.,. Class 11 8 11 (2500#) #'4 Stee 1 Bar Wrap pipe with 15# roofing felt Form as necessary ........ . C: .,.. ..._.. ... _ -~ ··-n, .,.. Cl ,-- n, C: .,.. E 0 z QJ C. ..... c.. BENDS *Vol. Req'd. C.F. A Ft. 6 B Ft. C Ft. *Vol. Req 1 d. C. F. A Ft. ' .... 8 B .... Ft. C Ft. *Vol. Req'd. C.F. A Ft. 10 B Ft. C Ft. *Vol. Req'd. C.F. A Ft. 12 B Ft. C Ft. goo 39.99 2.50 4.0 4.0 71 .09 2.83 --··-. 5.0 5.0 111 . 07 3.25 5.9 5.9 159. 94 4.17 6.2 6.2 B 45° 221/2° 21.64 11. 03 1.42 1.0 3.88 3.36 3.88 3.36 38.47 19. 61 1.67 1.5 4.8 3.66 4.8 3.66 60. 11 30.65 1.92 1. 75 5.6 4.25 5.6 4.25 86.56 44.13 2.42 1.42 6.0 5.54 6.0 5.54 *Volume calculated on the basis of concrete Keep concrete clear of pipe joints and bolts 11 1 /4Q 5.54 0.75 2.75 2.75 9.85 1.0 3.2 3.2 15.40 1.5 3.25 3.25 22 .17 1.25 4.2 4.2 reacting thrust on the respective bends under an internal pressure of 150 psig at the rate of 150 lb. wt. per cu . ft. of concrete. . EXAMPLE A VERTICAL TIE-DOWN FIGURE B·LOCK I I . 1-1-78 DETAIL El-20 Material E2-20 Construction 1-1-78 Grout over exposed steel straps Keep concrete clear of pipe joints and bolts NOTE= Quantities will be specified on plans or directed by Engi- neer. Bar Steel Strapi In variable quantity depending on thrust. --Form as Necessary 2500# concrete bars both ways 0 11 C/ C EXAMPLE B VERTICAL TIE-DOWN .. BLOCK FIGURE 12 . El-20 Material E2-20 Construction ' Provide HJ Yee for C. 1. pipe or HJ Be I I out 1 et for cone. pipe with anchor coup- I ing in each case Gate ;.',· Dia. 611 Min. Seal pipe to wall hole cut-out with non-shrink mortar equal to 1 part Alcrete, 1 part cement, 6 parts sand. Details of construction shall conform to Figure 103 in 1-12 E 2-}2 Class 11 F11 4000# concrete with No. 6 steel bars spaced 6 11 c/c each way. Steel bar cover to be 2.11 min., 311 max. from bottom of top slab and from top of floor slab. STANDARD BLOW-OFF .. INTO 4 1 DIAMETER SUMP MANHOLE DETAIL FIGURE 18 E 1-20 E 2-20 Material Construction I 311 2.25 11 -- r-PMS i 67 (Copper) I I I ' ' I I \ I I \ I ,. I I I 3 1 • i.5" / , I I I I I ,--PMS 288 \ je) I I I 311 81 -0 11 I I I I I I I I I I ~ PMS 288 (Blue) I\ ·,' \ . I I I \ 4' -i .5 11 I I I I I \ I I 311 3.75" I I Your .. Water ...... I I I -,-17unds fn Action ____ 0 = 2.25 11 -- -0 1,5 11 I 1.5 11 ---______ _,.~formallon about fort Worth \Va~~te,,vatcr Progran1, call 332-8180 1,5 11 I I ,/18/96 I I I I I I I I I I I I I I I \ ' I I : \_· White I I , 1G-RMS 288 (Blue) j · ! PROJECT SIGN Figure 30 \ 3.75 11 l'v I 0 :; 4.5 11 Scale i 11 = i' E2-i Constn )n .p.. 0 :: RR Crossing Pavement Markings (2 pages) Page 8B-12 2006 Edition Figure BB-7. Examples of Highway-Rail Grade Crossing Pavement Markings Highway-rail grade crossing alternative (narrow) pavement markings Note: Refe r to Figure 8B-6 for pla ce ment Ce nter of lane Highway-rail grade crossing pavement markings *Width may vary according to lan e width 2006 Edition Page 8B-l l Figure 88-6. Example of Placement of Warning Signs and Pavement Markings at Highway-Rail Grade Crossings Stop line approximately 8 ft from gate (if present) Train Dynamic Envelope (optional) A three-lane roadway should be marked with a centerline for two-lane approach operation on the approach to a crossing. approx. 15 ft 25 ft On multi-lane roads, the transverse bands should extend across all approach lanes, and individual RXR symbols should be used in each approach lane . 50 ft * When used, a portion of the pavement marking symbol should be directly opposite the Advance Warning Sign (W10-1). If needed, supplemental pavement marking symbol(s) may be placed between the Advance Warning Sign and the crossing, but should be at least 50 ft from the stop line. 25 fl Pavement Marking Symbol* See Figure 8B-7) Note: In an effort to simplify the figure to show warning sign and pavement marking placement, not all required traffic control devices are shown. Legend -+ Direction of travel Speed Cushions ,, ...•• ( r l ( . '• ( PLAN VIEW BACK OF /CURB 2 ' (') . (Varies) 2' · 7 .5" (Typ.) (Va ies) (Min. 30' -Max 40 ') 6 -3" 2' - 7 . " (Typ.) BACK OF CURB ~ (Varies) 2' HITE TYPE II 1-SIDED Height: Ramp Gradient: Side Gradient: 3 1/2 11 inches ( t 1/2 inches) 1 in 1 O (30 inches/ 3 inch height) 1 in 4 (12 inches / 3 inch height) DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS CITY OF TRAFFIC ENG INEERING FO RT WORTH SPEED CUSHIO NS DRAWH av: AJB DAre Janumy 30, 2003 A.PPAOVE>BY: DRAWING NOT TO SCALE I