Loading...
HomeMy WebLinkAboutContract 37087CITY SECRETARY J D.O.E. FILE CONTRACTOR'S BONDING CO. CONSTRUCTION'S COPY CLIENT .uEP . .ARTMENl ' ' SPECIFICATIONS AND CONTRACT DOCUMENTS FOR COITV_ ECRETARY :::J.1Q<?1 NT ACT NO . :) /1 <.:) • 42-INCH AND 12-INCH WATER MAIN REPLACEMENTS FOR W7 DEVELOPMENT IN FOCH STREET FROM W. 7TH TO MORTON STREET INTHE CITY OF FORT WORTH, TEXAS CITY PROJECT NO. oo :4 31 DOE NO. 5839 WATER DEPARTMENT NO. P2,53-6091500431 83 Mike M0,;cr:-?f Mayor Dale A. F isseler, P .E. City Manager Robert D . Goode , P .E Director Transportation and Public Works Department S . Frank Crumb, P.E. Director Water Department PREPARED BY ~ ~DUNAWAY 150 I Merrim ac Circle, Suite I 00 Fo rt Wo rth , Texas 76 107 Phone 8 17.335 .11 2 1 Fax 81 7.335 .7437 2008 DA No. 2001223 05-14-0 8 P02: 13 IN - A. Douglas Rademaker, P.E. Director Department of Engineering -- "'"" ··--~·=.,..... .. '"' ....... ,t' '' ~ 0"... * . ;?IS' •• .,, . . . ....... ·*•, f•: .... ,. , ......................•.. ~ ' BRIAN S. DARBY ~ ,. ..................... : .. ~ I •• 82623 : 111 '• .-(). • §S. "' '•~a··.'?:CG1s1£?,~-·~/ '•~s. ....... ~~. ,,,,sf;NALr£ __ .-''"'"'" ~ 2--v:e, ~ lJORIGINAL . , M&C Requ e st Re v iew CFWnet Page 1 of 2 fORT\VORTH Ci ty of Fo rt Wo rth Employ ee I n t ranet 5/7/2008 -~- I Staff Action Tracking Council Agenda M&C Employee Directory ACToday Employee Classifieds PRS IT Online Departments l>.::.<;l :J Pri nt M&C DATE: CODE: COUNCIL ACTION: Approved on 5/6/2008 -Ord.# 18075-05-2008 5/6/2008 REFERENCE NO.: **C-22795 C TYPE: CONSENT LOG NAME: PUBLIC HEARING: 30W7FOCHWL NO SUBJECT: Authorize Execution of a Contract with Conatser Construction TX , LP , in the Amount of $674 ,380 .25 for Sanitary Sewer Contract LV (55), Part 4 for Water Main Replacement on Foch Street (Project 00431) and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council : 1. Authorize the City Manager to transfer $802 ,195.25 from Water Operating Fund to the Water Capital Project Fund ; 2 . Adopt the appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Fund in the amount of $802 ,195.25 from available funds ; and 3. Authorize the City Manager to execute a contract with Conatser Construction , TX , LP in the amount of $674 ,380 .25 for Sanitary Sewer Contract LV (55), Part 4 on Foch Street. DISCUSSION: On April 16, 2002 , (M&C C-19049) the C ity Council authorized an engineeri ng agreement with Dunaway Associates, Inc., for the preparat ion of plans and specifications for Sanitary Sewer Rehabilitation Contract LV (55). This project , Part 4 , consists of the replacement of a 42-lnch Water transmission main and 12-lnch Water main along Foch Street South of 7th Street and East of North University Avenue . BID ADVERTISEMENT: The project was advertised for bid on February 28 and March 6 , 2008 in the Fort Worth Star-Telegram . On March 20 , 2008 , the following bids were received: Bidders Conatser Construction TX. LP Valles Construction S .J . Louis Construction North Texas Construction Jackson Construction Gen-Spen Construction Amount $ 674,380.25 $ 685 ,003 .00 $ 931 ,761 .01 $1 ,030,371.00 $1 ,600,700 .00 $1 ,345 ,132.00 Time of Completion 90 Calendar Days In addition to the contract cost, $93 ,596 .00 is required for inspection , construction stacking , construction management and soil lab . The contingency funds t o cover change orders total $34 ,219.00 . http://apps.cfwnet.or g/co unci l_packet/mc_review .asp?I D=9496&counci ldate=5 /6/2 008 5/7/2008 M&C Request Re v iew Page 2 of2 Conatser Construction TX , LP , is in compliance with the City 's M/WBE Ordinance by committing to 17 percent M/WBE participation and documenting good faith effort. Conatser Construction TX, LP ., identified several subcontracting opportun ities . However, the M/WBEs contacted in the areas identified did not respond or did not submit the lowest bids. The City 's goal on this project is 18 percent. The project is located in COUNCIL DISTRICT 8, Mapsco 76-B. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds will be available in the current operating budget , as appropriated , of the Water and Sewer operating fund and in the capital budget , as appropriated, in the Water Capital Projects Fund . TO Fund/Account/Centers 1&2) P253 472045 6081700431ZZ 2)P253 531350 608170043152 2)P253 531350 608170043160 2)P253 531350 608170043180 2)P253 533010 608170043181 2)P253 531350 608170043182 2)P253 541200 608170043183 2)P253 531350 608170043184 2)P253 531200 608170043184 2)P253 531350 608170043185 2)P253 531350 608170043191 $802. 195.25 $20,262.00 $3,017.00 $4 ,560 .00 $100 .00 $1,013 .00 $708,599 .25 $3,500.00 $10.131 .00 $50,000.00 $1,013.00 FROM Fund/Account/Centers 1 )PE45 538070 0609020 $802 ,195.25 3)P253 541200 608170043183 $674 ,380 .25 Submitted for City Manager's Office by: Fernando Costa (84 76) Originating Department Head: Additional Information Contact: A Douglas Rademaker (6157) Robert Sauceda (2387) ATTACHMENTS 30W7FOCHWL .doc http://apps.cfwnet.org/council_packet/mc_review.asp?ID=9496&councildate=5/6/2008 5/7/2 008 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 42-INCH AND 12-INCH WATER MAIN REPLACEMENTS FOR W7 DEVELOPMENT IN FOCH STREET FROM W. 7TH TO MORTON STREET INTHE CITY OF FORT WORTH, TEXAS CITY PROJECT NO . 00 4 ~/ DOE NO. 5839 WATER DEPARTMENT NO . P2':>3 -60915001 3183 Mike Moncrief Mayor Robert D. Goode , P.E Director Transportation and Public Works Department S. Frank Crumb , P.E. Director Water Department Dale A Fisseler, P.E. City Manager A Douglas Rademaker, P .E. Director Department of Engineering PREPARED BY ~ ~DUNAWAY 1501 Merrimac Circle, S uite 100 Fort Worth , Texas 7610 7 Phone 81 7.335 .11 21 Fax 8 17 .335 .7437 2008 DA No. 2001223 TABLE OF CONTENTS PART A NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS (WATER) PARTB MINORITY & WOMEN 'S BUSINESS ENTERPRISES SPECIFICATIONS PROPOSAL CITY APPROVED PRODUCT AND METHOD PARTC GENERAL CONDITIONS PART C1 SUPPLEMENTARY CONDITIONS TO PART C PARTD SPECIAL CONDITIONS PART DA ADDITIONAL SPECIAL CONDITIONS PARTE SECTION E SPECIFICATIONS SECTION E100 -MATERIAL SPECIFICATIONS SECTION E-1-18A -REINFORCED PLASTIC WATER METER BOXES PARTF CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER 'S COMPENSATION LAW VENDOR COMPLIANCE TO STATE LAW EXPERIENCE RECORD EQUIPMENT SCHEDULE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND PARTG CONTRACT APPENDIX A DETAILS APPENDIX B PAMREX MANHOLE COVER AND FRAME APPENDIXC COMBINATION AIR VALVE PART A NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS (WATER) NOTICE TO BIDDERS ./ · Sealed Proposals for the following : FOR: 42-inch and 12-inch Water Main Replacements for W7 Development in Foch Street from W. 7th to Morton Street CITY PROJECT NO . 00877 DOE No . 5839 WATER DEPARTMENT NO. P264-609150087783 WATER LINE REPLACEMENT 700 LF 750 LF 12-inch Water line 42-inch Water line Addressed to City of Fort Worth Purchasing Division , 1000 Throckmorton Street, Fort Worth , Texas 76102-6311 will be rece ived at the Purchasing Office until 1 :30 p.m ., March 20, 2008 , and then publicly opened and read aloud at 2 :00 p.m., in the Council Chambers . Plans , Specifications and Contract Documents for this project may be purchased at the office of the Department of Engineering , Municipal Office Building, 1000 Throckmorton Street, Fort Worth , Texas . One set of plans and documents may be purchased for a non-refundable cost of Thirty Dollars ($30 .00) per set. These documents contain additional info rmation for prospective bidders . For additional information, please contact Mr. Brian Darby, P.E. with Dunaway Associates , L. P. at (817) 335-1121 , or Mr. Robert Sauceda , Project Manager, City of Fort Worth at (817) 392-2387 . Advertising Dates : February 28, 2008 March 6, 2008 A -1 COMPREHENSIVE NOTICE TO BIDDERS Sealed Proposals for the following : FOR: 42-inch and 12-inch Water Main Replacements for W7 Development in Foch Street from W. ih to Morton Street CITY PROJECT NO. 00877 DOE No. 5839 WATER DEPARTMENT NO. P264-609150087783 Addressed to City of Fort Worth Purchasing Division, 1000 Throckmorton Street, Fort Worth, Texas 76102-6311 will be received at the Purchasing Office until 1 :30 p.m., March 20, 2008 , and then publicly opened and read aloud at 2:00 p.m . Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas . One set of plans and documents may be purchased for a non- refundable cost of Thirty Dollars ($30.00) per set. These documents contain additional information for prospective bidders. All bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No . 7278, as amended by City Ordinance No . 7 400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices . Bid security is required in accordance with Paragraph 2 of the Special Instructions to Bidders. The major work on the above-referenced project shall consist of the following: WATER LINE REPLACEMENT 700 LF 750 LF 12-inch Water line 42-inch Water line Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications . The City reserves the right to reject any and/or all bids and waive any and/or all formalities . AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the Gooo FAITH EFFORT FORM ("Documentation") as appropriate is received by the City . The award of contract, if made, will be within ninety (90) days after this documentation is received, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. A-2 COMPREHENSIVE NOTfCE TO BIDDERS Bidders are responsible for obtaining all addenda to the contract docu'ments and acknowledging receipt of the addenda by initialing the appropriate spaces on the proposal form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive . Information regarding the status of addenda may be obtained by contacting the Department of Engineering at {817) 392-7910. Bidders shall not separate, detach or remove any portion , segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specificatlons book or face rejection of the b id as non-responsive. lt is recommended that the bidder make a copy of the fom,s included in the Minority and Women Business Enterprise section for submittal within the time-line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation . In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth ha.s goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE . UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM. PRIME CONTRACTOR WAIVER FORM , GOOD FAITH EFFORT FORM with Documentation~) and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p .m .• five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made . Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non- responsive. For additional information, please contact Mr. Brian Darby, P .E . with Dunaway Associates, L .P. at (817) 335-1121 , or Mr. Roberto C . Sauceda,. Project Manager. City of Fort Worth at (817) 392-2387 . DALE A. FISSELER, P.E. CITY MANAGER ADVERTISING DATES: February 28, 2008 March 6 2008 A-3 MARTY HENDRIX CITY SECRETARY A DOUGLAS RADEMAKER, P.E . DIRECTOR DEPARTMENT OF ENGINEERING By MJ.ll~ TonySholora , P.E. Engineering Manager SPECIAL INSTRUCTIONS TO BIDDERS 1) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids . This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary , to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old . In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such . e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise . f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2 . BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas . In addition, the surety must (1) hold a certificate of authority from the 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 A-4 SPECIAL INSTRUCTIONS TO BIDDERS 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 . WAGE RATES: Section C3 -3 .13 of the General Conditions is deleted and replaced with the following : (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City . The provisions of D-3 Right to Audit pertain to this inspection . (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal , the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6 . BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas . 7 . NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes , the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located . A-5 SPECIAL INSTRUCTIONS TO BIDDERS "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state . This provision does not apply if this contract involves federal funds . The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is $25,000 .00 or less, the contract amount shall be paid within forty-five (45) calendar days after completion and acceptance by the City . 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall , in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment , discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members , agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify , in solicitations or advertisements for employees to work on this contract , a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10 . DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11 . MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No . 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary . The A-6 SPECIAL INSTRUCTIONS TO BIDDERS bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR /SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate . The Documentation must be received by the managing department no later than 5:00 p.m ., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive . Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE . The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years . 12 . FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period . b . Payment of the retainage will be included with the final payment after acceptance of the project as being complete . c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City . d . The warranty period shall begin as of the date that the final punch list has been completed. e . Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due 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. Revised 6/4/03 A-7 PARTB MINORITY & WOMEN'S BUSINESS ENTERPRISES SPECIFICATIONS PROPOSAL CITY APPROVED PRODUCT AND METHOD FORT WORTH "'-:, w ~ City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25 ,000 , the M/WBE oal 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 Ord i nance apply to this bid . M/WBE PROJECT GOALS The City 's M/WBE goal on this pro ject is _1L% of the total bid (Base bid applies to Pa r ks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25 ,000 or more , bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following : 1. Meet or exceed the above stated M/WBE goal, or 2 . Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. 1. Subcontractor Utilization Form , if goal is received by 5:00 p.m ., five (5) City business days after the bid met or exceeded : opening date , exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date , exclus ive of the bid opening date . stated goal : 3. Good Faith Effort and Subcontractor received by 5:00 p.m ., f ive (5) City bus i ness days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid open ing date. 4. Prime Contractor Waiver Form , if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work : opening date, exclusive of the bid opening date . 5. Joint Venture Form , if utilize a joint venture received by 5:00 p.m ., five (5) City bus iness days after the bid to met or exceed goal. opening date , exclusive of the bid opening date . FAILURE TQ COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED -NON-RESPONSIVE TO SPECIFICATIONS Any questions, p lease contact the M/WBE Office at (817) 392-6104. Rev. 11/11/05 fORTWORTH ATTACHMENT 1A Page 1 of 4 ~ Os ,< Subcontractors/Suppliers Utilization Fo ~_:;.f B,oo 7 . > . .J8 City of Fort Worth R '(' Pc': COMPANY NAM~ LP Check applicable block to <feS'Cribe prime no\:tse< Y\SfV-url ,·oY"\ 1X1 I M,W/DBE I f' PROJECT NAME: NON-M,W/DBE 42-inch and 12-inch Water Main Replacements BID DATE for W7 Development in Foch Street from W. 7tt1 to Morton Street O 3/d\o/ d-0(%' City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER DOE# 5839 18 % I 7 % City Project # 00877 Water Department# P264-609150087783 Identify all subcontractors/suppliers you will use on this project Faiiure to '. complet~· this ·form /in ~its ,entirety wittLretjuested documentation, and received by th~ Managing Department -0n or before 5 :00 p.m . five (5) City business days after bid opening, exclusive of bid opening d.ate, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed .in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth . The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifi(?ations M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties . Identify ea~h 'Tier level .. Tief is the. 1.evel of subcontracting below the prime contractor, i.e.;: a direct payment from the prime contractor to a subcontractor is.con§id~red 1st tier, a payment by a subcorjtractqr to its supplier is considered 2nd tier ,. , . ··· ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace , that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). ·.If hauling services are ·utilized, the prime will be .given ,credit . as long as the M/WBE listed owns c1nd . operates :at least one fullyHcensed and operational truck to be used on the contract. The M/WBE may lease· trucks from ,another M/WBE firm, including M/'J\/BE owner,.operators, and receive full M/WBE credit. Ttie M/WBE may°lease trucks from non',M/WBEs, including owner-operators / but will only receive credH for the fees and .cor:rimissions earned b the 'M/WB-E as outlined in the lease a reement. . . . . . Rev . 5/30/03 I I • fORTWORTH -~ ·~ ATTACHMENT 1A Page 2 of 4 "', Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e ., Minority, Wome~d non-M/WBEs . Please list M/WBE firms first, use additional sheets if necessary . 0 / ··s- N V Certification 1>(' (check one) 0 . "'o SUBCONTRACTOR/SUPPLIER n T N T Detail Detail Company Name i C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A .,-YI.A. L,t'.-1 ~ "r-~OG~ + ROBERT GRAN A DOS TRUCKING µ~IA\ C?,Yt-'l)i r-:6- $qo, $00,oo 4608 Sand age v SLfr"9\u.S ~ ~;w00.{)0 Fort Worth , Texas 76 11 5 I (8 17) 875 -2400 $ lP) ,Cl oo.0 0 --~O r1CX€ . .:l e_ COWTOWN REDI-MIX t2ect·, $ /°i > 30D-Ob PO Box 162 327 I v t/ yn;{ Fo rt Wo rth , Texas 76 16 1 V (8 17)7 59 -1 9 1 9 f (8 17) 7 59 -1 7 16 ~ r-<i cades, Roadrunn er Tra ffic Suppl y, In c . ~ l{o.~;c..., $4 1 100.0D 3200 Marqui ta Dri ve / Con t .ro \ Fo rt Wo rth , Tex as 76 11 6 I ph one: 8 17-244-4524 Dev,c..,~ fax : 8 17-2 44-48 19 ~~ I \.+li C1Z)<;:+ $~i7 8w.00 NATIONAL WATERWORKS v a1ves J PO Bo x 840700 J ,/ Da llas , Texas 75284 (800) 252-1557 '?i~ ,.f;+u~ j L/, ooo . 00 HANSON PIPE & PRODUCTS l \/ i-\)od ve.s PO Box 730477 Dall as, Texa s 75373 (972 ) 626 -3 600 fORTWORTH Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e ., Minority, Women and non -M/WBEs. Please list M/WBE firms first, use additiona l sheets if necessary. Rev. 5/30/03 Certification (check one) SUBCONTRACTOR/SUPPLIER T N Company Name i C Address e M w T Telephone/Fax r B B R E E C A REYNOLDS ASPHALT & CONSTRUCTION COMPANY PO Bo x 370 I Eul ess, Texas 7603 9 (8 17) 267 -3 13 1 fORTWORTH N 0 n T Detail X M Subcontracting Work D V\ 0 B T E I/ Iv Detail Suppli""furchased '2 o, 0 c9,o,,., As pro1 I+- / ATIACHMENT 1A Page 3 of 4 Dollar Amount ..,~,#-,JOO . o'D ('~() Rev. 5/30/03 Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers Os ' $ ~ ,_ '-'6 ATTACHMENT 1A Page 4 of 4 I I S/100.oO ~ 75~ q oo. 00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ '/)0/·"s 3 <cf) <;;'DO. O'O 6 ,,-, 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 f1na _l compliance determination . By affixing a signature to this form , the Offerer 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 Offerer also agrees to allow an audit and/or examination of any books , records and files held by their company . The bidder agrees to allow the transmission of interviews with owners, principals, officers , employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for term inating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements . Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offerer and barred from participating in City work for a period of time not less than one ( 1) year. Title Com+SP< ~s+<uch·MTI, L'P Company Name ?o . r;pf 1 54 Ll&' Address ( d Q ( ( ':;-/ (Q_, COr)cc+ s~ (. (()vY) ail Addres ri.\D"~ ) =rx 1u1t~ City/State/Zip o L~10 I a:g Date I l Rev. 5/30/03 FORT WORTH -.__ w· ---City of Fort Worth Good Faith Effort Form PROJECT NAME: 42-inch and 12-inch Water Main Replacements for W7 Development in Foch Street from W. 7th to Morton Street City's M/WBE Project Goal : PROJECT NUMBER 18 % DOE# 5839 City Project# 00877 Water Department # P264-609150087783 M/W/DBE BID DATE 02:> ATTACHMENT 1C Page 1 of 3 08 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 fonn. 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 subcontracting 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 Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. V Yes __ No Date of Listing D.2_1 0 ~ 1_Q__Ji 3.) Did you solicit bids from M/WBE firms, within the subcontracting andtgr supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive~f the day the bids are opened? ~ ~ __0 es (If yes, attach M/WBE mail listing to include name of finn and address and a dated19PY of letter mailed.) / __ No -~ 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplierµt reas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of t l-'ie day the bids are opened? o ~ Yes (If yes, attach list to include name of M/WBE firm, person contacted, phone number and date and time of contact) __ No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within ~uch area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of pJans and specifications in order to assist the M/WBEs? _J_,ves __ 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 Telephcne Contact Person _ Scope;9f )Nork Reason for Rejection l~ JJ I • fi CZ.MOC of f ~ Qi;f OA_ ' Rev. 05/30/03 ADDITIONAL INFORMATION: ATTACHMENT 1C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. 0 v-1 I .-:> I 0 rp V 0 ..-> 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 contractor 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's 8 ffice Printed Si nature . Title Contact Name and Title (if different) Coro.j-S,P< UJY\9"'u. et D n ::IY 1 L f Company Name ~17 -s3Y-'-1SS. L, Fax Number Phone Number <q?o . '2of. 1 su Lt & Addr~~~ t-L.Wz,-J±."' -r)( ~e v 'i:Jc Cs Cfx'D. J S:-0 o , Com mail A dress :>/ J.o/o 8 City/State/Zip ) l lo I\°\ Date / Rev. 05/30/03 PAY TO: City of Fort Worth Purchasing Division PROPOSAL FOR: 42-inch and 12-inch Water Main Replacements for W7 Development in Foch Street from W. 7th to Morton Street CITY PROJECT NO . 00877 DOE No . 5839 WATER DEPARTMENT NO. P264-609150087783 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 all the work as provided in the plans and specifications and subject to the inspection and approval of the Directo r, Department of Engineering of the City of Fort Worth . Upon acceptance of this proposal by the City Council , the bidder is bound to execute a contract and furnish Performance , Maintenance Bond , and Payment Bond approved by the City of Fort Worth for performing and completing of the said work within the time stated and for the following sum , to-wit: CPMS APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM NO. QUANTITY WITH BID PRICES WRITIEN IN WORDS VALUE VALUE 1. 810-00099 1 LS Storm Water Pollution Prevention Plan < than 1 Ac -Install Fi fl'.'-h'At1,l,.~d Dollars and .A,,,, Cents $ soo.oo $ 500-0o 2 . 810-00134 12 SY Grass-Hyd romulch Seeding -Install -ritl_,a ty_ Dollars and A/0 Cents $ 20.00 $ :Z '10.00 3. 810-00181 1 LS T raffic Control -Install F!·11.~ fho~s. curd Dollars and Aj/'l Cents $ .5;000.0n $ 5, Ooo.oo 4 . 810-00372 16 76 LF Trench Safety System >5 Foot Depth -Install Fo(&c. Dollars and NO Cents $ '/.o~ $ t, 70'1,{I(, 5 . 810-00401 25 SF Driveway -Install (asphalt) 5l'x Dollars and A,tJ Cents $ ,.oo $ ISo.oo 6 . 810-00404 390 SF Driveway-6 Inch -Install (concrete) £/ 1-ht. Dollars and A/l'l Cents $ 8.oo $ 3, I Z ().oo Proposal -1 PROPOSAL PAY CPMS APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM NO. QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 7. BID-00425 282 LF Curb & Gutter-6 Inch w/18 Inch Gutter -Inst all -r-6t.'rf'{. Dollars and /Vo Cents $ 30.0tJ $ 8 </60.0l 8. BID-00442 1517 LF Pavement-2 Inch HMAC on 6 Inch Flex Base -Temporary '/e.11 Dollars and t"VO Cents $ 10.00 $ IS~ 11aoo 9 . BID-00443 40 LF Pavement-2 Inch Min HMAC on 2/27 Concrete Base (2000- 1A) -Install E>yA ty-.P,vt!. Dollars and /VO Cents $ 8S.oo $ 3, 'IOO.nn 10 . BID-00445 12,375 SF Pavement 2-lnch Min Overlay -Replace --r Wo_ Dolla rs and S.. ~ U..£.t:J. f 'f-~ £/ V {. Cents $ 2.1s $ 3'1, 0 3/.21 11 . BID-00454 1,375 SY Pavement 8-lnch -Pulverization -Rehab 5,-~ Dollars and NO Cents $ 6-0o $ 8 2so .oo 12 . BID-00472 100 CY Replace -Unclassified Street Excavation -Remove --rw..~ LIL.e:. Dollars and A/n Cents $ ;z.oo $ /, 2 00.00 13 . BID-00530 146 SF Wa lk-4 Ft -Install Ft'v(:. • Dollars and A/0 Cents $ s-.oo $ 75/J, ()I) 14. BID-00541 1 EA Dehole-5 to 1 O Ft Depth -Study 5. £' 1-b"1.ndrt:.d Dollars and NO Cents $ 6dtJ .Oo $ 600.tM 15 . BID-00553 4 EA Meter Box-Class B -Install 11ic.t.£ ~1,&1tdUd Dollars and A/0 Cents $ 300d(J $ /,200.00 16 . BID-00568 3 Ton Pipe Fittings-< Than 16 Inch DI P ipe -Install -r6c-t:..~ th e.u s.C(" d Dollars and A/tJ Cents $ -?. Ooo .oc $ <tooo.oo 17 . BID -00591 740 LF Pipe -Pressure-12 Inch -Install (C-900 PVC with f lowable fill) ~/ft'/-Dollars and ,,,</0 Cents $ 50.oo $ 37, 00().nc Proposal -2 PROPOSAL PAY CPMS APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM NO. QUANTITY WITH BID PRICES WRITIEN IN WORDS VALUE VALUE 18A. BID-00606 750 LF Ductile Iron Pipe-Pressure-42 Inch -Install (DIP class 250 with flowable fill) Dollars A/o 61~ ,,t,,-o 6/ .t) and Cents $ $ 188. BID-00607 750 LF Pipe-Pressure-42 Inch -Install (C303 minimum 250 psi RCCP with flowable fill) ht,v/l 1/w b ie() #f ,i, '7'</ Dollars 00 ci and ,,VO Cents $ If ro -$ .1tz 5iJo 19. BID-00616 25 LF Pipe-Pressure-6 Inch -Install (C-900 PVC with flowable fill) ,CQ_t_ t'/.. Dollars and .ua Cents $ 1./l)J)r, $ I~{)(}.{)() 20 . BID-00618 25 LF Pipe-Pressure-a Inch -Install (C-900 PVC with flowable fill) ~ort'{., P,i!_e Dollars and N() Cents $ 'IS'. 0" $ ), J 2~.()0 21 . BID-00711 1 LS Structure -Install (Combination air valve) 5,'tS_ t-hoCAS.a11J Dollars and A/0 Cents $ t. ()IJIJ.01 $ t IJIJ IJ, tJ IJ 22 . BID-00717 8 EA Valve-12 Inch-Gate Valve w/Box -Install -rw.{l_ +h Q '6. t g ~ J Dollars and A/~ Cents //,,/JAi}. ()n $ ?. 000.1111 $ 23 . BID-00736 1 EA Valve-42 Inch-Butterfly-wNault -Install &:£t.v. -e,;1,t ib.o.t,H.~tl cf Dollars and ~,/o Cents $ 59, 01)().00 $ S£ IJM .O( 24 . BID-00737 1 EA Va lve-42 Inch-Gate-wNault -Install 5 ,' K. r::. ¥,-.P, 'v e. +Ii o fA. S. a.11-cl Dollars and ,UO Cents $ ~ \. 0 /J/J ,IJr: $ t.c ""J'I. o {J 25 . BID-00745 1 EA Valve-6 Inch-Gate Valve w/Box -Install I ~el.~ li~t:Jdred Dollars and ~,/r) Cents $ 9PO.OtJ $ '/dP.OtJ 26 . BID-00748 1 EA Valve-8 Inch-Blow Off-w/Sump Manhole -Install .Ct' lie, -t.hau. Hu1d Dollars and .Alo Cents (, d/Jf1.0C $ $ S,OOO,rln 27 . BID-00749 1 EA Valve-8 Inch -Gate Valve w/Box -Install () 11.e tli.au.~~cl Dollars and NO Cents $ J,ono.m $ /, /)/JD. Ot.. 28 . BID-00751 5 EA Valve-Gate -Remove and Salvage ' ;;,;.h. t b. {J.fld,::_(. cl Dollars and NO Cents '/,IJ/JI.), Po $ 8/){).0() $ Proposal -3 Note: Contractor to select only one option for items numbered A or B PROPOSAL PAY CPMS APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM NO. QUANTITY WITH BID PR ICES WRITTEN IN WORDS VALUE VALUE 29. BID-00753 40 LF Water Service -1 Y, Inch -Install -r6.:c.t.~ Dollars and A/0 Cents $ I. 2()(). () 11 3().0o $ 30 . BID-00755 1 EA Water Service-1 Y. Inch -Tap t o Main -Install ;:;(Le:_ tJ '1.a d c.eJ Dollars and A/0 Cents $ ~oooo $ SOtJ.oo 31 . BID-00763 100 LF Water Service-2 Inch -Install Fort'/-Dollars and .Nn Cents '10 .00 t/ fJ () ,1.0 {) $ $ 32 . BID-00767 3 EA Water Service-2 Inch-Tap to Main -Install E,yht hul\Jrecl Dolla rs and A/t'J Cents $ &oti oo $ 2, <ton .no 33 . BID-00768 1 LS Water Service-2 Inch-Temporary -Install ~-~ t.n ()<,,&S.a.n d Dollars and A1n Cents $ b, 1111/J.tJ l'l $ L.on11 .ot1 I TOTAL -"'-$ / ,.,,, -~ o 11 .:5cro Proposal - 4 LIST OF FITTINGS FOR WATER LINE Number of Size of Fitting Type of Fitting Weight per Total Weight (lb} Fittings Fitting (lb} 1 12" X 6" !TEE (00 t:~ b 1 12" X 8 11 !TEE 70 6 76 6 3 12" X 12" !TEE /(? 00 JOO 0 1 611 X 4" REDUCER yoo f'P 0 3 12" X 6" REDUCER coo t 'i'"o 2 12" X 8" REDUCER {00 IZ ~ o 1 12" X 12" WYE J.5-00 /S-() 0 1 4" MJ SLEEVE 2. () 0 '2.. 0 'I:) 3 6" MJ SLEEVE 'foO 1z_c,O 4 8" MJ SLEEVE 1 500 z.c,o 0 3 12" MJ SLEEVE COO {8 oo Total Weight= /t J"°lbs. ( 2 2) Tons) Note : Contractor is responsible for the correct quantity totals of all fittings and specials . Proposal -5 MATERIAL SUPPLIER INFORMATION FORM CONCRETE CYLINDER PIPE The concrete pipe and valve supplier information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted . Name of Manufacturer Type of Pipe Home Office Address of Manufacturer Location of plant in which pipe and fittings are to be manufactured DUCTILE IRON PIPE The ductile iron pipe and valve supplier information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted. Name of Manufacturer Home Office Address of Manufacturer Location of plant in which pipe and fittings are to be manufactured Proposal-6 PROPOSAL Within ten (10) days of notification by City, the undersigned will execute the formal contract and deliver an approved Surety Bond and such other bonds as required by the Contract Documents , for the faithful performance of this Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas , in the event the contract and bond or bonds are not executed and delivered within the time above set forth as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and thc!t he has read and thoroughly understands all the requirements and conditions of those General Documents , and the specific Contract Documents and appurtenant plans . The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors , or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated aga inst as prohibited by the terms of City Ordinance No . 7278 as amended by the City Ordinance No . 7 400 . The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 90 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. The work order will be issued no later than 90 days after the award of contract. · A. The principal place of business of our company is in the State of ______ _ Non-resident bidders in the State of , our principal place of business , are required to be percent lower than resident bidders by state law. A copy of the statute is attached . Non-resident bidders in the State of _______ , our principal place of business , are not required to underbid resident bidders. The principal place of business of our company or our parent company or majority owner is in the State of Texas . Receipt is acknowledged of the following addenda : Addendum No . 1 (initials) __ Addendum No . 2 (initials) __ Addendum No. 3 (initials) __ (SEAL) if Bidder is Corporation Date: 5/ l...u Jo~ ---;---7------ Respectfully submitted , ByLo#~ Name : J..f rrt Gt1.10c/\. Title : Address : J>o ~()( 1,.f"<./ 'f f ,fvlf.7 W"'rf.T I, "/,,( 7, // 2 7 ( Telephone : f?t) ..>j y _,-;,3 Proposal - 7 PROPOSAL STATEMENT OF MATERIALS AND OTHER CHARGES MATERIALS INCORPORATED INTO THE PROJECT ALL OTHER CHARGES *TOTAL ~..r $_£'--~-'1-->l _:J_?t:f_ ~' $ __ /1_0_~,._/_(?_<J_I>_~ __ *this total must agree with the total figure shown in Proposal, TOTAL AMOUNT BID in the bound contract. For purposes of complying with the Texas Tax Code , the Contractor agrees that the charges for any material incorporated into the project in excess of the estimated quantity provided for herein will be no less than the invoice price for such material to the Contractor. NOTE: ONLY THE COPY OF THIS FORM ON THE BOUND CONTRACTS IS TO BE FILLED OUT. Proposal - 8 PARTC GENERAL CONDITIONS - - Cl-1 Cl-1. 1 Cl-1. 2 Cl-1.3 Cl-1. 4 Cl-1. 5 Cl-1. 6 Cl-1.7 Cl-1.8 Cl-1.9 Cl.-1.10 Cl-1.11 Cl-1.;I.2 Cl:-Ll3 Cl-1.14 Cl-1.15 Cl-L 16 Cl-1.17 Cl-1.18 Cl-1.19- Cl-l. 20 Cl-l.2i Cl-1. 22 Cl-1.23 Cl-1. 24 Cl-1.25 cr-1. 26 Cl-1. 27 Cl-1. 28 Cl-1. 29 Cl-1. 30 Cl-1.31 Cl-1. 32 C2-2 c2.,..2.1 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 Council Mayor City Manager City Attorney Director of Public Works Director, City Water Department Engineer Contractor Sureties The Work or Project Working Day Calendar Day Legal Holiday Abbreviations Change Order Paved Streets and Alleys Unpaved Streets and Alleys City Streets Roadway Gravel Street INTERPRETATION AND PREPARATION OF PROPOSAL Proposal Form Interpretation of Quantities Examination of Contract Documents and Site Submitting of Proposal Rejection of Proposals Bid Security ( 1 ) Cl-1 (1) 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) c .1-1 c 3) Cl-1 (3) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) c1~1 C4> Cl-1 (4) Cl-1 (4) Cl-1 (5) Cl-1 (6) Cl-1 (6) Cl-1 (6) Cl-1 (6) Cl-1 (6), Cl-1 (6) C2-2 (1) C2-2 (1) C2-2 (2) C2-2 ( 3) C2-2 (3) C2-2 (3) C2-2.7 C2-2.8 C2-2.9 C2-2.10 C2-2.ll C2-2.12 C3-3 C3-3.l C3-3.2 C3-3.3 C3-3.4 C3-3.5 C3-3.6 C3-3.7 C3-3.8 C3-3.9 C3-3.10 C3-3.ll C3-3.12 C3-3.13 C3-3.14 C3-3.15 c4....:4 C4-4.l C4-4.2 C4-4.3 C4-4.4 C4-4.5 C4-4.6 C4-4.7 CS-5 cs-s.1 . CS-5.2 CS-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-s .18 - Delivery of Proposal Withdrawing ·Proposals Telegraphic Modification of Proposals Public Opening of Proposal Irregular Pr~posals 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 Con~ract Administration Venue SCOPE OF WORK Intent of Contract Documents Special Provisions Increased or Decreased Quantities Alteration of Contract Documents Extra Work Schedule of Operations Progress Schedules for Water and Sewer Plant Facilities CONTROL OF WORK AND MATERIALS Authority of Engineer Conformity with Plans Coordination of Contract Documents Cooperation of Contractor Emergency and/or Rectification Work Field Office Construction Stakes Authority and Duties of Inspectors Inspection Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Storage of Materials Existing Structures and Utilities Interruption of Service Mutual Responsibility of Contractors Cleanuo Fin a l Inspection ( 2 ) C2-2 (4) C2-2 (4) C2-2 (4) C2-2 (4) C2-2 (4) C2-2 (5) C3-3 (1) C3-3 (1) C3-3 (1) C3-3 (2) C3-3 (2) C3-3 (2) C3-3 (2) C3-3 (4) C3-3 '(4) C3-3 (4)- C3-3 (4) C3-3 (7) C3-3 (7) C3-3 (7) C3-3 (8) C4-'-4 Cl) c4 ...:-4 Cl> C4-4 ( 1) C4-4 (2) C4-4 (2) C4-4 (3.) C4:-4 (4) CS-'-5 cs-s cs-s cs-s CS-5 CS-5 CS-5 CS-5 CS-5 cs-s cs-s 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 G:6-6.5 C6-6.6 C6-6.7 C6-6.8 C6-6.9 C6-6.10 C6-6.ll C6-6.12 C6-6.13 C6-6.14 C6-6.15 C6-6.16 C6-6.17 C6-6.18 C6-6.19 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 CB-8 CB-8.1 CB-8.2 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Laws to be Observed Permits and Licenses Patented Devices, Materials and Processes Sanitary Provisions Public Safety and Convenience Privileges of Contractor in Streets,· Alleys, and Right-of-Way Railway Crossings Barricades, Warnings and Watchmen Use of Explosives, Drop Weight, etc. Work Within Easements Independent Contractor Contractor's Responsibility for Damage Claims Contractor's Claim for Damages Adjustment of Relocation of Public Utilities, etc. Temporary Sewer Drain Connections Arrangement and Charges of Water Furnished by City Use of a Seccion of Portion of the Work Contractor's Respon~ibility for Work No Waiver of Legal Rights Personal Liability of Public Officials State Sales Tax PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of the Work Limitations of Operations Character of Workman and Equipment Work Schedule Time of Commencement and Completion Extension of time of Completion Delays Time of Completion Suspension by Court Order Temporary Suspension Termination of Contract due to National Emergency Suspension of Abandonment of the Work and Annulment of Contract Fulfillment of Contract Termination for Convenience of the .Onwer Safety Methods and Practices MEASUREMENT AND PAYMENT Measurement of Quantities Unit Prices ( 3 ) C6-6 Cl) C6-6 (1) C6-6 (1) C6-6 (2) C6-6 (2) C6-6 (3) C6-6 (4) C6-6 (4) C6-6 (5) C6-6 (6) C6-6 (8) C6-6 (8) C6-6 (10) C6-6 (10) C6-6 (10) C6-6 (11) C6-6 (11) C6-6 (11) C6-6 (12) C6-6 (12) C6-6 (12) C7-7 (1) C7-7 Cl) C7-7 (1) C7-7 (2) C7-7 (2) C7-7 (3) C7-7 (4) C7-7 (4) C7-7 (4) C7-7 (5) C7-7 (6) C7-7 (6) C7-7 (7) C7-7 (7) C7-7 (9) C7-7 (10) C7-7 (13) C8-8 (1) CB-8 (1) ,· - CB-8.3 CB-8.4 CB-8.5 CB-8.6 CB-8.7 CB-8.8 tB-8.9 CB-8.10 CB-8.11 CB-8.12 cs-s~13 Lump Sum Scope of Payment Partial Estimates and Retainage Withholding Payment Final Acceptance Final Payment Adquacy of Design General Guaranty Subsidiary Work Miscellaneous Placement of Material Record Documents ( 4 ) C8-8 C8-8 CB-8 CB-8 C8-8 CB-8 CB-8 CB-8 CB-8 CS-8 CB-8 ~- f r 1.li ' ' . (1) (1) ( 2) ( 3 ) ( 3 ) ( 3 ) ( 4 ) ( 4 ) ( 5 ) ( 5 ) ( 5 ) lo .. 1 ;;, i? '' f ,. ... " r: :· .. :; ., "( f ' ~ 1; .. " }. ' i "' " %.I t ' t ~ t ~ ,'l t, 1 t t f l >-. - .- .- - PART C -GENERAL CONDITIONS Cl-1 DEFINITIO NS 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~l.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 CONTijACT ·DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items: b. PART A -NOTICE:To BIDDERS PART B -PROPOSAL (Sample) (Sample) PART C -GENERAL CONDITIONS (CITY) PART D - PART E (Developer) SPECIAL CONDITIONS SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT (Sample) (Sample) White White Canary Yellow Brown Green "El-White E2-Golden Rod E2A-White Blue White White SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared ·for each specific project as a supplement to the Genera~ Contract Docum e nts and include the follo~ing items: PART A -NOTICE TO BIDDERS (Advertiseme nt) Same as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART,G -CONTRACT PART H -PLANS (Usually bound separately) Cl-1 ( 1) Cl-1.3 NOTICE TO BIDDERS: All of the legal publicat i ons either actually publish e d 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 offe r or tender of a bidder to perform the work which th e Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidd e r when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. · Cl-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directl y or through a duly authorized repres~ntative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. Cl-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried o n 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 th e partic u lar project covered by the Contract Documents and not specific a lly covered in the General Conditions. When cionsidered with the General Conditions and other elements of the Contract Documents they provide the information which th e Contractor and Owner should have in order to gain a thorough k n o wledg e of the project. Cl-1.8 SPECIFICATIONS: The Specifications is th a t s e cti on or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construct i on, workmanship, equipment and servi~es in order to render a completed and useful proj e ct. Whenever reference is mad e to standard specifications, regulations, req~irements, statutes, etc., such referred to documents shall become a p art of the Contr ac t Documents just as though they were embodied therei n . Cl-1.9 BOND: The bon d o r bonds a r e th e w~i t te n g uarante e or secur i t y furnished by th e C ontractor for th e p r o mpt and : Cl-1 (2) I . ' -.. - - - faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3.7) b. Payment Bond (see paragraph C3-3.7) c. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders; Part A and C2-2.6) Cl-1.10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. Cl-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross-sections, layorit diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owri~r may issue to clarify othe~ 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 Coritract 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 authori2ed City Manager of the City of Fort Worth, Texas, or his duly ~uthorized representative. Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his . duly author·ized representative. Cl-1 (3) Cl-1.17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of For~ Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Departm~nt, or thei~ duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. Cl-1.20 CONTRACTOR: The person, persons, partnership, company, firm, association, .or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub-contr~ctor is a person, firmi corporation, or others under contract with the princibal contractor, supplying labor and materials or ortly labor, for work at the site of .the pr6ject. Cl _-1.21 SURETIES: The Corporate bodies whic~ are bound by such bonds are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. Cl-i.22 THE WORK OR PROJECT: The completed work contemp l ated in and covered by the Contract Documents, including but not limited to the furnishing of all laboi, materials, tools; equipment, and incidentals necessary to produce a completed and seriiceable project. Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including Satµrdays, Sundays, and legal holidays, in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6. Cl-1.24 CALENDAR DAYS: A calendar day is any day -of the week or month, no days being excepted. Cl-1.25 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: Cl-1 (4) • - -. - 1. 2. 3 • 4 . 5. 6. 7. 8. 9 . New Year's Day 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 oi if it falls on Sunday, it shall be observed 6n the .following Monday, by those employees working on working day operations. Employees working calendar day op~rations will consider the calendar holiday as the holiday. Cl-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract .Documents, the intent and meaning shall be as follows: AASHTO - ASCE LAW ASTM AWWA ASA HI 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. Li near Foot D.I. -Ductile Iron .. • Cl-1. 27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically jncluded in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 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. .i 5. Any combination of the above. Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above for "Paved Streets and Alleys." Cl-1.30 CITY STREETS: A city street is defined as that area between the right-of-way lines 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 i~ 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. f- ,a 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 6ne week prior to the hour for opening of bids. The financial statement required shall have been prepared by - an independent certified pablic 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 (1) year old. In the case that a bidding date falls within the time a new statement is being prepare~, 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 fir~ seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, ~nd such experience must have been on projects completed not more than five (5) years prior to the date on which are to be received. The Director of the Water department shall be sole judge as to the acceptability of exp~rience 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 t ·he 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 constitut~ all of the information which the Owner will furnish. All additional information and data which the owner will supply after promulgation of the formal contract documents sh~ll be issued in the form of written addenda and shall become part of the Contract Documents just as though. such addenda were actually written into the original Contract Documents. Bidders are required~ prior to 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, iests, boring, and by sucih 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 make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, inv~stigation, 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 conditioris actua~ly encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of S~il Borings, if ~ny, showing on the plans are f or general information only and may not be correct. Nei~her the C2-2(2) I • -, - - - Owner nor the Engineer guarantee that the data shown is . representative of conditions which actually exist. C 2-2. 4 SUBMITTING OF PROPOSAL:-,~. The Bidder s ha 11 submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project con~ained in the form shall be . correctly filled in and the Bidder shall state the price~, written in ink in both ·words and num~rals, for which he proposes to do the woik 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 ~ndi~idual, his or her name must be signed by him Cher) or his Cher) duly ~uthorized agent. If a proposal is submitted by a firm, association, or pat'tnershi~, the name and address of each member must be given, and th~ proposal must be signed by a member cif the firm, association, or partnership, or by a person duly authorized. If a proposal is submitted by a company or corp6ration, the company or corporate name and business address .must be given, ~nd the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, incomplete bids,1 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 is a9companied by a "Proposal Security" of the character and in the amount indicated in .the "Notice to Binders" 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 fu~nish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the coritract 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 as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to delive~ the proposal at the proper time to the proper place. The mere fact that a proposal was dispa~ched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plaihly 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 opening proposals. A request for non-consideration pf a proposal must be made in writing, addressed to the City Manager~ and filed with him prior tb 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 Citj Manager prior to the said proposal opening time, and provided furtner, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the sig~ature of ~he 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 prop£=rly 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 olace indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the Owner until the contra~t has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.ll IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions, alterations of form, additions, o r conditions not called for, unauthorized alternate bids, or irregul2.rities of any kind. Eowever, 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 i~regularity 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 d. e. f. g. h. the bidder. . The bidder being in arrears on any existing contract or having defaulted on a previous contract. The bidder having performed a prior ccintract in an unsatisfactory manner. Lack of competency as revealed by the financial statement, experience record, equipment schedule, and such inquiries as the Owner may see fit to make. Uncompleted work which, in the judgment of the · Owner, will prevent or hinder the prompt completion of additional work if awarded. 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 2. 3. condition of the bidder as specified in Part "A" -Special Instructions. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been succes~fully completed by the Bidder. 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) -. -- - - r-, - 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 propo$al, 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 ~f the p~oducts 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 p~rformed 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 (1) 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 re~sonable 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 shail not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discr~tion, 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 t he Ownei in the amounts herein required, the following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in an amount not less than 1 00 percent of the amourit of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and perfo~mance 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) - -. r b. c. d. 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. 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 an<l faithful performance of the general guaranty which is set forth in paragraph CB-8.10. PAYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160, Revised Civil Statutes of Texas, 1925 7 as amended by House Bill 344 Acts 56th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. ·Payment Bond shall remain in force until all payments as above stipulated are made. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner. All bonds shall be made on the forms furnished by the Owne~ 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 th e Contractor shall immediately provide a C3-3 (3) new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the owner has by appropriate resolution, or otherwise, awarded the contract, the Contractor 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 requir~d bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered. by the Owner as an abandonment of his proposal, and the Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occuring to the Owner by reason of said awardee's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. The filing of a proposal will pe considered as an acceptance of this provision by the Bidder. C3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed Order", it is agreed that the Surety Company wfll, 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 co:nmence 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 Contrac t o r shall be responsible for delivering to the Owner the sub-contractors' C3-3 (4) - - - certificate of insurance for approval. The prime contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. b. c. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Workers' Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers' Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shal-1 procure and shall maintain during t h e 1 i f e o f ._ t h i s c o n t r a c t C on t r a c t o r ' s Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. 2. 3. 4 • Contingent Liability (covers Contractor's Liability f~r sub-contractors). General acts of 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 $500,000. C3-3 (5) 5. Builder's risk (where above-ground structures are involved). 6. Contractual Liability (covers all indemnification requirements of Contract). ~. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain, during the life of this Contract, Comprehensive Automobile Liability insurance in an amount not le~s than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insuran~e in an amount not less th a n $100,000. e •. f. g. SCOPE OF INSURkNCE AND SPECIAL HAZARD: The · insurance required under -the above paragraphs shall ~rovide adequate protection for the Contractor and his sub-cont~actors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements ma d e upon the Contractor shall apply to the sub-contractor, should the Prime Contractor's insurance not cover the sub-contractor's work operations. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and performance, payment, maintenance and all such other bonds are written shall be repre se nt e d b y an agent or agents having an office locat e d within the city limi t s of the C J-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 ~ngaged in work on the project at the site of the project shall be furnished to the Owner.'s representative within seven ( 7) days after the close of each payroll periodJ 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 metr6politan 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 dir~cted, to settle all material, labor or other expenditures, all claims against the work or any other C3-3 (7) matter associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth-Dallas metropolitan area, notification of the Contr~ctor'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 underst~nding 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 furt~ering the work, or other, be governed direct by local authority~ This same requirement is imposed on insurance and surety cov~rage. Should the Contractor's local representative fail to perform to the sat~sfaction of Engineer, the Engineer, at his sole discretion, may demand that such local repre~entative be replaced and the Engineer may, ~this iole 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 Tarrant County, Texas. CJ -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 ccimpliance with the requirements and -intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents~ furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and compl~tion of the project. C4-4.2 SPECIAL PROVISIONS: Should any ~ark· 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 hecessary, 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 consid~ration to be determined by special agreement or as hereinafter orovided for "Extra Work." No allowance will be made for an:/ changes in anticipated profits nor shall such changes be considered as C4-4 Cl) 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 gener~l nature of the project as a whole. Such changes shall not be considered as waiving or invalid~ting any condition or provision of the Contract Documents. C4-4.5 EXTRA -WORK: Additional work made necessary .by changes and alterations of the Con~ract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided, however, that before any extra work is begun a "Change Order" shall be executed or written order issued by the Owner to do the work ·for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. c. The actual . reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America cur re n t e q u i pm e n t rent a 1 rates ; ( 3 ) ma t er i al ·s entering permanently into the project, and (4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10% of the actual cost of such extra work. The fixed fee is ~ot to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The fee shall be full · and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in ( 1), ( 2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method C4-4 (2) -, -- suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders autborizing 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 wi,11 not be pa id unle'Ss the Con tractor shall file his claim with the Owner within five (5) days before· the time for making the first estimat~ 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 incu~s as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that tim~, 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 extra 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 sho~n the estimated monthly cost of work for which estimat8S 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 charts shall be prepared on 8-1/2" x 11" sheets and at least five black or blue line prints shall be furnished to the Owner. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within ten (10) days prior to submission of 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 a~ such intervals as directed by the Engineer. The Contractor shall also re~ise the schedule t6 reflect any ad1ustments 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. Durations shall be in calendar days and normal holidays and weather conditions over the duratio~ of the contract shall be accounted for within the dur a ti o n o f 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 achie·ve activities of approximatel~ fourteen (14) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by_ activities that follow the guidelines of this Section. ' For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and preacceptance activities and events in their logical sequence for equipment and materials. 1. Preparation and transmittal of submittals ~ 2. Submittal review periods. 3. Shop fabrication and deliver y . 4. Erection or installation. 5. Transmittal of manufactur e r's operation and maintenance instructions. 6. Installed equipment and materials testing. 7. Owner's operator instruction (if applic a ble). 8. Final insp e ction. 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 in~ure its completion within the time specified. C4-4 ( 6 ) ~ ~ t ~ ~ ,{ l ~ ~ i ~ t t ' I ~ • ~ ~ ' ' ~ ; ~ f ...... PART C -GENERAL CONDITIONS CS-5 CONTROL OF WORK AND MATERIALS SECTION CS-5 CONTROL OF WORK AND MATERIALS CS-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. He shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the contract, compensation, mutual rights betwe~n Contractor ~nd Owner under th~se 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 prec~ution and progr~rn~ incident thereto, and he will not be responsible for Contractor's failure to perfbrm the w6rk in accordance with the contract documents. He shall determine the amount · and quality of the work completed and materials fuinished, and his decisions and estimates shall be final. His est1mates 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 Owne~ and Contractor, a written decision on the matter in controversy. CS-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engin~er and authorized by the Owner by Change Order. CS-5 (1) cs-5.3 COORDINATION OF CONTRACT DOCUMENTS: Th e Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specifications, and quantities shown on the plans shall govern over those shown in the proposal. The ~ontractor sh~ll not take advanta~e 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 t h~ Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in the drawings, ·spe ~ifications, or other portions of the Contract o6cuments which. were not reported prior to the award of Contract, the Contractor shall be deemed to ~ave quoted the most expensi v e ·resolution of the conflict. CS-5.4 COOPERATION OF CONTRACTOR: The Contract o r will be furnished with three sets of the Contract Documents and sh a ll have available on the site of the project at all times one set of such Contract Documents. The Contract shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper perforrna~ce of t he wo~k. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking supe~intendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such sup e rintend e nt and his assistant shall be capible o f read i ng and understanding the Contract Documents and shall receive a nd fulfill instructio n s from ~he Owner, the Engineer, or his authorized representatives. Pursuant to this responsibil i ty of the Contractor, the . Contractor shall designate in w~it i ng to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintend e nt shall be a resident of Tarrant County, Texas and shall be subject to call, as is the project Superintendent, at any t i me of the d a y o r night on an y day of the week on which t he Engine e r det er min e s t h a t c ircums tanc es r e quire the p r es ence on the 9r o j e ct si te of a r~presentative o f 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 prc)ject routing. The Contractor shall provide all facilities to enable the Engineer and his inspec~or to examine and inspect the workmanship and materials entering into the work. CS-5.5 EMERGENCY AND/OR RE~TIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor -through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or on a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omis~ions, or corrections necessary to conform with the requirements of the project spe6ifications or plans, the Erigineer 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 t6 the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. CS-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 by 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather-proof, so that documents will not be damaged by the elements. CS-5.7 CONSTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor_ with all lines, grades, and measurements necessary to the proper prosecution and control of the work contr~cted for under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other custom~ry method of marking as may be found consistent with good practice. CS-5 (3) These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for the Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engin~er 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. CS-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 in~ringernents. 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 au~~0rity to reject materials or equipment to suspend work until the question at issue can be referred to and be decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any inst~uctions contrary to the requirements of the Contract Documents. He will in no case act as superintendent or foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not acc~pt 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 a~peal to the Engin e er for h i s deci s ion on the matter in controversy. cs-s (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 ~eplaced 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 Gontractor· to comply with any order of the Engineer made under ih~ 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-s (5) substitute from that specified and indicating available maintenance service. No substitute shall be ordered or i .nstalled without the written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as owner may require which shall be furnished at Contractor's expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employed by either of them fr6m and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. c5.:..5 .12 SAMPLES AND TESTS 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 f~ilure of the Owner to make anj tests of materi~ls shall be in no way relieve the·Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the ·contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use the mat~rials represented by the sa~ples 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 us8d 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) .. .' ;I' - - --' 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 m~ny gas mains, water mains, conduits, sewer lines and service lines for all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, pro~ision for whi~h 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 prot~ct all existing utilities, structures and service lines. Verification of existing 'utilities, structures and service lines shall include notification of all utility 6ompanies 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 whe~e the interruption of service is netessary, the Contractor, at least 24 hours 1n advance, shall be required to: 1. Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption. CS-5 (7) b. 2. Notify each customer personally through responsible personnel as to time and schedule of the interruption 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 (~ater) (sewer) service will be inter- rupted on between the hours of and This inconvenience will be as short as possible. · Thank you, Contractor Address Phone Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above,but immediate. CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts or neglect on the part of the Contractor, any other Contractor or any sub-contractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub-contractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner will notify the Contractor, who shall indemnify and save harmless the Owner against any such claim. rs-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 accomolished in keeping with a daily routine established t~ the the satisfaction of the Engineer . Twenty-fours fours af t er written notice is given to the Contractor that the clean-up on the job si~~ is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the CS-5 (8) unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 25% of such costs, shall be deducted from monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and 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, tempor~ry structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the · work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and n2w appearing condition. No extra compensation will be made to the Contractor for any clean-up required on ~he 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 ha~ been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of (inal inspection of the work. C5-5 (9) -. .. PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS A~D PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.l LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and _save harmless the ~ity 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 himsel1 or his employees. C6-6.2 PERMITS AND LiCENSES: The Contractor shall procure all permits and licenses, ~ay all charges, costs and fees, and give all notices necess~ry and incident tb the due and lawful prosecution of the work. C6-6.3 PATENTED DEVIC~S, MATERIALS AND PROCESSES: If the Contractor is reqtiir~d or desir~s 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 p a t e n t e d d e s i g n , d e v i c e , ma t e r i a 1 o r p r o c e s s -, o r a n y 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 reison of such infringement at any time during the prosecution of the work or after completion of the workJ provided, however, that the Owner will assume the responsibility to aefend any and all suits brought £or the infringement of any patent claimed to be infringed upon by the design, type of construction or material or equipment specified in th~ Contract · Documents furnished the Contractor by the Owner, and to hold the -Contractor harmless on account of such suits. C6-6 Cl) C6-6.4 SANITARY PROVISIONS: The Contractor shall establish aqd enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into irrunediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly seclud~d from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by the Contractor. All such facilities shall be kept in a clean aod sanjtary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly, complied -with. C6~6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about tbe work shall be so placed and used, and the work shall at all times· -be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to property contiguous to the work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular · traffic, except during actual ·trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement of crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer. If diversion of traffic is approved by the Engineer ' at any location, the Contractor shall make arrangements satisfactory to the Engineer at any l ocat ion, the Contractor shall make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his own expense, provide all materials and perform all work necessary for the construction and m~intenance of roadways and bridge~·for such diversion of traffic. Sidewalks mus~ not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in the construction of the work shall be placed so as not to endanger the war~ or prevent free access to all fire hydrants, fire alarm boxes, police call boxes , water valves, C6-6 (2) -~ ' gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work done or materials furnished by the Owner or by the City shall be deducted from monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Departmeni Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and, when so directed by the Engineer, shall -keep any street, streets, or highways in condition for unobstructed use by fire apparatus. the Contractor shall promptly notify the Fire Department Headquarters . when all such obstructed streets, alleys, or hydrants are again placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. The Contract6r 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 cl~ims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in tl1e 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 stor~d in such space, but no more than is necessary to avo·id 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 no t to inconve~ience occupants of adjacent property. If the stre e t 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 upop the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. c6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any 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 shail give the City notice not less than five days prior to the time of his intentions to begin work on that portion of the . project which is· related to the railway properties. The Contrac·tor will not be give~ extra or additional compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in br adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights and danger signals, shall provide such watchmen, and shall .take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and 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 Devices -for Streets and Highways" issued under the authority of the "State of Texas Uniform Act ?-egulating Traffic on Highways", codified as Article 6701d Ve~on's Civil Stc1tutes, pertinent. sections being Section Nos. 27, 29, 30 and 31. C6-6 (4) 1 F ' 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 m~st 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-installatiori 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 cdnvenience 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. 26-6.9 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 t ·imes so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corpo~ation, 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 ~ontractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coveraae to protect a g a i n s t any damages and/or i n j u r i es a r i s i n g o u~ t o f such use of explosives. All claims arising out of the use of explosives shall be investigated and a written report made by the Coritractor's insurers to the Engineer within ten (10) days a~ter receipt of written notice of the claim to the Contractor from either the C i t y or the c 1 a i m a .n t . The C i t y s ha 11 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 mentiohed above and shall, insofar as possible, not use ·heavy traffic routes. C6~6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his own expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City . The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission fro;n 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 s9ecifically 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 a~d shall use C6-6 (6) , ' every precaution to prevent damage to all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lirtes, 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 pe 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 prop e rty of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direc~ or indirect or injury is done to priblic 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 repairi~g, 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 th~ 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 provid e d at the permanent easements limits, before the fence is cut. Temporarf 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 it~~s bid in th e project C6-6 (7) proposal. Therefore, no separate payment shall be allowed for any service associated with this worK. I~ case of failure on the part of the Contractor to restore such property to make good such damage or injury, t 'he Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condit i on results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby ~ill be deducted from any monies due or to become due to the Contractor under this Contract. C6-6 .11 INDEPENDENT CONTRACTOR: It is understood and agreed , by the parties hereto that Contractor stiall peiform all work and -services hereunder as an independent contractor, and not as an officer, agent, servant oi employee of the Owner. Contractor shall have exclusive control of and the ~xclusive right to control the details of all the work and services performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractors, subcontractors, licensees and invitees. The doctrine of respondea~ superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and doe~ hereby indemnify, hold harmless and defend Owner, its officers, agents, servants, and employees from and against any an all claims or suits for property damag~ 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 agr~e to assume all liability and responsibility of Owner, its officers agents, servants and employ2es for property dam~ge or loss, and/or personal injuries, includi~g 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 e mploy e es, car.tractors, subcontractors, licensees and invit e es, wh e th e r 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 the Owner. Contractor likewise covenants and agrees to, and does heieby, in~emnify and hold h·armless 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 Depart~ent, as ·evidenced by a final inspection, final payment to the Contractor 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 s~mi-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 o~ 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. .n.t the C6-6 (9) expiration of the six month period the Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation for any alleged damage by reason of the acts or omissiotis of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which any such damage is claimed to have been sustained, ihe Contractor shall file with the En~ineer an itemized statement of the details and amount of such alleged damage and, upon request, shall give the Engineer access to all books of ac~ount, receipts, vouchers, bills. of lading~ and other books or papers cont~ining any evidence as to the amount of such alleied damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment ori a~count of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved oi interfered with until order~ thereupon have ~een issued by the Engineer. The right is reserved to the owners of public utilities to enier the geographical limits of the Contract for the purpose of making such changes or repairs to their property that may be necessary by the performance of this contract. C6-6.15 TEMPORARY . SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connectioris for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expens8, adequate pumping facilities and tem9orary outlets or diversions. ~ The Contractor, at his own cost and expense, sh~ll construct such ~roughs, pipes, or other struttures necessary, and be prepared at all times to dis_?ose of drainage 2nd .sewage C6-6 (10) received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with a~y construction work, he shall make complete and satiifactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the ~ontractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's respons1bility in the use of all existing (ir~ 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 es~iblished by the Director of the Fort Worth Water Department. - C6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into. use u~on 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. CE~6.18 . CONTRACiOR'S RtSPONSIBILITY FOR THE ~ORK: Until written acceptan~e by the Owner as provided for in these Contract Documents, the work _shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part C6-6 (11) thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work.· The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of mon~y or any payment for or acceptance of ~ny work, or any extension 6f time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of, any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6. 2 0 PERSONAL LIABILITY OF PUB·LIC 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 au.thorized representatives of the Owner; either personally or otherwise as they are agents and representatives of the City. C 6-6. 21 STATE SALES TAX: On a con tract awarded by the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, excise, and Use Tax Act, the ~ontractor 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 certificat~ issued by the Contractor in lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller's Ruling .011, and any other applicable State Comptroller rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owned improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (H) of the Texas limited Sales, Excise, and Use Tax Act, the Contractor c~n probably be exempted in th e sam~ mann e r stated abo v e. c 6....: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 eithei 1n 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, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof~ to any person or persons, partnership, company, r1rm, 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 impradticable 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 ( l) prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall also be submitted a table of eitimated 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 ~equence requested of all construction operations shall be at all times as specified in the Special Contr~ct Documents. Any deviation from scuh sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such . specification or approval by the Engineer shall not relieve the 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 judg~ent of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for the proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER 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 . ex~a~sted. 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 perso~s employed by the Contractor in or aboµt or on the work who, in the opinion of the Owner, shall miscoriduct 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 neces~ary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, 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 ?ny portion of the work shall be such that no injury to the work, workmen or adjacent property will result from its use. C7-7.6 WORK SCHEDULE: E~apsed working days shall be computed starting with the first day of work completed as defined in Cl-1. 2 3 "WORKING DAY" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in th'ese Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later than the proceeding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Conttactor 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 or·der. 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 comoletion 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 6f 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, firei 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 asounts or quantities than those set forth in the approved Contract Documents, then -the contract ti~e may be increased by Change . Order. C7-7.9 nELAYS: 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 bv the failure of the City to provide information or mat2rial, i f C7-7 (4) = any, which is to be furnished by the City . When such extra compen s ation is c l aime d a written statement thereof shall be pre s en t ed by the Cont r a c t o r to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval o r disapproval; and the action thereon b y the Council sha l l be final and binding. If delay is c au s ed by specif i c 9rders given by the Engineers to stop work, or by the performance of extra work , or by the failure of the C ity to provide materia l or necessary instructions for carrying on the work, then such delay will entitle the C o ntract o r to an equivalent extension of time , his application for which shall, however, be s ubject to the approval of the City Council; and no such extension of time shall r e lease the Contractor ~r the surety on his performance bond from all his obl i gations hereunder which shall remain in full forc e -until the discharge of the contract . C7-7 .1 0 TIME OF COMPLETI ON: The time of completion is an essentia l element of th~ ~ontract. Each bidder shall indi c ate in t~e ap p r o priate place on the last page of the Proposal the number o f working days or calendar days that he will require to fu l ly c o mplete this coptract or the time of completion will be specified by the City in the Proposal section of the contract documents. The number o~ days indicated shall be a realistic estimate of the time required to com~lete the work covered by the specific contract being bid upon . The amount of time so stated by the suc c e s sful bidder or the City will become the time of completi o n specified in the Contract Documents. For each calendar day that ~ny work shall r~main uncompleted after the time specified in the Contract Documents, or the increased time granted by the Own e r, or as automatically increased by additional work or materials ord e red ~ft e r the contract is signed, the sum per day given in th e following schedule, unless othe~wise specified in other parts of the Con t r a ct Documents, will be deducted from monies due the Contractor , not as a penalty, but as liquidated dacages sriffered b y 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 $ 25,0 0 1 tq $ 50 '-000 inclusive $ 105 .00 $ 50 ,001 to $ 100,000 inclusi v e $ 154.00 $ 100,001 t o $ 500,000 incl us i v e $ 2 10.00 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 incapable 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 li~ble to the City in the event the work is suspended by a court Order. Neither will the Owner be liable to the contractor by virtue of any Court Order or ~ction for which the O~ner is not solely r~sp6nsible. 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. Durin~ temporary suspension of work covered by this contract, for any reason, the Own _er will make no extra payment for stand-by time of construction equipment and/or construction crews ~ If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall ' take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to comolete· a portion of the project due to causes beyond the contr;l of an~ 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 solutio~ to allow construction to proceed is not available within a reason a ble period of time, then the Coritractor may be reimbursed for the cost of movi n g his ~quipment off the job and r e turning the ~ecessa r y equipment to the job when it i s de te rmined by the Engineer C7-7 (6) that construction may be resumed. Such reimburse ~ent shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. N~ 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 Presid e nt of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, mat e rials, and equipment for the prosecution of the . work with reasonable continuity for a Reriod 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 1·isting all necessary items of labor, materials, and equipm~nt not obtainable. If, ~ft~r investigations, the Owner finds that such conditions existing and that the inability of the Contractor to proceed is not a~tributable in ~hole 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 da_y_s, ·--··-- the Contractor ma y 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 £inal 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 b e suspended immediately on written order of the Engineer or the Contract may b e declared cancelled by the City Council for any good and s u ffici e nt c a use. The following, by way of e xa ~p le, 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 th~ work within 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 satisfact9rily. f. Failur e on the part of the Contractor to observe any requirements of the Contract .Documents or to c om p 1 y w i t h a 'n y orders g iv en by the Eng in e er or Owner provided for in these Contract ·Documents. g. Failure of the ·~ontractor promptly to make good any defect in materials or workmanship, or any defects of any nature ~he correction of which has been direc~ed in writing by the -Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrat i ng fraud ~on the City in the construction of work under contract. i. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. j. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the .Contractor commences legal action against the Owner. A ·copy of the sus~ension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any cause or causes, or when thB contract is cancelled, the Contractor shall ·discontinue the work or such part thereof as th~ Owner shall designate, whereupon the Sureties ma y , at their option, assume the contract or that portion thereof which the Own e r has ordered the Con tractor to discontinue, a n d 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 been served upon ihe 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 powe~ to complete, by contract or otherwise, as it may determine, the work h~rein d~scribed or such part thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession · of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said ·contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the Owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not · be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contractor, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with performance of the work by the Owner. C7-7.15 FULFILL~ENT 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 Do cu~ents have C7-7 (9) been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: A. 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 terminat~on 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 shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the Owner regarding such discretionary action. B. CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise dtrec~ed 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 excepi as may be necessary for completion of such portion of the work under the contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the notice of termination; 4. transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: C7-7 (10) C. a. b. the fabricated or unfabricated parts, work in process, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of termination; and the completed, or partially 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 Cont~actor 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 more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemej wai v ed. 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 amount or amounts which may be agreed upon to be paid to the Cont~actor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.16 (D) upon the whole amount to be paid to the Contractor by reason of the termination of 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 sol d , 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 ~ith the Engineer a request in writing for an C7-7 (12) H. equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by the notice of termination), such equitable adjustment as 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 th2 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 federalj 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 CB-8 MEASUREMENT AND PAYMENT SECTION CB-8 MEASUREMENT AND PAYMENT CB-8.l MEASUREMENT OF QUANTITIES: Th~ 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, b~sed on measurements made by the Engineer. These measurements will be made according t6 the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and items installed. CB-8.2 UNIT PRICES: When in the ~roposal 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 ccimpletion 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, arid all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. CB-8. 3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all 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. CB-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation, as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work at any ·time CB-8 (1) before its final acceptance .by the Owner, (except as provided in paragraph CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all 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 qualit~ of the material used or equipment or machinery. furnished in or about the construGtion of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfection, or .damage shall have been discovered on or before the final inspection and acceptance of work or during the one year guaranty ,period after final acceptance. The Owner shall be the s tj le judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and 5th day of each month the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later thari the 10th day of the month the Eng1neer shall verify .such estimate, ahd if it is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars ($100.00) in amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000 or greater within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimate may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part 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 t he Engine e r such infor mati o n as he may request to a id CS-8 (2) ....... him as a guide in the verification or the prepar~tion 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 sufriciency, or as an acceptance of the work _ done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the contractor fails to perform the work strictly in accordance with the specifications or provisions of this contract. ~8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contr~ct Documents. CB-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for the final inspection. The Engine~r shall notify the appropriate officials of the Owner, will within a reasonabte time make such final inspe~tion, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend fin~l acceptance of the project and final payment therefor as outlined in CB-8.$ below. · CB-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 t _he Contractor, a final estimate showing the value of the work will be pr~pared by the Engineer as soon a ·s the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are s~bject to nece~sary corrections or revisions in the final payment. C8-8 (3) The amount of the final estimate, less previous payments and anv sum that have been deducted or retained under the pr;visions 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 wor~h 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 liabilitie~ 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 connectea with the Contract. · The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8~8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent Engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations theret~. CB-8.10 GENERAL GUARANTY: Neith~r the final ceriificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the pre~ises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor o: liability in respect to any exoress warranties or responsibility for faulty materials or ~ork~anship. The Contrcctor shall remedy any defects or damages in ~he work and C8-8 (4) 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 t0e work unless a longer period is specified and~hall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outline. The Owner will give notice of observed defects with reasonable promptness. CS-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. , CS-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 us~d, 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. CS-8.13 RECORD DOCUMENTS: Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the site, in good order and annotated to show all changes made during the construction process. These shall be delivered to Engineer upon completion of the work. C8-8 (5) PART C1 SUPPLEMENTARY CONDITIONS TO PART 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 ~e 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 ~erification 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 th~ specifications or other provisions of this contract. C. Part C -General Conditions: Paragraph C3-3.l l 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: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees aild any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner ··receives · a written claim for damages against the Contractor or itir subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F. INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten Jhe improvements at any time when and as found to be necessary, and the Ctjntractor shall perform the work as altered, increased or decreased at the unit prices as ~st~blished in the coptract 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 11 • I Pg.2 . . G. C3-3. l 1 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 l. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H . C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following : The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses ip.curred 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 . I herein. I. C8-8.10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor ofliability 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 - -. - -. J. K. 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. Part C-General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is . delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The - Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth PurchasingDivision, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WlTHDRA WING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non--consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening · proposals, provided such telegraphic communication is received by t_he Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied · that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November I, 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 rev ised to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a . reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(5) Paragraph C3-3. l 1 INSURANCE delete subparagn1ph "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 adtrquate and appiopriate 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 fmal 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 11:ave 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 - - -. M . 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 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, Secti.on 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 ~nd/or initiating action under appropriate federal, state or local laws ()r 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. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Port Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. ( c) The contractor shall include ·in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. ( d) With each partial payment estimate or p·ayroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Revised 10/24/02 Pg.8 PARTD SPECIAL CONDITIONS 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 EXISTING UTILITIES AND IMPROVEMENTS .................................................................. 7 CONSTRUCTION TRAFFIC OVER PIPELINES ............................................................... 8 TRAFFIC CONTROL ......................................................................................................... 8 DETOURS ......................................................................................................................... 9 EXAMINATION OF SITE ............................................................................................... 9 ZONING COMPLIANCE ................................................................................................ 9 WATER FOR CONSTRUCTION .................................................................................. 10 WASTE MATERIAL ........................................................................................... .' ......... 10 PROJECT CLEANUP AND FINAL ACCEPTANCE ...................................................... 10 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ................................ 10 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ........................... 10 BID QUANTITIES ......................................................................................................... 1 t CUTTING OF CONCRETE .......................................................................................... 11 PROJECT DESIGNATION SIGN .................................................................................. 11 CONCRETE smEWALK 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 02114/07 SC-1 PART D -SPECIAL CONDlTIONS 0-52 INSTALLATION OF WATER FACILITIES ................................................................... 39 52.1 Polyvinyl Chloride (PVC) Water Pipe ........................................................................... 39 52.2 Blocking ....................................................................................................................... 39 52.3 Type of Casing Pipe .................................................................................................... 39 52.4 Tie-Ins ......................................................................................................................... 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 .1 2 Ductile Iron and Gray Iron Fittings ............................................................................... 44 0-53 SPRINKLING FOR DUST CONTROL. ......................................... , ............................... 45 0-54 DEWATERING ............................................................................................................ 45 0-55 TRENCH EXCAVATION ON DEEP TRENCHES ......................................................... 45 0-56 TREE PRUNING .· ....................................................................................... .' ................. 45 0-57 TREE REMOVAL ......................................................................................................... 46 0-58 TEST HOLES .............................................................................................................. 46 . 0-59 PUBLIC NOTIFICATION ·PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ........................................................................................................ 47 TRAFFIC BUTTONS ................................................................................................... 47 SANITARY SEWER SERVICE CLEAN OUTS .............................................................. 48 TEMPORARY PAVEMENT REPAIR. ...... : .................................................................... 48 CONSTRUCTION STAKES ......................................................................................... 48 EASEMENTS AND PERMITS ...................................................................................... 48 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................ 49 WAGE RA TES ............................................................................................................ 49 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ..................................... 50 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ........................................................................................................... 51 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS ................................................................................... 53 0-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................ 53 Q.;71 EARLY WARNING SYSTEM FOR CONSTRUCTION ..................................................... 54 0-72 AIR POLLUTION WATCH DAYS .................................................................................... 54 0-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS .......................................... 55 02114/07 SC-2 PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C 1 - 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: 42-INCH AND 12-INCH WATER MAIN REPLACEMENTS FOR W7 DEVELOPMENT IN FOCH STREET FROM W. 7TH TO MORTON STREET DOE PROJECT NO. 5839 CITY PROJECT NO. 00877 WATER DEPARTMENT NO. P264-609150087783 0-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above . The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained , the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions , are made a part of the General. Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General . Specifications , which general specifications shall govern performance of all such work . This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions : 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 02114/07 SC-3 PART D -SPECIAL CONDITION$ 2. STAN.OARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth , Texas 76102 . The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time . Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered , accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the officiaJ 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 . 8 . VVITHDRAWING 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-considerat ion 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 open ing 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. 02/14107 · SC-4 PART D -SPECIAL CONDITIONS 0-3 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 d irectly 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, Sect ion 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 reta in all required certificates of coverage for the duration of the project and for one year thereafter. 02114/07 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 serv ices 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. Ret~iri all required certificates of coverage on file for the duration of the project and for one year thereafter. 6 . Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known , of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts , to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage , the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project , that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or , in the case of a self- insured, with the commission 's Division of Self-Insurance Regulation. Providing false or 02114/07 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 . Th is notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population . The text for the notices shall be the following text, without any additional words or changes : "REQUIRED WORKER'S COMPENSATION COVERAGE ,.1;·. 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 ernployer ·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 02114/07 SC-7 PART D -SPECIAL CONDITIONS considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations '. Cont(i at9r shall nia~e ~u h,¢cessary ,provisions (as approved or authorized by the ,applicable uJitity cornpanyf tor the Sl:U)port, protection and/(?r temporary refo~tion of all Utilicy poles, gas lines, t!31ephone cables, utilit}(\l,ervices ,;'Yt(ater mains,· sanitary sewer lines, electrical ~a bles ; drainage pipes, an~ all other uti.litie i md struelures both above and below ground during construction. It is understood.that the Contractor is nol r°e sponsible for the ermanent eloc · o · o existing ut ·ti · s in direct conflict witti the P.ro· ··osea · construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSAT ION 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 rig ht 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 util ities involved and from evidences found on the ground . 0-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City . In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed . It still is , however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation . D-8 TRAFFIC CONTROL 02114107 SC-8 PART D -SPECIAL CONDITIONS The contractor will be required to obtain a "Street Use Permit" prior to starting work . As part of the "Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon 's Civil Statutes , pertinent sections being Section Nos. 27 , 29 , 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett. City Traffic Engineer at (817) 871-8770, at the pre-construction conference. Although work will not be'gin 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 n-ot 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 subsid iary 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 facilitie s 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 02114107 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 ow~ 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 w ork 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 aspha lt or concrete and other construction materials , a11d in general preparing the site of the work in an orderly manner and appearance . The City of Fort Worth Department of Engineering shall give final acceptance of the completed project work. D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction With starting and completion dates, including sufficient time being allowed for cleanup . 'The Contractor sh~II Doi ''. ' ' '----,. '~~ft!' ._-•.• ' ' . ' ,t,, ,_:' '.i!r< -~--"'· ij F':>'~:tm7!1ce ~it hwater anc;t{~f.c~~nita,CY. ~~wer installati g,:1 until such time that the • .$4 tve~ cut"'sh E1et~ have been ,received from the Ci~ ins ec!ru:1 D-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 02114/07 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 OPERA TE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections . 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCORE) who will erect temporary mechanical barriers, de- energize the lines , or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth . The notifying department shall maintain an accurate log of all such calls to ONCORE, and shall record action taken in each case . 4. The Contractor is required to make arrangements with the ONCORE company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense . 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). 0-17 BID QUANTITIES Bid quantlties 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 ant icipated profits based upon differences in estimated quantities versus actual quantities. 0-18 CUTTING OF CONCRETE When existing concrete is cut , such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. 0-19 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 : 02/14107 (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, b~tween 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 sha ll be installed in accordance with City of Fort Worth Public Works Department Standard Specifica t ion for Construction, Item 502 . Payment for cutting , backfill , concrete , forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions . Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D-22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208 .2 -Materials and Division 2 Item 208 .3 -Materials Sources . Trench backfill and compaction shall 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 02/14107 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. D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% ....i 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. 02/14107 SC-13 PART D -SPECIAL CONDITIONS The City , at its own expense , will perform trench compaction tests per A.S.T.M . standards on all trench backfill. Any retesting required as a result of failu re to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City . These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system t o the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City . 4. MEASUREMENT AND PAYMENT : All material, with the exception of Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe . Type "B" backfill shall be paid for at a pre-bid unit price of $15 .00 per cubic yard . 0-25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition , thickness , etc., to existing paveme nt as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 2000-1 through 2000-3. The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface . This finished grade shall be maintained in a serviceable condition unt il the paving has been replaced . All residential driveways shall be accessible at night and over weekends . It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width . Therefore , at the locations in the project where the trench wall is three (3) feet or less from the lip of the exist ing 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 suitab le 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 construct ion. This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Department of Engineering . 0-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) 02/14107 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. B. STANDARDS : The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width , where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps , usually with vertical or near-vertical surfaces between levels. 3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away from the excavation . 4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes" or "trench shields ". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure . Shields can be permanent structures or can be designed to be portable and move along as the work progresses . Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave-ins . Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting . D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation . The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools , materials, equipment and incidentals necessary for the installation and removal of trench safety systems . D-27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement , and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans , and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E 1-14 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 02114107 SC-15 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 E 100-4 and shall be fitted and installed according to the manufacturer's recommendations . Stainless Steel manhole inserts shall be required for all pipe diameters 18" and greater. 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground . The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole . Manholes in . open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS : All lids shall have pick slots in lieu of pick holes . Manhole frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots . Covers shall set flush with the rim of the frame and shall have no larger than 1 /8-inch gap between the frame and cover . Bearing surfaces shall be machine finished . Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on . the plans . Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use where locking lids are specified . 6. SHALLOW CONE MANHOLES : Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be bui lt 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. 02114107 SC-16 - PART D -SPECIAL CONDtTIONS 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. 8 . 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. 02/14107 Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings . Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced . Grade rings that are constructed of brick , block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame . If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface . If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on 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 construction of new manhole , including, but not limited to, excava t ion, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coa t ing. Payment shall not include pavement replacement , which if required, shall be paid separately. The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole , including but not limited to , joint sealing , lift hole sealing, and exterior surface coating . Payment for concrete collars will be made per each . Payment for manhole inserts will be made per each . D-28 SANITARY SEWER SERVICES Any reconnection , relocation, re-routes , replacement , or new sanitary sewer service shall be required as shown on the plans , and/or as described in these Special Contact Documents in . addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard fact ory 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 02114107 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 sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to . the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles , tees , fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps . E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line . If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line , all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer . For situations involving sewer service re-routing , whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines , the Contractor shall verify (by de-holing at the building clean-out) the elevations (shown on the plans) at the building clean-out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re -route. All applicable sewer mains, laterals and affected service lines that are installed without pre-construction de- holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense ir:i 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 respons ible 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 serv ice for which no grade verification has been submitted. All re- routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense . The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S .T.M . C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property . Furthermore , the contractor shall utilize the services of a licensed plumber for all service line work on private property . Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private ~ property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the 02114107 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 wat~r 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 surfijce and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a poin t 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 . 02114107 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 Backfil l. 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 su r rounding 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. 02114107 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 2% pounds/1 inch/100 '. The tape shall be color coded and imprinted with the message as follows : Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability . Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill , bedding, blocking , detectable tapes , and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). ) D-31 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors . Each joint shall be swept daily and kept clean during installation . A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. D-32 DISPOSAL OF SPOIUFILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the Directo r 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 f lood 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. 02114/07 SC-22 - - liiiiil - - - - 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 ident ify 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 02114/07 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 responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning . 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the doymstream 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 02114/07 · documentation shall be used to move the camera through the sewer line. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized . All television inspection videotapes shall have a footage counter . Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other suitable device, and the accuracy shall be satisfactory to the Engineer. 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 incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION . TELEVISION INSPECTION OF SANITARY SEWERS : The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particu lar piece of sewer can be readily evaluated as to existing sewer cond itions and for providing appropriate means for review of the tapes by the Engineer including collection and removal , transportation and disposal of sand and debris from the sewers to a legal dump site. 02/14/07 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 methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections . The cost of retrieving the TV Camera , under all circumstances , when it becomes lodged during inspection , shall be incidental to TV Inspection . The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable , regular sewer service to the area residents . All bypass pumping shall be incidental to the project. 0-36 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 . 02114/07 The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole . The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed , the level of vacuum shall be read after the required test time . The required test time shall be determined from the Table I below in accordance with ASTM C 1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (1 O"Hg -9"Hg) (SEC) Depth of MH . 48-lnch Dia . 60-lnch Dia . (FT.) Manhole Manhole 0 to 16' 40 sec . 52 sec . 18' 45 sec . 59 sec . 20' 50 sec . 65 sec. 22' 55 sec . 72 sec . 24' 59 sec . 78 sec. 26' 64 sec. 85 sec. 28' 69 sec . 91 sec. 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. 8. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions . The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: 1. TELEVISION INSPECTION : The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of 02114/07 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 t han 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 locatiqn of sewer service taps shall be above ground by means· of meter device. Marking on the cable , or the like , which would require interpolation for depth of manhole , will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other suitable device , and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera , under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection . Sanitary sewer mains must be laced with enough water to fill all low pints . The television inspection must be done immediately following the lacing of the main with no water flow . If sewer is active , flow must be restricted to provide a clear image of sewer being inspected . 2. DOCUMENTATION : Television Inspection Logs : 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 vi sual 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 . 02/14107 If the tapes are of such poor quality that the Engineer is unable to evaluate the condi t ion 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 us ing 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 02/14107 SC-29 PART D -SPECIAL CONDITtONS 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 . 8 . CONSTRUCTION REQUIREMENTS : The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams , other water courses, lakes , ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes , dams, sediment basins, slope drains and use of temporary mulches , mats, seeding , or other control devices or methods directed by the Engineer as necessary to control soil erosion . Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S. capability and progress in keeping the finish grading , mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule . Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 2. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams . 3. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams . 4. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 5. All waterways shall be cleared as soon as practicable of false work , piling , debris or other obstructions placed during construction operations that are not a part of the finished work . 6. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels , oils, bitumen, calcium chloride or other harmful materials . He shall conduct and schedule his operations so as to avoid or minimize siltation of streams , lakes and reservoirs and to avoid interference with movement of migratory fish . C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES 02114/07 SC-30 - PART D -SPECIAL CONDITIONS The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when CO!lstruction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays . The Contractor shall conduct hi.s activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. 0-42 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs , trees , etc ., shall be preserved or restored after completion of the work , to a condition equal to or better than existed prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense . Trimming or pruning to facilitate the work will be · permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing . By ordinance, the Contractor must obtain a permit from ~he 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. 0-43 SITE RESTORATION The contractor shall b~ 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. 0-44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements . 0-45 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. 02114/07 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 performed in accordance with the requirements hereinafter described . Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding 02114/07 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 flJfTOPls. SOd """t'C.7Al -c --=- ten/ers ;f m a/JPfOXimateJy three (3) inches s u~ND1Tt0Ns . ;net, be10 J;h~n1!f ~ CO that the lop of the ~od :h:~tio':6 Placed on twelve 112) inc mstea d of furrows. The gr~de. Holes of equivalent depth be :;ore t~an one-half (112) area shall be carei so, sha ll be fi rm around each an spacing may be used (2 5) pounds per sq~~;~~e~ with a he~vy, hand roller de~!fi;in~n~;hen the entire sodded c compression. Hand tamping ma b I ee~ (15) to twenty-five b. Block Sodding. Y e required on terraces . At locations on th O . th e ra wm gs or where directed e prepared areas. The sod shall be so , sod blocks _shall be carefully placed on covered, and any voids le ft in the block plac~d that the entire designated area shall be ta:ed. The entire sodded area shall be r~~:1ng ds~all be filled with additional sod and so , mass. Surfaces of block sod which in an . ~mped to form a thoroughly compact the _height or slope of the surfa~ or ~ t the opinion o~ the Engineer, may slide due to Engineer, be pegged with wooden e s a ~re of the soil, shall,. upon direction of the sufficiently close to hold the block so~ frrmt'i~e~l~~~~ugh the sod block to the firm earth, When necessary, the sodded areas shall b h . and shaped to conform to the er -. e smo~t ed after planting has been completed sodding o erations wer oss section p~ev1ously proy1ded and existing at the time ~~~oprl~t~d~verfr the a~111a~~':9.,~~~s~{ ::::•if f:~":ifr~::gb;~~:a~~~~n:~"s~,~~;~~~ su ace w1 present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shal! be sub~equently ~atered 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 D~SCRIPTION: "Seeding" will consist of preparing ground , providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS : a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers . A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. 02114107 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% / Buffalo Grass Varieties Top Gun Cody 95% 95% 90% 90% -Table 120.2.(2)aRA. TE (lbs )· Pure Live Seed (PLS) ON SEEDING · ' URBAN AREA WARM-SEAS . · Mixture for Oates Feb 1 to May 1 Mixture for Clay or Tight Soils Sandy Soils (bll Sections) Bermudagrass 60 Buffalograss 40 (Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total: 100 Total: 100 Total: Table, 120.2.(2)b TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (Pl,.S) Dates Aug 15 to May 1 (All Sections) Tall Fescue Western Wheatgrass Annual Rye Total: 50 50 50 100 100 - CONSTRUCTION METHODS: After the designated areas have_been co_mpleted_to the line~, grades, and cross-sections shown on the Drawings and as provide~ for m other items_ of this Contract, seeding of the type specified shall be performed m accordance with the requirements hereinafter described . a. Watering . Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. b. Finishing . Where applicable, the shoulders, slopes , and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed . If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section D-45, Construction Methods,· is not applicable since no seed bed preparation is required. DISCED SEEDING : Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The. se~d, or seed mixture, s_pecified shall then be planted at the rate required and the application shall be made uniformly . If the sowing of seed is by hand rather than by 02/14107 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 six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings , or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0 .3) gallons per square yard . It shall be applied to the area in such a manner so that a· complete film is obtained and the finished surface shall be comparatively smooth. RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration . * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 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 02114/07 SC-35 / / PART D -SPECIAL CO,NDITIONS 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 labe led showing the analysis . The fertilizer is subject to testing by the City of Fort Wort h 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 Agricul t ural Chemists . In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS : When an item for fertilizer is included in the Drawings and proposal , pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Enginee r. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at t he average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site . Measurement will be made only on topsoils secured from borrow sources . Acceptable material for "Seeding" will be measured by the linear foot , complete in place. Acceptable material for "Sodding" will be measured by the linear foot , complete in place . Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work . Its price shall be full compensation for excavating (except as noted below}, loading , hauling, placing and furnishing all labor, equipment , tools, supplies , and incidentals necessary to complete work . All labor, equipment , tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly . "Spot sodding" or "block sodding" as the case may be , will be paid for at the contract unit price per square yard , complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod ; for all rolling and tamping ; for all watering; for disposal of all surplus materials ; and for all mate rials , labor, equipment , tools and incidentals necessary to complete the work , all in accordance with the Drawings and these Specifications . 02114/07 SC-36 PART D -SPECIAL CONDITIONS The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the un it price for "Seeding", or "Sodding", of the type specified , as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding . D-46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction . All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM " for all applicable manholes and maintain an active file for these manholes . The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces . D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7 . Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. . . 8. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected . 9. The contractor shall take immed iate 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 Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering . 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area . 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations . The Engineer shall be notified 02/14107 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 du ring construction shall be removed and replaced with the same type and diameter tree at the contractor's expense . 8. Contractor shall employ ~ qualified landscaper for . all the work required for tree ca re to ensure utilization of the best agricultural practices and procedures. 9. · Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1 /2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D-49 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D-50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City . Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench . Construction material shall consist of compacted bentonite clay or 2:27 concrete . Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. D-51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6 . At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility , the contractor shall contact the engineer immediately for appropriate design modifications . The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the 02/14107 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 (0-Hole). Payment shall not be made for verification of existing utilities per item 0-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys , and all incidentals necessary to complete the work , shall be the unit price bid . No payment shall be made for exploratory excavation(s) conducted after construction has begun . D-52 INSTALLATION OF WATER FACILITIES 02114107 52.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents. Payment for work such as backfill, bedding, blocking , detectable tapes and all other associated appurtenant required , shall be included in the linear foot price bid of the appropriate BID ITEM(S). 52.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents . All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 52.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe, coal-tar protective coating in accordance with . the requirements of Sec. 2 .2 and related sections in AWWA C-203 . Touch-up after field welds shall provide coating equal to those specified above . C. Minimum thickness for casing pipe used shall be 0.375 inch . Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing . Installation shall be as recommended by the Manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E 1-15 and Construction standard E2-15 as per Fig . 110 of the General Contract Documents. 3 . PAYMENT : Payment for all materials , labor, equipment, excavation , concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 52.4 Tie-Ins SC-39 02114/07 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 t ie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction . The cost of making tie-ins to existing 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 CS-5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time , and schedule of the service interruption . The cost of removing any existing concrete blocking shall be included in the cost of connection . Unless bid separately all cost incurred shall be included in the linea r foot price bid for the appropriate pipe size . 52.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected . This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service . Payment for work such as backfill, bedding, fittings, blocking and all other associated appurtenants required , shall be included in the price of the appropriate bid items. 52. 7 Water Services The relocation , replacement , or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. · All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops , type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches . All materials used shall be as specified in the Material Standards (E 1- 17 & E 1-18) 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 beh ind 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 . 02114/07 When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fitt ings, 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 E 1-18A ~ Reinforced Plastic Water Meter Boxes . Payment for all work and materi~ls 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 mult iple 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 mult iple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size _ of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 52.8 2-lnch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service . 02114107 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 poi nt of connection to the City water supply . The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation . 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 connect ions, 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. 02114107 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 02114/07 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 to an existing pressure plane boundary . Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 52.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer . The appropriate water sampling station will be furnished to the Contractor free of charge ; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS : Payment for all work and materials necessary for the installation of the 3/4 -inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main . Payment for all work and materials necessary for the installation of the sampling sta t ion, 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 stat ion , modification to the vault , fitt ings , 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 Construct ion Specification E2-13. Wrapping shall precede horizontal concrete blocking , vertica l tie- down concrete blocking , and concrete cradle . Payment for the polyethylene wrapp ing , 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 . 0-53 SPRINKLING FOR OUST 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. 0-54 OEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. 0-55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition. 0-56 TREE PRUNING A 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 D. 02114/07 3. Steel "T" = Bar stakes, 6 f~et 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. ROOT PRUNING 7 . Survey and stake location of root pruning trenches as shown on drawings. SC-45 PART D .. SPECIAL CONDlTIONS 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone . 9 . Backfill and compact the trench immediately after trenching . 10. Place a 3-foot wide by 4 -inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity . Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation . · 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING : Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price . 0-57 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 . 0-58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils , including the amount of rock, if any , through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condi t ion. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification , it is expressly declared that neither t he City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs . It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated . The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site . The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. 02114/07 SC-46 PART D -SPECIAL CONDITIONS D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction . The notice shall be prepared as follows : .,, The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's · letterhead and shall include the following information : Name of Project , DOE No ., Scope of Project (i.e . type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached . The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition , a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed . The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption . The flyer shall be prepared on the contractor's letterhead and shall include the following information : Name of the project, DOE number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached . A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed . The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Construction office at (817) 871-8306. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D-60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shal1 be considered a subsidiary item. In the event that the contractor prefers for the Signals , Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 871-8770 and shall reimburse SSMD for all costs incurred , both labor and material. No additional compensation shall be made to the contractor for this reimbursement. 02114/07 SC-47 PART D -SPECIAL CONDITIONS 0-61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced , the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways , streets , sidewalks , etc. whenever possible. When it is not possible, the cleanout stack and cap shall be cast iron. Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts . 0-62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base . The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to prov ide smooth rideability on the street as well as provide a smooth transition between the existi ng pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item . The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized . The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. 0-63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or ot her customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction , and centerlines and benchma rks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.}, and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving . It shall be the sole responsibility of the Contractor to preserve , maintain , transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished . If the City or its agent determines that a sufficient number of stakes or markings provided by the City , have been lost , destroyed , or disturbed , to prevent the proper prosecution and control of t he work contracted for in the Contract Documents , it shall be the Contractor's responsibility , at the Contractor's sole expense , to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted , and time will continue to be charged in accordance with the Contract Documents . 0-64 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction , right-of-entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary .on City owned facilities , such as sewer lines or manholes . For locations where the City was unable to obtain the easement or right-of-entry , it 02114/07 SC-48 PART D -SPECIAL 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 b.e allowed for this item . The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing, understanding and complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs c;1ssociated 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 fla men during construction in railroad/agenc right-of-way . i:,or railroad . _ermits , any and all · ~ C9,t<· .. "' ~,s .. p~~~,a 10111~~!}~~ ~p, · · ' ._ i: .,h'per'!l!t( ,c/· ,-." •. :· Y!Jl,~~t !2-~ .... flagme . u mclucled m\tt, . p1d.Jtem " so .onstrtJction w1th1n , ~.:. •,t;, '.'f, ;.;~.·W -.1 ··:-'.{ ~~.-: ~g· /'"' ',"''<i-4>, ___ ,·_.:,'. __ ,,r: .. _.,_,~· -'>.1-·--i'· _ • '"',;,,""'-"'· . ---?-'. •..., ·, ;,1;'.;..;,. .., ijailrp~~ ;~gen~YR.iglit-gf-:-wa .... ,.• ;;~.!JQ.'1§1lf91'1'lR8n~--"'ff}S Ji!6is·:QaY, tt eir:n ., 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 locati'on 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 administrative costs, pursuant to Texas Government Code 2258 .023 . 02114/07 SC-49 PART D -SPECIAL CONDITIONS Complaints of Violations and City Determination of Good Cause. On receipt of information, inclµding a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor , the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred . The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination . Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation . Arbitration Required if Violation Not Resolved . An issue relating to an _alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the contractor or subcontractor and any affected worker do .not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under th is section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration . The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The contractor and each subcontractor shall , for a period of three (3) years following the date of acceptance of the work, maintain -records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (i i) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City . The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates . With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code . Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise 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 02114/07 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. B. · ACP is defined under NESHAP as a Category II, non-friable material in its intact state but which may become friable upon removal , demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health . The notification must be filed at least ten days prior to removal of the material. If it remains in its non -friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. C . The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D . It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs , which are the responsibility of the Excavator. (Copy of forms attached) F . The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents . 0-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE} PERMIT : As defined by Texas Commission on Environmental Quality (TCEQ) regulations , a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state .tx.us/permitting/water perm/wwperm/construct.html. Soil stabi lization 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 02/14107 SC-51 PART D -SPECIAL CONDITIONS Practices are construction management techniques that, if properly utilized , can minimize the need for physical controls and possible reduce costs . The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or great er 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 perm it for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O . Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to : · City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to : Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin , TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated 02114/07 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 SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fen~es, 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. D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative . The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative . The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28 .03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame . Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested 02114107 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 bas is the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or rnore (example: 10% of the work completed in 30% of the stated contract t ime as may be amende<:l by change order}, the following proactive measures will be taken : 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment , materials and labor to ensure completion of the work within the contract time . In the event the contractor receives such a letter, the contractor shall . provide to the City an updated schedule showing how the project will be completed within the contract time . 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware 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, within the Metroplex area, runs from May 1, through OCTOBER 31 , with 6 :00 a.m . -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the 02114/07 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 . 0-73 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 . 02114/07 SC-55 PART D -SPECIAL CONDITIONS 02/14107 SC-56 DOENO.XUX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON--------- BETWEEN THE HOURS OF AN»~~~~~- IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT ___________ _ (CONTRACTORS S_UPERINTENDENT) (TELEPHONE NUMBER) OR MR. _______________ AT ______________________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ----------------CONTRACTOR PART D -SPECIAL CONDITIONS Fl TEXAS DEPARTMENT OF HEALTH NOTE: CIRCLE ITEMS THAT ARE AMENDED DEMOLITION / RENOVATlON NO•TIFICATION FORM T D H NOTIFICATION#,,.,,-----,----,-------1!) Abatemen1 Contractor: TOH Uoem:e Number:,_,--___ _ Address: City: Slate: Zfp: __ _ Of!ice,\P!_\one Number.: ( ) . Job•$1~ Phone·Numbot:, __________ ___;_ __ Siw"&\pervis.or: TOH Licel\$e Number: ,Slte S.Upervtsor: ,·· TOH Uoen:se Number.----~--------Trainee! °'1-Sile NESHAP lm:J[vidual: C4;1r1ifiCQtion Date:. ______ _ Demoiition Cot1tractor: omce Phone Num~r-=-~--------Adr;fre$$.; .. City: Steite; Zfp;, ___ _ 2) Ptojeoet Col'\s1,Jltant or-Operator; TOH l.k::4;!nse Number. _____ _ Mailing Acldres.s; ____ -=:'::""~------,=-----=----,=-:----:-:---:--::--"""":"-~------Clty: S~: Zip: Office Phone N,umber: .___,__ ____ _ 3) Facll[lyONner.. _____ ~-------------------------, Attention: __________________________________ _ · M$iling ~dre»· . . . ,CIW;, · · · · · . _ ~te: Qp· . . Owner Phone Number{ } . . , ~,Notof The i~lco for· lh8 notification fee wlll be &el'lt tr, #le owner c;if tbt bulld.1ng and tho llllllngi ~cldN:1$$ for th• IIWOICa wlll: btt ,1;1: 9btal.MO:from thtlnform:ition 01:itlfi ptovidod In tht~iieetJori. ~ 4) E'Jescrfptlon ar Facility Nam.e=·--------~~----------~--------02/14107 f>lly&ical A<ldres'S: bounty: City: Zip; ___ _ Facility Phone Numbe F~ciity Contact Person:·-·------------OescnpliO!I of AreaJRoom Number.. ___________ ~------------------Prior Use; Fuluta Use:. ________________ _ Age of Bulldlng/Facllrty. Sitm: Number of Aoora· School {K. 12): lJ YES o NO 5} Type of Wodc a Demqlitlon o Renovatlon {Ab~tcmcnt) o Annual C<rns$Jlidated Work will be during: a Day o Evening o Night iJ Phased Project · Descripllon of work scheduJe:, ______________ ---------------6) .£$1):lis a P.ubElc Building? Ci YES .NES.HAP-Onty f~cmty? 0 YES CJ NO F'ederal FacUlty? DYES D NO lnduslriaJ Site? r;J YES O NO D NO Is Building/Facility Oceii~ied? 0 'YES O NO · 7) Notification Type CHECK ONLY ONE D Orlglnal (10 Worklng Days) O CanceUafion Q Amendment o Emergency/Ordered If lh~ is an amendment. which amendment. number Is this?_ (Enclose copy of ortg lnal andJor last amendment) If an eme_rgency, )Nho did you talk wlth at TOH? Emergency#;.,_------Date lind f.tour of Emargency (HHIMMIDD/YY);, ___ ~---08Sctiptlon of tt,e sudden,, un.cted event and explanatiOn of how the event caused! unsafe conditi0l1e or WouSd cause equipment damage (computers. machinery, etc'-------------------------8) Descdptton of proced&Pe$ to be followed In the event that llflexpected asbestos is found or previou$ly: non~friable asbestos material becomes aumb19d, pulvati2:8d. or reduced to powder:----------------9) W,:e& an Asbestos survey performed? o YES o NO D.lte: / / TOH ln$peclor ~nse No; _____ _ Nlalylical Metllod; 0 PL.M O TEM O Assumed TOH Labotl1lory license No: -.-----{For TAHPA (public building) prOj,ecls: an assumption must be made by a TOH Llcoosed lnspGctor) 10) O.escription of planned <femolition or mnovation work, type of material, e:nd method(s) to be used ... · -------t 1) Desaip.1ron of W<Jtk prec;tice1$ end englneerfng con.trots t.o be used to prevent emissfons of asbestos at tne demolitloo'renovalion;, _______ ~~~----------------------·---·-----~--------·---· --SC-58 PART D -SPECIAL CONDITIONS 12) ALL applicable lletns in the fo!loWing table m1,.1$t ~ c;ompleted ; IF NO ASBESTOS PRESENT CHECK HERE o Approximate amount of Cheek unit of measurement Asbestos.Cnntalning Building Material ...,_ __ ...;As:;.;;;;b;;::e'&to$=;.;:...---+--....--.-""""'1-....,..-.,---1 > • :f'yp& > RACM NOT rem.o~ I non-rriable removed I non-friabte removed I nOT1.fiiable NOT ~m~~ Interior Ca II non~ftiabre .Mmoved . Exterior Gate II n011-fiiabk! removed Cat ·II noo.fiiable NOT ~,:nove,e1 AACM o«-.Facurty Component Pipes i Surface Area • ln . Ln SQ A M Ft 13) Wast-e Transportftf Name: __ __,_ ____________ TOH LiQense Number.------Add'i'ess: ___________ City: ______ ....,,.,........,.State:. _Zip:, ___ _ Contact Perso11 : .Phorla Number: ..__....L..-------- 14) Waste Disposal Site Neme:. _______ __,.,..,......, ______________ -=----- Address: ... City: ______ ,--__ Slate: ___ Z-,p: ___ _ Telephone :( ... _..,,) _____ TNRCC Permit Numl)er. -------- 1 S) For structurally uns_ound facllltles, attach a. copy of demol'ition order and identify Govemme11ta l OfficiaJ below: Name: Registratio n No:-------------Tille._· __ .......,......., ....... ____ ..,........, ___ ~ Date of order (MM/ODNY) l J Date order to begin (MM/00/YY} / / 16) Scheduled Oates of Asbestos Abatement . (MMIDDIYY) Start __ _,___._I __ Complete : _...:.I _ __._( 17) Schedul$d Dates DernoliUon/Renovation {MM/00/YY} Slart: J J Complete:. _ _,/'---_,/'------ .., Note: tr the st.an. date an this nctiflcatio.n can not bo mol, tho TOH Re1i)kinal or Local Program office Must be contaclad by phone prior to the llitart date. Failure to doao Is avlofatlon In ac.c.ordanto to TAHPA. S~ton 295.,1. I hereby oertify lt11n all Information I h:ave provided Is correct, complete. and 1rue to the best of my knowledge. I acknD'Nledge that I am responsible for all 3$:pects of the notifica1ion form, including, but not lfmiling. c:oolent and submiss ion dates . The maxim1,.1m penally i$ $10,000 per day per violation. (Signat ure or BulllJlng ~nerl Operator or Oel~ted Coosultant/Conlraciot) (Printed Nam&) (Dais} (Telephone) {Fax Number) ";,:,,~ ':'.,•'fi,los -~n~t ~ey:1¥)irld* ASBESTOS NOTIFtCATlON SECT.ION TOXlC SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT OF HEALTH PO BOX 143538 AUSTIN, TX 78714-3538 ' PH: 512-834-86()0 , 1-4300-:572-5548 Form APB#5, dated 071291()2. Replaces TOH form dated 07113/01. For assisranCEi' in c;ompfeling frxm, ~ 1-800-572-5548 02114/07 SC-59 PART DA ADDITIONAL SPECIAL CONDITIONS - DA-1 DA-2 DA-3 DA-4 DA-5 DA-6 DA-7 DA..S DA-9 DA-10 DA-11 DA-12 DA-13 DA-14 DA-15 DA-16 DA-17 DA-18 DA-19 DA-ao DA-21 DA-22 DA-23 DA-24 DA-25 DA::26 DA-27 DA-28 DA-29 DA-30 DA-31 DA-32 DA-33 DA-34 DA-35 DA-36 DA-37 DA-38 DA-39 DA-40 DA-41 DA-42 DA-43 DA-44 DA-45 DA-46 DA-47 11/2/04 PART DA -ADDITIONAL SPECIAL CONDITIONS AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (Omitted) ............... 4 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (Omitted) .................................... .4 PIPE ENLARGEMENT SYSTEM (Omitted} ....................................................................... .4 FOLD AND FORM PIPE (Omitted) ..................................................................................... 4 SLIPLINING (Omitted) ........................................................................................................ 4 PIPE INSTALLED BY OTHER THAN OPEN CUT (Omitted) .............................................. 4 TYPE OF CASING PIPE (Omitted) ........... : ......................................................................... 4 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR ..................................................... 4 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION (Omitted) .......... 6 MANHOLE REHABILITATION (Omitted) ........................................................................... 7 SURFACE PREPARATION FOR MANHOLE REHABILITATION (Omitted} ....................... 7 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM (Omitted) ........ 7 INTERIOR MANHOLE COATING -QUADEX SYSTEM (Omitted) ..................................... 7 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM (Omitted) ............................. 7 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM (Omitted} ........................... 7 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER (Omitted) ............................................................................................................................ 7 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (Omitted) ............................. 7 RIGID FIBERGLASS MANHOLE LINERS (Omitted) .......................................................... 7 PVC LINED CONCRETE WALL RECONSTRUCTION (Omitted) ....................................... 7 PRESSURE GROUTING (Omitted) .................................................................................... 7 VACUUM TESTING OF REHABILITATED MANHOLES (Omitted) .................................... 7 FIBERGLASS MANHOLES (Omitted) ................................................................................ 7 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES (Omitted) ............ ? REPLACEMENT OF CONCRETE CURB AND GUTTER .................................................... 7 REPLACEMENT OF 6" CONCRETE DRIVEWAYS ............................................................ 8 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ..................................................... 8 GRADED CRUSHED STONES ; ........................................................................................... 8 WEDGE MILLING 2" TOO" DEPTH 5.0' WIDE (Omitted) .................................................. 9 BUTT JOINTS -MILLED (Omitted) .................................................................................... 9 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) (Omitted) ............................................ 9 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER (Omitted) .................................... 9 NEW 7" CONCRETE VALLEY GUTTER (Omitted) ............................................................ 9 NEW 4" STANDARD WHEELCHAIR RAMP (Omitted) ...................................................... 9 8" PAVEMENT PULVERIZATION (Omitted) ...................................................................... 9 ~EINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ................................ 10 RAISED PAVEMENT MARKERS (Omitted) ..................................................................... 11 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL. HANDLING (Omitted) ....... 11 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL (Omitted} .......................................................................................................................... 11 ROCK RIP RAP -GROUT -FILTER FABRIC (Omitted) .................................................... 11 CONCRETE RIPRAP (Omitted} ........................................................................................ 11 CONCRETE CYLINDER PIPE AND FITTINGS ................................................................. 11 CONCRETE PIPE FITTINGS AND SPECIALS .................................................................. 11 UNCLASSIFIED STREET EXCAVATION {Omitted) ......................................................... 12 6" PERFORATED PIPE SUBDRAIN (Omitted) ................................................................ 12 REPLACEMENT OF 4" CONCRETE SIDEWALKS .......................................................... 12 RECOMMENDED SEQUENCE OF CONSTRUCTION ...................................................... 12 PAVEMENT REPAIR IN PARKING AREA ........................................................................ 12 ASC-1 DA-48 DA-49 DA·50 DA·51- DA·S2 DA.S3 DA--54 DA·55 DA·56 DA.S7 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 DA-86 DA-87 DA-88 DA-89 DA-90 DA-91 DA-92 DA-93 . DA-94 DA-95 11/2/04 PART DA -ADDITIONAL SPECIAL CONDITIONS EASEMENTS AND PERMITS (Omitted) ........................................................................... 13 HIGHWAY REQUIREMENTS (Omitted) ........................................................................... 13 CONCRETE ENCASEMENT ............................................................................................. 13 CONNECTION TO EXISTING STRUCTURES ................................................................... 13 TURBO METER WITH VAULT AND BYPASS INSTALLATION ........................................ 13 OPEN FIRE LINE INSTALLATIONS ................................................................................ ~.13 WATER SAMPLE STATION (Omitted) ............................................................................. 14 CURB ON CONCRETE PAVEMENT ................................................................................. 14 SHOP DRAWINGS ..................................................................................... : ...................... 14 COST BREAKDOWN ........................................................................................................ 15 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY (Omitted) ........................ 15 H.M.A.C. MORE THAN 9 INCHES DEEP (Omitted) ......................................................... 15 ASPHALT DRIVEWAY REPAIR ........................................................................................ 15 TOP SOIL ............................................................................... .' .......................................... 15 WATER METER AND METER BOX RELOCA TlON AND ADJUSTMENT ........................ 15 BID QUANTITIES (Omitted) ............................................................................................. 15 WORK IN HIGHWAY RIGHT OF WAY (Omitted) ................................................ ,. ........... 15 CRUSHED LIMESTONE (FLEX-BASE) (Omitted) ............................................................ 16 OPTION TO RENEW (Omitted) ........................................................................................ 16 NON·EXCLUSIVE CONTRACT (Omitted) ........................................................................ 16 CONCRETE VALLEY GUTTER ......................................................................................... 16 TRAFFIC BUTTONS (Omitted) ......................................................................................... 16 PAVEMENT STRIPING {Omitted) ..................................................................................... 16 H.M.A.C. TESTING PROCEDURES (Omitted) ................................................................. 16 SPECIFICATION REFERENCES ...................................................................................... 16 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX .......................................................................................................................... 16 RESILIENT-SEATED GATE VALVES ............................................................................... 16 EMERGENCY SITUATION, JOB MOVE-IN (Omitted) ...................................................... 17 1 Y211 & 2" CO.PP ER SERVICES ........................................................................................ 17 SCOPE OF WORK (UTIL. CUT) (Omitted) ....................................................................... 17 CONTRACTOR'S RESPONSIBIL TY {UTIL. CUT) (Omitted) ............................................ 17 CONTRACT TIME (UTIL. CUT) (Omitted) ........................................................................ 17 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (Omitted) ....................... 17 TIME ALLOWED FOR UTILITY CUTS {UTIL. CUT). (Omitted) ......................................... 17 LIQUIDATED DAMAGES (UTIL. CUT) (Omitted) ............................................................. 17 PAVING REPAIR EDGES (UTIL. CUT) (Omitted) ............................................................ 17 TRENCH BACKFILL. (UTIL. CUT} (Omitted) .................................................................... 17 CLEAN-UP (UTIL. CUT) (Omitted) ................................................................................... 17 PROPERTY ACCESS (UTIL. CUT) (Omitted) .................................................................. 17 SUBMISSION OF BIDS (UTIL. CUT) (Omitted) ................................................................ 17 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (Omitted} ..................................... 17 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL CUT) (Omitted) ................... 17 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (Omitted) ................................................... 17 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (Omitted) .18 MAINTENANCE BOND (UTIL. CUT) (Omitted) ................................................................ 18 BRICK PAVEMENT (UTIL. CUT) (Omltted) ...................................................................... 18 LIME STABILIZED SU BG RADE (UTIL. CUT) (Omitted} .................................................. 18 CEMENT STABILIZED SUBGRADE (UTIL CUT) (Omi~ed) ............................................ 18 ASC-2 DA-96 DA-97 DA-98 DA-99 DA-100 DA-101 DA-102 DA-103 DA-104 DA-105 DA-106 DA-107 DA-108 DA-109 DA-110 DA-111 DA-112 DA-113 DA-114 DA-115 DA-116 DA-117 DA-118 DA-202 DA-204 DA-205 DA-206 11/2/04 PART DA -ADDITIONAL SPECIAL CONDITIONS REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (Omitted) .............................. 18 "QUICK-SEr' CONCRETE (UTIL. CUT} (Omitted) .......................................................... 18 UTILITY ADJUSTMENT (UTIL. CUT) ................................................................................ 18 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (Omitted) ........................ , .................................................................................................. 18 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (Omitted) ............................ 18 CONCRETE CURB AND GUTIER (UTIL. CUT) (Omitted) .............................................. 18 PAYMENT (UTIL. CUT} (Omitted} .................................................................................... 18 DEHOLES (MISC. EXT.) ................................................................................................... 18 CONSTRUCTION LIMITATIONS (MISC. EXT.} (Omitted) ............................................... 19 PRESSURE CLEANING AND TESTING (MISC. EXT.) ..................................................... 19 BID QUANTITIES (MISC. EXT.) (Omitted) ....................................................................... 19 LIFE OF CONTRACT (MISC. EXT.) (Omitted) ................................................. : ............... 19 FLOWABLE FILL (MISC. EXT.) ........................................................................................ 19 BRICK PAVEMENT REPAIR (MISC. REPL.) (Omitted) ................................................... 20 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (Omitted) ..................... 20 WORK ORDER COMPLETION TIME (MISC. REPL.) (Omitted) ...................................... 20 MOVE IN CHARGES (MISC. REPL.} (Omitted) ............................................................... 20 PROJECT SIGNS {MISC. REPL.) (Omitted) .................................................................... 20 LIQUIDATED DAMAGES (MISC. REPL.) (Omitted) ........................................................ 20 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (Omitted) ..................................... 20 FIELD OFFICE (Omitted) ................................................................................................. 20 TRAFFIC CONTROL PLAN .............................................................................................. 20 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS (Omitted) ...... 20 BAR-WRAPPED CONCRETE CYLINDER PIPE ............................................................... 20 GATE VALVES ................................................................................................................. 32 DUCTILE IRON PIPE ........................................................................................................ 32 . POLYETHYLENE ENCASEMENT OF DIP ....................................................................... 38 ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (Omitted) DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (Omitted) DA-3 PIPE ENLARGEMENT SYSTEM (Omitted) DA-4 FOLD AND FORM PIPE (Omitted) DA-5 SLIPLINING (Omitted) DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT (Omitted) DA-7 TYPE OF CASING PIPE (Omitted) DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR A. GENERAL: The work covered by this item consists of furnishing all labor, material, equipment, supervision, etc. necessary to construct a point repair an the portion of a service line located within a utility easement, street right-of-way or on private property. Paint repairs on private property shall only be addressed after the Contractor has . received written permission from the property owner to do the work. A blank Right-of-Entry Agreement form to be completed by the Contractor and the individual property owners is included at the end of this section. The Contractor shall keep a record copy of all Right-of-Entry forms obtained and have it on hand at all times during construction. The street addresses and approximate location of service line repairs are shown in Table_ and the Field Survey Forms in Attachment _. It shall be the Contractors responsibility to accurately field locate the exact point of repair. B. MA TERlALS: The pipe replacement material shall be gasketed joint, gravity PVC sewer pipe (ASTM D- 3034, SOR 26) and have a minimum cell classification of 12454 A or B as defined in ASTM D- 1784. Installation shall be in strict compliance with the manufacturer, recommendations and the Uni-Bell Plastic Pipe Association . The method of jointing the ends of the replaced pipe with the existing pipe shall be water tight. C . EXECUTION: 11/2/04 1. After the location of the paint repair is determined, the Contractor shall excavate and remove the damaged pipe and replace with new pipe. The minimum length of pipe replaced shall be three (3) feet All work shall be performed by a licensed plumber. Determine whether additional lengths of line beyond "minimum length~ criteria need replacement. Report need for additional replacement to City and obtain approval before proceeding. 2. The Contractor shall excavate, shape the bottom of the trench and place the required pipe bedding so that the grade of the replaced pipe matches the existing service line grade. ASC-4 - 11/2/04 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Numerous service line point repairs along with lateral line point repairs and obstruction removals are located in areas which in many instances will require the removal of existing landscaping , structures, sidewalks, driveways, etc. Items removed or disturbed shall replaced or restored to original conditions or better. 4. Removal of Debris: Excess excavated material and debris are to be removed from the work site daily. Cost of hauling excess excavation and debris is to be included in the price bid for "Service Line Point Repair". 5. Roof and Yard Drains: At the locations indicated in Table of the Attachments. 6. The Contractor shall disconnect roof and yard drains from the sanitary sewer service line. For yard drains, the Contractor shall excavate and remove the drain from the yard and plug the line at the property line. For roof drains, the Contractor shall remove the downspout from the drain line and plug the line to prevent inflow. In addition, the Contractor shall install an elbow fitting at the bottom of the downspout to direct runoff, away from the building, and a concrete splash pad to prevent erosion. Disconnected Service Lines: At the locations indicated in Table_ of Attachments __ to the Special Contract Documents, the Contractor shall remove the service line no longer in use by excavating at the property line and plugging the service line. 7. Abandonment of Point Repair: If a pipe is exposed and found in good condition, not requiring a point repair, notify City Engineer who will record abandonment of paint repair. Backfill the excavation, replace pavement or sidewalk and repair and seed or sod unpaved areas. 8. Cleanout Repair: The Contractor shall make appropriate repairs to cleanouts as indicated in Table and as shown on the PLANS . All cleanout repair work shall be performed by a licensed plumber. a. General This special condition describes the repair of sanitary sewer cleanouts located an private property as designated on the 1/1 Elimination Repair plans. Repair of the cleanouts shall consist of replacing defective cleanout caps or installing new caps where none exist, such that inflow is eliminated. There will be no repairs made to the existing cleanouts that require excavation, other than what is required to expose the top of the cleanout so that the new caps can be ins~alled . b. Materials Replacement cleanout caps shall be Dal-Caps as manufactured by Dallas Specialty & Mfg. Company, or equal. The rubber caps are held down by stainless steel clamps. c. Excavation ASC-5 PART DA -ADDITIONAL SPECIAL CONDITIONS 1) The Contractor shall submit shop drawings on all materials and equipment to be installed. 2) The Contractor is responsible for obtaining right of entry from the property owners prior to performing any work. Property owners should be notified 48 hours in advance of any work on their property . 3) The Contractor shall restore any disturbed surface to its original or better condition at no separate pay . D. MEASUREMENT AND PAYMENT: 1. Payment for service line point repair shall be on a unit price basis for each repair performed on all sizes of service lines for the respective depths. The minimum length of service line point repair shall be three (3) feet. No separate pay if the work is done within the limits of a service line reconnect as defined in Special Condition, D-28, "Sanitary Sewer Services". 2. Measurements for extra length repair is on a linear foot basis for repairs in excess of the minimum 3 foot replacement length. 3. All pipe fittings, adapters, concrete collars, bedding, and removal and replacements of grass sodding required shall be considered incidental to service line point repair. 3. If no pay item is included for any work required to properly complete a service line point repair as specified, the cost to perform said work, including any required removal and replacement of materials, shall be considered incidental to the service line point repair. 5. Depth of Bury is to be measured from Natural Ground Level to the Flow Line of the Sanitary Sewer Service Line at the Point of Replacement. The minimum trench width shall be 3' -0". 6 . All excavation, backfill, removal and replacement of grass sodding and landscaping, plugs, fittings, and splash pads shall be considered incidental to removal of yard drains, disconnecting roof drains and plugging disconnected service lines. 7. No separate payment will be made for the Contractor to obtain written permission ta enter private property. 8. Payment will be made for Abandonment of Point Repairs at the Contract Unit Price for Excavation and Backfill Abandoned Point Repairs \ 9. Payment shall be made at the Contract Unit Price for each sanitary sewer cleanout successfully repaired. Payment shall be full compensation for all materials, equipment, and labor required to perform the work. DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION (Omitted) 11/2/04 ASC-6 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-10 MANHOLE REHABILITATION (Omitted) DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (Omitted) DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM (Omitted) DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM (Omitted) DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM (Omitted) DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM (Omitted) DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER (Omitted) DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (Omitted) DA-18 RIGID FIBERGLASS MANHOLE LINERS (Omitted) DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (Omitted) DA-20 PRESSURE GROUTING (Omitted) DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (Omitted) DA-22 FIBERGLASS MANHOLES (Omitted) DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES (Omitted) DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require. the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications . Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No . 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C . "Type D" mix as per specification No . 300 "Asphalts, Oils and Emulsions", Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities and top soil as per specification item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within fourteen (14} calendar days from the day of demolition to date of completion . If the contractor fails to complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. 11/2/04 ASC-7 PART DA -ADDITIONAL SPECIAL CONDITIONS The unit price bid per linear foot shall be full compensation far all materials, labor, equipment and incidentals. necessary to complete the work. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 50411 Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. The unit price bid per $quare 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, ta a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-some. sub-base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall he 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 ta all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fart Worth, made in preparation to accept the recycling process. AU applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions", 304 11Prime Coat''. and 31fuHot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation far 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 Na._ 208 "Flexible Bas.e". 11/2/04 ASC-8 - - 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" TO O" DEPTH 5.0' WIDE (Omitted) DA-29 BUTT JOINTS -MILLED (Omitted) DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) (Omitted) All applicable provisions of Standard Specifications , Item Nos. 312 "Hot-Mix Asphalt ic Concrete", 300 "Asphalts , Oils and Emuls.ions", 304 "Prime Coat", and 313 "Central Plant Recyc ling -Asphalt Concrete" shall apply to the construction methods for this portion of the project. Standard Specification 312.5 (1) shall be revised as follows : The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising , the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are. unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A .C. overlay. The City will provide laboratory control as necessary . The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work . DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER (Omitted) DA-32 NEW 7" CONCRETE VALLEY GUTTER (Omitted) DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (Omitted) DA-34 8" PAVEMENT PULVERIZATION (Omitted) Contractor shall pulverize the existing pavement to a depth of 8". After pulverization is completed , contractor shall temporari ly remove and store the 8" deep pulverized material, then cut the base. 2" to provide place for the new 2" H.M.A.C. surface. The 2" base cut shall start at a depth of 811 from the existing pulverized surface. After the undercut operation is completed , contractor shall spread, mix, and compact the pulverized material to a 95% compaction per City's Standard Specifications or as directed by the Engineer in the field . A 3.5% portland cement shall be used to m ix the pulverized material. If the existing pavement has a comb ination of 10" H.M.A.C . and crushed stone/gravel , undercut will not be re.quired , the contractor will pulverize 10 " inches, the 2" inch cut will be taken from the 10" pulverized material. (see soil test report) Pulverization shall start with in ten (10) calendar days after all concrete wo rk has been completed on a street. If the contractor fa ils to begin the work within ten (10) calendar days, a $200 dollars liquidated damage will be assessed per block per day . 11/2/04 ASC-9 PART DA -ADDITIONAL SPECIAL CONDITIONS After the pulverization material is cured, the contractor shall overlay it with 2" H.M.A.C. surface within five (5) calendar days. If the contractor fails to begin the work within five (5) calendar days, a $200 dollars liquidated damage will be assessed per block per day. The unit price bid per sq . yd . shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base. mixing, compaction, haul off, sweep, and dis.pose of the undercut material. The 2n H.M.A.C. surface will be paid by separate item. DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) The following specifications are for the furnishing and placing of reinforced concrete pavement or base as shown on detail and as directed by the Engineer. A. GENERAL: Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except for finishing and curing . B. FINISHING: The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The surface shall be flush with the adjacent pavement and shall have a finish similar to the surrounding pavement. The surface shall be even and shall provide a smooth ride. C. CURING: The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing compound conforming to the requirements of ASTM C-309, Type 2, white-pigmented compound, which shall not produce permanent discoloration of the concrete. Concrete shall be allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades. D. EXECUTION: Included in this item will be the removal of the existing reinforced concrete pavement. The existing pavement shall be sawed so as to maintain an even, straight pavement cut. The existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before lapping. The following work method will be performed on each utility cut: 1. Place safety signs, barricades and/or other warning devices where necessary and as required. 2. Replace p.avement to nearest joint. 3. Mark. out the damaged area with keel, chalk line or paint being sure to include au areas requiring repair. 4. Saw cut along marked lines a minimum of two (2} inches deep. 11/2/04 ASC-10 PART DA -ADDITIONAL SPECIAL CONDITIONS 5. Remove existing co ncrete. 6. Form joints and place re inforcing steel and Dowel Bars (as required) according to standard specifications . 7. Place and finish concrete. 8. Clean up job site , removing all debris .. 9. Maintain traffic control devices to protect the area until the concrete has cured seven days or concrete reaches 3000 psi compressive strength. E. 'PAYMENT : Payment shall be made at the unit price per linear foot as shown on the proposal and shall be full compensat ion far furn ishing all labor, materials, equipment tools and incidentals necessary ta complete the work. DA-36 RAISED PAVEMENT MARKERS (Omitted) DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING (Omitted) .. DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL (Omitted) DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC (Omitted) DA-40 CONCRETE RIPRAP (Omitted) DA-41 CONCRETE CYLINDER PIPE AND FITTINGS Concrete cylinder pipe on th is proj ect shall be Class 150 A.W.W .A. C-303 pretensioned concrete cylinder pipe or Class 150 AWWA C-301 prestressed concrete cylinder pipe as specified on the plans and manufactured in accordance with Material Standard E1-4 contained in the General Contract documents. Payment for wo rk such as backfill , bedd ing, blocking, excavation and all othe r associated appurtenances; requ ired , shall be included in the Linear Foot price of the pipe and lump sum for the pipe fittings in the appropriate BID ITEM(S). DA-42 CONCRETE PIPE FITTINGS AND SPECIALS Bidders shall submit the following for C-303 pretensioned concrete cylinder pipe to be installed on this project: 1. A complete list of fittings and specials upon which the lump sum is bid . 2 . Provide a unit price indicating the cost for furnish ing and insfalling each of the various items of fittings and specials. The lump sum as bid in the Proposal shall be payment in full for all fittings and specials necessary for the construction of the project as designed. Payment for the installation of the pipe fittings, specials, 11/2/04 ASC -11 PART DA -ADDITIONAL SPECIAL CONDITIONS and random lengths shall be included . Should the Engineer approve any changes to the fittings , specials or random pipe lengths listed as justifying the amount bid in the Proposal , the price subm itted with the Proposal shall be used to determine the increase or decrease in the va lue of the lump sum of the Proposal , and the Contractor shall be paid an the basis of this adjusted va lue under that bid item . DA-43 UNCLASSIFIED STREET EXCAVATION (Omitted) DA-44 6" PERFORATED PIPE SUBDRAIN (Omitted) DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the removal and rep lacement of existing concrete sidewalk due to failu re or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item see Item Na . 104 "Removing Old Concrete", and Item No . 504 "Concrete Sidewalk and Driveways". The un it 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 to facilitate timely reconstruction of the affected roadway surfaces (subsequent to water/sewer installation) under the City's roadway maintenance program , it is recommended that the proposed water and /or sanitary sewer improvements be conducted an 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 requ ired to submit the beginning and ending dates for all 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 on 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 The unit pri ce bid under appropriate BID ITEM(S) of the Proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement. All required paving cuts shall be made with a concrete saw in a true and straight line on bath sides of the trench , a minimum of twelve (12) inches outside the trench walls . The trench shall be backfilled and the top nine (9) inches shall be filled with crushed limestone base material , compacted and leve l with the finished adjacent surface . This finished grade shall be maintained in a se.rviceable cond ition until the pav ing has been replaced . 11/2/04 ASC-12 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-48 EASEMENTS AND PERMITS (Omitted) DA-49 HIGHWAY REQUIREMENTS (Omitted) DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E ( 1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents . Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material neces.sary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi} concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM- Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION All combination turbo meter installations will be per attached Figure 33 unless otherwise directed by the Engineer. The contractor shall use Sileo Type J-3 Model 30" x 36" Steel Single Leaf Doors or approved equal unless the vault door is subject to vehicular traffic Le.: in a street, parking lot, or driveway . The appropriate size turbo meter with strainer and check valve if required will be furnished to the Contractor free. of charge; however, the Contractor will be required to pick up these item(s) at the Field Operations Warehouse. Payment for all work, materials, and all necessary appurtenances from bypass tee to bypass tee which are -required to provide a complete and functional Combination Turbo Meter Installation complete with Bypass and Concrete Vault shall be included in the price bid for each. 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 . 11/2/04 ASC-13 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 for under the appropriate bid item(s). DA-54 WATER SAMPLE STATION (Omitted) DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified. , INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement The slump of the concrete shall not exceed three (3} inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502 . DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility far errors or omissions in the submitted data. Processed shop drawing submittals are not change orders . The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are disc.overed, either prior to or after s.ubmittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and s.pecifications and dimensions suitable for the application. Any deviation from the specified criteria 11/2/04 ASC-14 PART DA -ADDITIONAL SPECIAL CONDITIONS shall be exp ressly stated in writing in the submittaL Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 2 . Shop drawings shall be submitted for the following items prior to installation : List the required submittals here Additional shop drawing requirements are described in some of the material specifications . 3. Address for Submittals -The submittals shall be addressed to the Project Manager: Robert Sauceda 817-392-2387 City of Fort Worth 1000 Throckmorton Fort Worth , TX 76102 DA-57 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY (Omitted) DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP (Omitted) DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M.A.C. driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with H.M.A .C. equal to or better than the existing driveway. DA-61 TOP SOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as fallows : AU 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 payme.nt for all labor, equipment and materials used in the adjustment of the meter box. DA-63 BID QUANTITIES (Omitted) DA-64 WORK IN HIGHWAY RIGHT OF WAY (Omitted) 11/2/04 ASC-15 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-65 CRUSHED LIMESTONE (FLEX-BASE) (Omitted) DA-66 OPTION TO RENEW (Omitted) DA-67 NON-EXCLUSIVE CONTRACT (Omitted) DA-68 CONCRETE VALLEY GUTIER This item shall include the repair/replacement of existing concrete valley gutters as directed by the Engineer. The proposed valley gutters will be constructed according to the detail included in these documents as well as conforming to Specification Item No. 314 of the Standard Spe.cifications for Street and Storm Drain Construction for the City of Fart Worth Transportation and Public Works Department. The unit price bid for this item shall be full compensation for all materials (including applicable sub- base), labor, equipment and incidentals necessary to complete the work. DA-69 TRAFFIC BUTIONS (Omitted) DA-70 PAVEMENT STRIPING (Omitted) DA-71 H.M.A.C. TESTING PROCEDURES (Omitted) DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification , prior to the date of these general _specifications or revisions thereof, shall apply . DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX The relocation and reconnection of sprinkler system control valve and box will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. A minimum of twenty-four (24) hours advance notice shall be given when· service interruption will be required. When the relocation is required, separate payment will be allowed for the relocation of sprinkler back-flow preventer or control valve and box. Payment for all work and material such as back-fill , fittings , five (5) feet of PVC Schedule 40 and all material labor, and equipment used by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler back-flow preventer or control valve and box. All other costs will be included in other appropriate bid item(s). DA-74 RESILIENT-SEATED GATE VALVES Any resi.lient-seated gate valves supplied for this contract shall conform to Material Standard E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26 .1. All resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. 11/2/04 ASC-16 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-75 EMERGENCY SITUATION, JOB MOVE-IN (Omitted) DA-76 1 %" & 2" COPPER SERVICES The follow ing is an addendum to E 1-17,. Coppe r Water Service Lines and Copper Alloy Couplings: A ll fittings used for 1 ~" and 2" water services li nes shall be compression fittings of the type produced with an internal "gripper ring " as manufactured by the Ford Meter Bo x Co ., Inc., Mueller Company, or approved equal. Approved equal products shall submit shop drawings and manufacturer'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" specifically made for that purpose . Payment for all work and materials associated with 1 ~ " and 2" copper services shall be included in the price of the appropriate bid item. DA-77 SCOPE OF WORK (UTIL. CUT) (Omitted) DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) (Omitted) DA-79 CONTRACT TIME (UTIL. CUT) (Omitted) DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (Omitted) DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (Omitted) DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (Omitted) DA-83 PAVING REPAIR EDGES (UTIL. CUT) (Omitted) DA-84 TRENCH BACKFILL (UT1L. CUT) (Omitted) DA-85 CLEAN-UP (UTIL. CUT) (Omitted) DA-86 PROPERTY ACCESS (UTIL. CUT) (Omitted) DA-87 SUBMISSION OF BIDS (UTIL. CUT) (Omitted) DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (Omitted) DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT 111 (UTIL. CUT) (Omitted) DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (Omitted) 11/2/04 ASC-17 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (Omitted) DA-92 MAINTENANCE BOND (UTIL. CUT) (Omitted) DA-93 BRICK PAVEMENT (UTIL. CUT) (Omitted) DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (Omitted) DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (Omitted) DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (Omitted) DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (Omitted) DA-98 UTILITY ADJUSTMENT (UTIL. CUT) This item is included for the basic purpose of establishing a contract price which will be comparable to the final cos.t of making necessary adjustments required due to utility cut repairs to water, sanitary . sewer, and natural gas service lines and appurtenances including irrigation lines (sprinkler systems), etc. where such lines and appurtenances are the property owner's responsibility to maintain . An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence , where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments .. DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (Omitted) DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (Omitted) DA-101 CONCRETE CURB AND GUTIER (UTIL. CUT) (Omitted) DA-102 PAYMENT (UTIL. CUT) (Omitted) DA-103 DEHOLES (MISC. EXT.) The Contractor excavates far existing water and/or sanitary sewer main as detailed by work order together with a sketch . The location and dimensions shown on the plans relative to other existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the dehole process to provide adequate clearances . The Contractor shall take. all necessary precautions in order to protect all services encountered . Any damage to utilities resulting from the Contractor's operations, shall be restored at his expense . 11/2/04 ASC-18 PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for work such as backfill and all other associated appurtenants required , shall be included in the price of the appropriate bid item. DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (Omitted) DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) Care shall be taken to keep all water extensions clean and free from foreign objects. Chlorinated lime shall be placed in the first Joint of pipe of the extension and upon completion of the pipe laying, water shall be introduced slowly for sterilization, after which the extension shall be thoroughly flushed with clean water. Risers shall be installed, as directed by the Engineer, for flushing and for providing sample points for bacteria tests. The water main extensions of the project shall be tested under normal line pressure and any leaks observed shall be immediately repaired. DA-106 BID QUANTITIES (MISC. EXT.) (Omitted) DA-107 LIFE OF CONTRACT (MISC. EXT.) (Omitted) DA-108 FLOWABLE FILL (MISC. EXT.) 1. Description: The flowable fill material shall be delivered to the site, free flowing and self-leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting . The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu. ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels. The height of free fall of the flowable fill shall not exceed four (4) feet. 2 . Material Specifications: Flowable fill shall consist of: a. An appropriate amount of Portland Cement meeting ASTM C-150 {with other additives as necessary). b. Aggregates meeting ASTM C-33 c. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm Drain Construction Item 406 d . Flyash, Class C or F, meeting ASTM C-618 e. Admixtures 11/2/04 1. Mineral admixtures will be pozzotanic 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 ASC-19 PART DA -ADDITIONAL SPECIAL CONDITIONS unit weights , reduce shrinkage and subsidence, and control compressive strength. b . Air entraining admixtures conforming to ASTM C-260 . c. High range water reducers conforming to ASTM C-494 Type F or G. d . · Accelerating admixtures conforming to ASTM C-494 , Type C. 1. Non-chloride, non-corrosive accelerators used where metals are present in concrete or embedded members. 2 . Calcium chloride DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) (Omitted) DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (Omitted) DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) (Omitted) DA-112 MOVE IN CHARGES (MISC. REPL.) (Omitted) DA-113 PROJECT SIGNS (MISC. REPL.) (Omitted) DA-114 LIQUIDATED DAMAGES (MIS.c. REPL.) (Omitted) DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (Omitted) DA-116 FIELD OFFICE (Omitted) DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in ac.cordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan. A traffic control plan has been prepared and is included in the project plans. All other requirements of D-8 shall apply . DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS (Omitted) DA-202 BAR-WRAPPED CONCRETE CYLINDER PIPE GENERAL WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install bar-wrapped concrete cylinder pipe and fittings, and specials, including connections and appurtenances as required for the proper installation and function of the system as indicated herein . QUALITY ASSURANCE 11/2/04 A EXPERIENCE REQUIREMENTS Finished pipe shall be the product of one (1) manufacturer which has had not less than 5 years successful experience manufacturing pipe of the types and sizes ASC-20 11/2/04 PART DA -ADDITIONAL SPECIAL CONDITIONS indicated . Pipe Manufacturing operations (pipe, fittings, lining , coating) shall be performed at one (1) location. B. FACTORY TESTING 1. The Owner reserves the option to have an independent testing laboratory, at the Owner's expense, inspect pipe and fittings at the Pipe Manufacturer's plant. The Owner's testing laboratory and Engineer shall have free access to the Manufacturer's plant. The pipe manufacturer shall notify the Owner, in writing, at least two (2) weeks ahead of pipe fabrication as to start of fabrication and fabricating schedule so that the Owner can advise the Manufacturer as to Owner's decision regarding tests to be performed by an independent testing laboratory. In event the Owner elects to retain an independent testing laboratory to make material tests and weld tests, it is the intent that the tests be limited to one (1) spot testing of each category unless the tests do not show compliance with the standard. If these tests do not show compliance, the Owner reserves the right to have the laboratory make additional tests and observations. 2. The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, and cement. The Manufacturer shall perform the tests described in AWWA C-303, for all pipe, fittings, and specials, except thaf the following absorption test shall supercede the requirements of the applicable portion of AWWA C303. 3. Absorption test. A water absorption test shall be performed on samples of cured mortar coating taken from each working shift . The mortar coating samples shall have been cured in the same manner as the pipe. A test value shall consist of the average of a minimum of three samples taken from the same working shift. The test method shall be in accordance with ASTM C497, Method A. The average absorption value for any test shall not exceed 9 percent and no individual sample shall have an absorption exceeding 11 percent. Tests for each working shift shall be performed on a daily basis until conformance to the absorption requirements has been established by ten (10) consecutive passing test results at which time testing may be performed on a weekly basis for each working shift. Daily testing shall be resumed for each working shift with failing absorption test results and shall be maintained until conformance to the absorption requirements is reestablished by ten (10) consecutive passing test results. 4 . Strength of Coating: Tests shall be made of cured mortar coating for the purpose of qualifying the mortar coating machine and the mortar mix design. One inch (1") cubes shall be tested in accordance with ASTM C-109. The equivalent cylinder compressive strength of the mortar (0 .74 times the cube strength) shall be not less than 5,500 psi in 28 days. ASC-21 PART DA -ADDITIONAL SPECIAL CONDITIONS C . MANUFACTURER'S TECHNICIAN FOR PIPE INSTALLATION During the construction period, the Pipe Manufacturer shall furnish the services of a factory trained , qualified, job experienced technician assistant as necessary in pipe laying and pipe jointing . This technician shall assist and advise the Construction Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures . The technician is not required to be on-site full tinie; however, the technician shall be on -site during the first two weeks of pipe laying and thereafter as requested by the Engineer, Owner, or Contractor. SUBMITTALS Submittals shall be in accordance with Part D, Special Conditions and shall include: A. Prior to the fabrication of the pipe, submit fabrication and laying drawings to the Engineer as shop drawings. Shop drawings shall include a complete description of the pipe off~red, including cuts, tabulated layout and pertinent design data. Shop drawings shall reference stationing on the plan/profile sheets and shall incorporate changes necessary to avoid conflicts with existing utilities and structures and adjustments necessary to make tie-ins. Details for the design and fabrication of all fittings and specials and provisions for thrust shall be included. B. 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 and AWWA C303. Copies of results of factory tests and mill certificates for steel and cement shall be provided, including chemical and physical test results for each heat of steel. C. Certified test reports for factory and field welder certification . STANDARDS 11/2/04 Except as modified or supplemented herein, bar-wrapped concrete cylinder pipe shall conform to the applicable requirements of the following standard specifications , latest edition . ANSI/NSF AWWAC-303 AWWAM-9 "Standard 61" "Standard for Concrete Pressure Pipe -Bar-Wrapped , Steel Cylinder Type" Manual: "Concrete Pressure Pipe" ASC-22 PART DA -ADDITIONAL SPECIAL CONDITIONS ASTMA-33 ASTM A-570 ASTM C-144 ASTM C-150 ASTM D-698 DELIVERY AND STORAGE A . PACKING "Standard Specification for Concrete Aggregates" "Standard Specification for Steel, Sheet and Strip, Carbon, Hot Rolled, Structural Quality" "Specification for Aggregate for Masonry Mortar" "Specification for Portland Cement" "Test for Moisture-Density Relations for Soils" 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard of transportation and allow pipe to reach project site in an undamaged condition. Pipe damaged in shipment shall not be delivered to the project site .unless such damaged pipe is properly repaired . 2. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant, the pipe lining shall be protected from drying by means of plastic end covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all times until ready to be installed. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. 3. Pipes shall be carefully supported during shipment and storage . Pipe, fittings, and specials shall be separated so that they do not bear against each other in transmit. Shjp pipe on padded bunks with tie-down straps. Store pipe on padded skids, sand or dirt berms, tires, or other suitable means to protect the pipe from damage. Each length of pipe 36-inch and larger shall be internally supported and braced with stulls to maintain a true circular shape. Internal supports shall consist of steel or timber stulls firmly wedged and secured so that the stulls remain in place during handling . Pipe shall be rotated so that one stull is vertical. Stulls shall not be removed until pipe is set to final grade. 4. Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. 8. MARKING FOR IDENTIFICATION Each joint of pipe and each fitting shall have plainly marked on one end, the class for which it is designed, the date of manufacturer, and the identification number. The top centerlines shall be marked on all specials. 2.00 PRODUCTS 11102104 ASC-23 PART DA -ADDITIONAL SPECIAL CONDITIONS MATERIALS A. CEMENT: Cement for use in concrete and mortar shall be Type I Portland Cement conforming to ASTM C150. B. AGGREGATES: Aggregates for concrete lining and coating shall conform to ASTM C-33. C. SAND: Sand used for inside and outside joints shall be of silica base, conforming to ASTM C-144. D. SPECIAL COATING: Pipe to be laid in casing shall have two (2) built-up rings or mortar each approximately 2' long and slightly higher than the pipe bell to prevent pipe being supported by the bell. Rings to be at the quarter points of the pipe section. E. STEEL: Steel shall meet the requirements of AWWA C-303 . Steel shall be homogeneous and shall be suitable for field welding. F. THREADED OUTLETS: Where outlets or taps are threaded, furnish and install brass bushings and plugs for the outlet size inqicated. MIXES; CEMENT MORTAR Cement mortar used for pipe joints shall consist of one (1) part Portland Cement to two (2) parts clean, fine, sharp silica sand, mixed with water. Exterior joint mortar shall be mixed to the consistency of thick cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable . Cement shall be ASTM C-150, Type I. Sand shall conform to ASTM C-144. Cement mortar used for patching shall be mixed as per cement mortar for inside joints. Water for cement mortar shall be treated and suitable for drinking water. Bonding agent for interior joints and pipe patching shall be Probond Epoxy Bonding Agent ET-150, parts A and B, Sikadur 32 Hi-Mod or approved equal. MANUFACTURED PRODUCTS PIPE 11/02104 1 . GENERAL Pipe, specials and fittings shall be designed, manufactured , and tested in accordance with the applicable requirements of AWWA C-303 and AWWA M-9, and the special requirements of this specification. ASC-24 - - - 2 . PART DA -ADDITIONAL SPECIAL CONDITIONS PIPE DESIGN CRITERIA Sizes shall be as shown on the drawings and pressure classes (working pressure) shall be 200 psi. For the purposes of pipe design, the working pressure shall be 1.0 times the pressure class . The working pressure plus transient pressure shall be equal to 1.5 times the pressure class specified . Fittings, specials and connections shall be same class as the associated pipe. Pipe and fittings shall be clearly marked with the pressure class and piece number to permit easy identification in the field . Pipe design shall be based on trench conditions and design pressure class specified. Pipe shall be designed according to the methods indicated in AWWA C-303 and AWWA Manual M-9 for trench construction , using the following parameters: a . b. C. d. e. f . g . h . i. j. k. Unit Weight of Fill (w) = 130pcf Live Load = AASHTO HS 20 Live Load = Coopers E 80 at railroad Trench Depth = As indicated Coefficient Ku' = 0 .150 Trench Width (Bd) as indicated . Bedding Conditions = As indicated Soil Reaction Modulus (E') = 1,500 Coefficient k = 0 .090 Maximum steel stress at working pressure = 18,000 psi Maximum calculated deflection (Ox)= 1.0% Trench depths indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. In no case shall pipe be installed deeper than its design allows . 3. PROVISIONS FOR THRUST a . Thrusts at bends, tees, plugs, closed valves , or other fittings shall be resisted by restrained joints. Thrust at bends adjacent to casing shall be restrained by welding joints through casing and a sufficient distance each side of casing. No thrust restraint contribution shall be allowed for pipe in casing , unless the annular space in the casing is filled with cellular grout. b . Restrained joints shall be used for a sufficient distance from each side of the bend, tee , plug , valves, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust restraint, design pressure shall be 1.5 times pressure class (working pressure). Restrained joints shall consist of welded joints. In areas where restrained joints are used for thrust restraint, the pipe shall have adequate cylinder thickness to transmit the thrust forces . For welded joints, if the thickness of the steel cylinder adjacent to the welded joint is greater than or equal to 0.1875 inches, the joints to be welded shall be prepared by trimming the spigot in th~ shop . 11102104 ASC-25 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The length of pipe with welded joints , the pipe cylinder thickness necessary to resist thrust forces, and all other provisions necessary for thrust restraint shall .be determined by the pipe manufacturer, in accordance with the following: 1) The Weight of earth (We) shall be calculated as the weight of the projected soil prism above the pipe. 2) Soil density = 110 pcf (maximum value to be used) 3) Coefficient of friction = 0 .3 (maximum value to be used). 4) The above applies to unsaturated soil conditions. In locations where ground water is encountered, the soil density shall be reduced to its buoyant weight for the backfill below the water table, and the coefficient of friction shall be reduced to 0.25 . 5) For horizontal bends , the minimum length of pipe to be restrained shall be calculated as follows: For deflections less than 60E , L = P A sin ( •12) f (We + Wp + Ww) For deflections greater than 60E, L = P A ( 1-cos •) f (We + Wp + Ww) L = Length of pipe to be restrained P = 1.5 times working pressure A= Cross sectional area of pipe steel cylinder 1.0 . • = Deflection angle We = Weight of earth Wp = Weight of pipe Ww = Weight of water f = Coefficient of friction 4. INSIDE DIAMETER A. The inside diameter, including the cement mortar lining, shall be a minimum of the nominal diameter of the pipe specified . B. JOINT WRAPPERS : Similar and equal to those manufactured by Mar-Mac Manufacturing Company . ASC-26 - - EXECUTION PART DA -ADDITIONAL SPECIAL CONDITIONS C . INSULATED CONNECTIONS AND FLANGE GASKETS: Insulating connections and flange gaskets shall be provided to previde elctrical continuity along the pipeline. D. FLEXIBLE JOINT COUPLINGS AND EXPANSION JOINTS : See Section 15136, MISCELLANEOUS VALVES AND PIPELINE APPURTENANCES. E. JOINT BONDS: Joints are to be bonded to provide electrical continuity along the pipeline. Use 2 clips per joint where rubber gasket joints are used. No clips are required where joints are welded for thrust restraint. F . PIPE ENDS: The standard pipe end shall include carnegie steel joint ring and a continuous solid rubber ring gasket as per AWWA Manual M-9 and AWWA C-303 . Welded joints shall be provided where necessary for thrust restraint. Harnessed joints and flanged joints shall be provided where indicated on the plans. Harnessed joints may be used in lieu of welded joints adjacent to structures, if approved by the Engineer. G . FLANGES: Flanges shall conform to ANSI Drilling of class equal to or greater than the pipe class, unless otherwise specified, and shall match class of valves or appurtenances which are attached . Drilling pattern shall match pattern of valve or fitt ing which will be attached .. H . BEND FITTINGS : All bend fittings shall be long radius to permit easy passage of pipeline pigs. I. NUTS AND SOL TS: All nuts and bolts shall be stainless steel. Use an anti-seize compound during installation . -INSTALLATION - 11/02104 A. GENERAL B . 1. Install pipe, fittings, specials, and appurtenances as specified herein, as specified in AWWA Manual M-9 and in accordance with Pipe Manufacturer's recommendations . 2. Lay pipe to the lines and grades as indicated. Completed pipe installation shall have a maximum 1 % deflection measured diametrically. PIPE HANDLING 1. Haul, pipe, fittings , valves and other accessories to the job site . At all times handle the pipe with care to avoid damage. Load and unload pipe using hoists or crane,s as specified below. Under no circumstances shall they be dropped.· ASC-27 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. 2. At all times handle pipe with wide nonabrasive slings, wire ropes , belts or other equipment designed to prevent damage to the coating, and keep th is equipment in such repair that its continued use is not injurious to the coating. The use of tongs, bare pinch-bars, chain slings, or pipe hooks without proper padding or any other handling equipment which the Engineer deems to be injurious to the coating shall not be permitted. Provide adequate spacing of pipe supports to prevent cracking or damage to the cement mortar lining . 3. Carefully observe the pipe for cracking and check the inside lining and coating , and should cracking occur, take immediate steps to protect the pipe . Have the Pipe Manufacturer repair any joint of pipe that has shrinkage cracks with a width of 1/16" or greater in the inside lining by using an approved method. If, in the opinion of the Engineer, the pipe is not suitable for repai r, reject, plainly mark, and remove the pipe from the project site. 4. Have the Pipe Manufacturer repair any joint of pipe that has exterior coating cracks larger than 0.005" (a hairline) by using an approved method. If, in the opinion of the Engineer, the pipe is not suitable for repair, reject, plainly mark, and remove the pipe from the project site . 5. Remove, replace or reject any disbanded lining or coating. Apply bonding agent to patch area. A patch larger than 100 square inches or 12" inches in greatest dimension shall not be accepted. Adequately cure patches. 6. Provide the proper implements, tools, equipment and facilities for safe and convenient prosecution of the work. Lower pipe, fittings, specials, valves, etc. into the trench by means of a crane or other machine . Do not roll or dump into the trench. The crane shall be of a sufficient size for handling the pipe, and shall lift and lower the pipe at a slow rate of speed. The crane shall be capable of stopping the lifting operation at any point without producing a shock or otherwise jerking or vibrating the pipe. 7 . Keep the pipe clean during the laying operation and free of sticks, dirt, and trash . At the close of each operating day , effectively seal the open end of the pipe using a gasketed night cap. No pipe should be laid in water. C. PIPE JOINTING 1. GENERAL Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing and wiping . If any damage to the protective coating on the metal has occurred, repair the damage before laying the pipe . Lubricate the gasket and the inside surface of the bell with an approved lubricant (flax soap) which will facilitate the telescoping of the joint. Tightly fit ASC-28 - - 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 2 . 3 . 4 . together sections of pipe and exercise care to secure true alignment and grade. When a joint of pipe is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pipe and push into position . The inside joint space between ends of the pipe sections shall have an opening within the tolerances as recommended by the Pipe Manufacturer. No "blocking up" of pipe or joints will be permitted , and if the pipe is not uniformly supported or the joint not made up properly , remove the joint and properly prepare the trench . After joining, check the position of the gasket with a feeler gauge. If the gasket is out of position, disassemble the joint and repeat the joint laying procedure. In areas of petroleum hydrocarbon soil contamination install special Neoprene gaskets or approved equal. For interior welded joints, complete backfill before welding . After welding , apply the interior joint coating. EXTERIOR JOINTS: Make the exterior joint by placing a joint wrapper around the pipe and secure in place with two (2) metal straps. The wrapper shall be 9" wide for pipe 36" and larger, and 7" wide for smaller pipe, hemmed on each side. The wrapper shall be fiberglass reinforced or burlap cloth , with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. Fill the joint with mortar from one side in one (1) continuous operation until the grout tias flowed entirely around the pipe. During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. Leave wrappers in place undisturbed until the mortar has set-up. INTERIOR JOINTS: Upon completion of backfilling of the pipe trench , fill the inside joint recess with a stiff cement mortar. Prior to placing of mortar, clean out dirt or trash which has collected in the joint, and moisten the concrete surfaces of the joint space by spraying or brushing w ith a wet brush . Where the mortar joint opening is one inch or wider, such as where trimmed spigots are required , apply a bonding agent to mortar and steel surface prior to placing joint mortar. Ram or pack the stiff mortar into the joint space and take extreme care to insure that no voids remain in the joint space. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth . Interior joints of pipe 24" and smaller shall have the bell buttered with mortar, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus mortar from the joint. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or an inflated ball through the pipe with a rope. ASC-29 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 5. WELDED JOINTS: Thirty-six inch and smaller pipe shall be welded from the outside using the following procedures: a. Telescope together the joints to be welded with a rubber gasket as specified above and align perfectly with the adjacent section of pipe. Accomplish welding by laying a filler rod between the steel bell of one (1) section and the steel spigot of the other, and welding the bell to t he outside of the spigot. Use no less than three (3) complete passes to make the weld . When the joint weld is completed , pour the exterior joint with mortar as specified above. After all sections are in final position , fill the interior joint as specified above. Welded joints shall meet the requirements of AWWA Manual M-9 . b . Forty-two inch and larger pipe shall be welded from the inside, using the following procedures: c . Joint spigots shall be trimmed where the stress in the gasket groove exceeds 12,000 psi due to axial thrust load. Trim the joint ring behi nd the gasket groove. After the adjacent pipe sections are aligned and tack welded, weld the bell to the spigot with a full fillet weld. Welded joints shall meet the requirements of AWWA Manual M-9. When the joint weld is completed, grout the inside joint, pour the exterior joint with mortar as specified above. d . General weld requirements shall be as follows : 1) 2) 3) 4) 5) 6) Weld joints in accordance with the AWWA C-206 for Field Welding of Steel Water Pipe. Unless otherwise specified , welds shall be full circle fillet welds. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. After the pipe have been joined and properly aligned and prior to the start of the welding procedure, the spigot and bell shall be made essentially concentric by jacking , shimming, or tacking to obtain clearance tolerance around the periphery of the joint. In no case shall the clearance tolerance be permitted to accumulate. Before welding , thoroughly clean pipe ends. Weld pipe by machine or by the manual shielded electric arc process. Welding shall be performed so as not to damage lining or coating . Cover the coating as necessary to protect from welding. Furnish labor, equipment, tools and supplies, including shielded type welding rod . Protect welding rod from any deterioration prior to its use. If any portion of a box or carton is damaged, reject the entire box or carton . In all hand welding, the metal shall be deposited in successive layers. For hand welds, not more than 1 /8" of metal shall be deposited in each pass. Each pass except the final one, whether in butt of fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag, or flux before the succeeding bead is applied . Each pass shall be thorough ly ASC-30 - - D. - E. 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld . Undercutting along the side shall not be permitted . 7) Welds shall be free from pin holes, non-metallic inclusions, air pockets , undercutting and/or any other defects. 8) If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained , remove the pipe from the line. 9) Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him . In the event any welder leaves the job, · his stencil shall be voided and not duplicated if another welder is employed. 10) Use only competent, skilled and qualified workmen . Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C-206 before being allowed to weld on the line. 11) Afte r each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line . Any welder making defective welds shall not be allowed to continue to weld. 12) Dye penetrant tests in accordance with ASTM E165, or magnetic particle tests, shall be performed by the Contractor under the supervision and inspection of Owner's Representative or an independent testing laboratory, retained by the Owner, on all welded joints. Welds that prove to be defective will be replaced or repa ired, whichever is deemed necessary by the Engineer, at Contractor's expense . 13) If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing . The Contractor shall bear the expense of repairing the joint , regardless of the results of physical testing . The procedure for repairing the joint shall be approved by the Engineer before proceeding . PROTECTION OF BURIED METAL Protect buried ferrous metal such as flanges, nuts , bolts , dresser couplings , etc. by applying two wraps of Trenton No . 2 wax tape , and encasing it with flowable fill. PATCHING 1. Excessive field-patching of lining or coating shall not be permitted . Patching of lining or coating will be allowed where area to be repaired exceeds 100 square inches or has dimensions greater than 12". In general, there shall not be more than one patch on either the lining or the coating of any one joint of pipe . ASC-31 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Wherever necessary to patch the pipe , make patch with cement mortar as previously specified for interior joints. Apply a bonding agent to a clean , dry surface prior to cement mortar patch . Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the Engineer. Promptly remove rejected pipe from the site . F. PIPE BEDDING AND BACKFILL Pipe bedding and backfill shall be as specified in the Plans and Specificat ions. Remove sheeting and shoring in a manner such that a good bond is achieved between the backfill material and the undisturbed trench walls . G. FIELD QUALITY CONTROL Perform a hydrostatic test per the City of Fort Worth standards . DA-204 GATE VALVES Per City of Fort Worth Standard Material Specifications Section E1-10.2.c., the operati ng nut will be turned to the RIGHT in opening . DA-205 DUCTILE IRON PIPE E1-6 .1 Scope of Work A . General: This specification covers 3" through 64 " ductile iron pipe, centrifugally cast, far water, wastewater, or other liquid application,· with flanged , push-on , restrained, or mechanical joints. All pipe furnished shall be in conformance with ANSI/AWWA C151/A21 .51 , or latest revision thereof. Unless specified otherwise, installation shall be governed by Construction Standard E2-6 or these General Contract Documents. B. Related Requirements : Ductile iron pipe shall meet the requirements of E1-7 "Ductile Iran and Gray Iran Fittings", E1-13 "Polyethylene Wrapping , E2-6 "Installing Ductile Iron Pipe, and E2-7 "Installing Cast Iran Pipe Fittings". E1-6.2 Standards A ANSI/AWWA C104/A21.4 , "Cement-Mortar Lining for Ductile Iran Pipe and Fittings for Water" B. ANSI/AWWA C105/A21 .5, "Polyethylene Encasement for Ductile-Iron Pipe Systems" C. ANSI/AWWA C11 O/A21 .10 , "Ductile-Iron and Gray-Iron Fittings , 3 inch through 48 inch" 11/02104 ASC-32 - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS D. ANSI/AWWA C111/A21.11, "Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings" E. ANSI/AWWA C 115/A21.15, "Flanged Ductile-Iron Pipe with Ductile- Iron or Gray-Iron Threaded Flanges" F. ANSI/AWWA C116/A21.16, "Protective Fusion-Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile-Iron and Gray-Iron Fittings for Water Supply Service" G. ANSI/AWWA C150/A21.50, "Thickness Design of Ductile Iron Pipe" H . ANSI/AWWA C151/A21.51, "Ductile-Iron Pipe, Centrifugally Cast, for Water" I. ANSI/AWWA C153/A21.53, "Ductile-Iron Compact Fittings For Water Service" J. ANSI/AWWA C600, "AWWA Standard for Installation of Ductile Iron Water Mains and their Appurtenances" E1-6.3 DESIGN REQUIREMENTS A. As a minimum, the following pressure classes shall apply: Diameter Pipe (inch) 3" through 12" 16" -24" 30" -64" Min. Pressure Class (PSI) 350 psi 250 psi 150 psi B. 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 re.quirements, whichever is greater) rated working pressure plus a 100 psi surge allowance (if anticipated surge pressures are greater than 100 psi, the actual surge pressure shall be used}; a 2 to 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. When requested, pipe design calculations must be submitted to City. E1-6.4 DUCTILE IRON PIPE-GENERAL 11/02104 A Ductile iron pipe shall have nominal lay lengths of 18 or 20 feet. Random pipe lengths .are unacceptable. Dimensions and tolerances of each nominal pipe size shall be in accordance with ANSI/AWWA C151/A21. B. Pipe markings shall meet the minimum requirements of ANSI/AWWA C151/A2.1 or latest revision. Minimum pipe markings shall be as follows: 1. "DI" or "DUCTILE" shall be cast or metal stamped on each pipe 2. Weight, Class, and nominal thickness of each pipe 3. · Year and country pipe was cast ASC-33 PART DA -ADDITIONAL SPECIAL CONDITIONS 4. Manufacturer's mark C. Iron used in the manufacture of pipe for these specifications shall have : 1. Minimum tensile strength -60,000 psi 2. Minimum yield strength-42,000 psi 3. Minimum elongation -10% E1-6.5' DUCTILE IRON PIPE-JOINTS A. General -Comply with ANSI/AWWA C111/A21, latest revision. 1. Push-On Joints 2. Mechanical Joints 3. Restrained Joints 4. Flanged Joints-AWWA C115, ANSI B16.1, Class 125 B. All rubber joint gaskets utilized on ductile-iron pipe shall be in conformance with ANSI/AWWA C111/A21, latest revis.ion. C. Bolts and Nuts: 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 and ASTM A307, . .. Standard 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 unear white" or "white" when coated ta a thickness of 8 to 10 mils dry film thickness by a certified applicator. Coating shall be of Xylan® 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. E1-6 .6 DUCTILE IRON PIPE-COATINGS A. AU ductile iron pipe shall have a bituminous coating, minimum of 1 mil thick, on the pipe exterior, unless otherwise specified. B. Pipes shall have an interior cement mortar lining applied in accordance with ANSI/A'NWA C104/A21, or latest revision. Asphaltic coating will be required on the interior cement mortar lining, unless otherwise specified. C. Pipe and fittings exposed to view in the finished work shall not receive the standard bituminous coat on the outside surfaces, but shall be shop- coated with rust inhibitive primer. D. Encasement for buried pipe shall be 8 mil continuous polyethylene or 4 mil crass-laminated polyethylene encasement conforming to AWWA C105/A21. Polyethylene film must be marked as follows: 1. Manufacturer's name or trademark 2. Year of manufacturer 3. ANSI/A'NWA C105/A21.5 4. Minimum film thickness and material type 11102/04 · ASC-34 - PART DA -ADDITIONAL SPECIAL CONDITIONS 5. Applicable range of nominal diameter size(s}. 6 . Warning-Corrosion Protection-Repair Any Damage E. For gravity sewer applications, all ductile iron pipe shall have an approved corrosion resistant coating applied to the interior. E 1-6. 7 TESTS A 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 . B. The manufacturer shall tak.e adequate measures during pipe production to assure compliance with ANSI/AWWA C1,51/A21.51 by performing quality-control tests and maintaining results to those tests as outlined in section 5, "Verification" of that standard . C. The City of Fort Worth may, at no cost to the manufacturer, subject random lengths of pipe for testing by an independent laboratory for compliance with this specification. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. D. The Contractor shall furnish manufacturer's certified test reports which 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/A21. E1-7 -Ductile Iron Fittings (Draft Revision (1/25/05) E1-7.1 General: This material standard covers the furnishing of ductile iron compact fittings,· 3 inches through 64 inches and ductile iron full body fittings, 3 inches through 48 inches, far use in water and wastewater projects. Unless specified otherwise, installation shall be governed by Construction Standard E2-7 of these General Contract Documents. Except as specified herein, the fittings shall be fabricated in accordance with the following specifications: A. ANSI/AWWA C104/A21.4, "Cement-Mortar Lining for Ductile Iron Pipe and Fittings far Water" B. ANSI/AWWA C 11O/A21.10, "Ductile-Iron and Gray-Iron Fittings, 3 inch through 48 inch" C. ANSI/AWWA C111/A21.11, "Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings." D. ANSI/AWWA C115/A21.15, "Flanged Ductile-Iron Pipe with Ductile- Iron or Gray-Iron Threaded Flanges" 11/02104 ASC-35 PART DA -ADDITIONAL SPECIAL CONDITIONS E. ANSI/AWWA C116/A21.16 , "Protective Fusion-Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile-Iron and Gray-Iron Fittings for Water Supply Service" · F. ANSI/AWWA C153/A21.53, "Ductile-Iron Compact Fittings For Water Service" E1-7.2 Design Requirements 11/02104 A Joints: Fittings shall have flanged, mechanical, restrained, push-on 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 fallows: B. Pressure Rating: Unless specified otherwise, the rated working pressures for fittings are as follows : Ductile Iron Compact Fittings (AWWA C153) Nominal Size (in) Pressure Rating (PSI) 3" -24" 350 PSI 30" -48" 250 PSI ~-~ 1~~ Ductile-Iron Fittings (AWWA C 110) Nominal Size (in) 3"-24" 30" -48" Pressure Rating (PSI) 350 PSI 250 PSI C. Dimensions and Thickness: Fittings and joints shall conform to the thicknesses and dimensions shown in the various standards referenced under Section E1-7.1 of this Specification. D. 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. E. Gland: Glands shall be manufactured of ductile iron conforming to 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. F. 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 and ASTM A307, "Standard 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 white" or "white" when coated to a thickness of 8 to 10 mils dry film thickness by a certified ASC-36 PART DA -ADDITIONAL SPECIAL CONDITIONS applicator. Coating shall be Xylan® or approved equal. Coating shall conform to the performance requirements of ASTM B117, "Salt Spray T ese 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. Outside Coating: All ductile fittings shall have a bituminous or fusion bonded epoxy coating . Bituminous coatings shall be a minimum of 1 mil thick, on the pipe exterior, unless otherwise specified. Fusion bonded exterior coatings shall comply with ANSI/AWWA C116/A21.16 . I. 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 and given a seal coat of asphaltic material, unless otherwise specified. Fusion bonded exterior coatings shall comply with ANSI/AWWA C116/A21.16. J. Polyethylene Encasement: Encasement for buried fittings shall be 8 mil continuous polyethylene or 4 mil cross-laminated polyethylene encasement conforming to AWWA C105/A21. 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 K. Marking: Fitting marking shall meet the requirements of ANSI/AWWA C11 O and ANSI/AWWA C153 shall have distinctively cast on them the following information: 1. C-153 (ANSI/AWWA C 153 DI Compact Fittings Only) 2. Pressure Rating 3. Nominal diameter of openings 4. Manufacturer's identification 5. Country where cast 6. Number of degrees or fraction of the circle on all bends 7. Letters "Dr or "DUCTILE" cast on them. E1-7.3 Tests and Reports The Contractor will furnish manufacturer's. certified test reports stating that all fittings furnished meet the requirements of applicable Standards and Specifications. Test reports must be · provided the Engineer before construction commences. 11/02104 ASC-37 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-206 POLYETHYLENE ENCASEMENT OF DIP 11/02104 1.) The Polyethylene Encasement material must comply with the materials requirements listed in the project specification manual. 2 .) The polyethylene encasement materials must be included as a component of the ductile iron pipe manufacturer's material compliance submittal. No polyethylene encasement material that is not specifically acknowledged by the pipe manufacturer to meet the materials requirements may be accepted for installation on this project. 3.) The project inspector may randomly select representative samples from the polyethylene encasement materials on the jobsite and submit the ma~erials for testing by the DIPRA 4 .) If DIPRA tests indicate that the Polyethylene Encasement materials do not meet the requirements of the specifications, the contractor may be required to remove and reinstall all pipes that may have been installed with the non-compliant encasement material. 5 .) All costs for additional materials, tabor and possible liquidated c~amages shall be for the ace.aunt of the contractor. END OF SECTION ASC-38 PARTE SECTION E SPECIFICATIONS SECTION E100 -MATERIAL SPECIFICATIONS SECTION E-1-18A-REINFORCED PLASTIC WATER METER BOXES SECTION E SPECIFICATIONS (January 1, 1978) All materials , construction methods and procedures used in th is project shall conform to Sections E1, E2 , and E2A of the Fort Worth Water Department General Contract Documents and General Specifications , together with any addit ional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet.) Sections E1, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes , the same as if cop ies ve r batim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth . INDEX E1 MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20 , 1981 , follow : E1-2.4 Backfill: (Correct minimum compaction requirement to 95% Proctor density and correct P.I. values as follows :) c. Additional backfill requirements when approved for use in streets : 1. Type 'B' Backfill (c) Maximum plastic index (Pl) shall be§. 2 . Type 'C ' Backfill (a) Material meeting requirements and having a Pl of § or less shall be considered as su itable for compaction by jett ing . (b) Material meeting requirements and having a Pl of _lt or more shall be considered for use only with mechanical compaction . E2-2 .11 Trench Backfill : (Correct Minimum compaction requ irement wherever it appears in this section to 95% Proctor density except for paragraph a.1. where the "95% modified Proctor density" shall remain unchanged.) E -1 E100-4 WATERTIGHT MANHOLE INSERTS E 100-4 .1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the Fort Worth sanitary sewer collection system . E100-4 .2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion-proof high density polyethelene that meets or exceeds the requirements of ASTM 01248, Category 5, Type Ill. b. The minimum thickness of the manhole insert shall be 1/8". c. The manhole insert shall have a gasket that provides positive seal in wet or dry conditions. The gasket shall be made of closed cell neoprene rubber and meet the requirement of ASTM 01056, or equal. d. The manhole insert shall have a strap for removing the insert . The strap shall be made of minimum 1" wide woven polypropylene or nylon webbing, with the ends treated to prevent unraveling . Stainless steel hardware shall be used to securely attach strap to the insert. e. The manhole insert shall have one or more vent holes or valves to release gasses and allow water inflow at a rate no greater than 10 gallons per 24 hours . E100-4 .3 INSTALLATION :. a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert on the rim. b. The manhole insert shall be fully seated around the manhole frame rim to retard water from seeping between the cover and the manhole frame rim. E-2 SECTION E-1-18A-REINFORCED PLASTIC WATER METER BOXES E 1.18A.1 SCOPE: This specification covers three types of water meter boxes, Type A and B; and Type C. E 1.18A.1.1 Class A Standard Meter Box: utilizing 5/8" x :Y..", %" and 1" meters. E 1.18A.1.2 Class B Standard Meter Box: utilizing 1-Y:z" and 2" meters E 1.18A.1.3 Class C Standard Meter Box: utilizing two 5/8" x %" or :Y.." meters. Intended for use with services Intended for use with services Intended for use with services E1 .18A.2 CONSTRUCTION: Reinforced plastic water meter boxes and iron cover lids under this specification will include three specific sizes of a rectangular shape. Those three sizes will be referred to as: CLASS 'A', 11" X 18" BOX, 12" HIGH CLASS 'B', 15.25 X 27" BOX, 12" HIGH CLASS 'C', 18" X 16' BOX, 12" HIGH E1.18A.3. REINFORCED PLASTIC METER BOX SPECIFICATION The meter box shall be constructed of Linear Medium Density Polyethylene (LMDPE) as defined in ASTM D-883-95A and have a minimum wall thickness of .500". The exterior shall be black to provide UV protection. Boxes shall be able to withstand a minimum 15,000 pounds vertical load and shall withstand a minimum 400 pounds sidewall load. The meter box exterior shall be free from seams or parting lines and all edges and corners are to be smooth and free from sharp edges so the unit can be handled safely without gloves. E1.18A.4. IRON METER BOX LID SPECIFICATION The meter box lids are to be made of cast iron according to ASTM A48-84, Class 308 or ductile iron according to ASTM A-536. The lids shall withstand a minimum vertical load of 15,000 pounds. Castings are coated with a bituminous emulsified asphalt unless otherwise specified, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. Dimensions shall be within industry standards of plus or minus(=/-) one-sixteenth of an inch per foot. All castings will bear the Manufacturer's IS (name or logo) and Country of Origin. Castings weights may vary plus or minus(+/-) five percent from drawing weight per industry standards. ,~1 (") 0 =! t'. n\~I \ ~ 0 O -: ::l .... ACQRQ.. CERTIFICATE OF LIABILITY INSURANCE I DATE (MMIDD/YYYY) 04/18/2008 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 1121 E . Loop 820 South HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 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 1NSURERA: Bituminous casualty Corp '+ IX P .O.Box 15448 INSURERS: Bituminous Fire & Marin@ In!!: f'n 4..._ TY ---· --- (90/1,00Z) SZ QHOOV z °1:> ,.., 0 CJ ~ (1) , .. CONTRACTOR COMPLIANCE WITH WORKERS ' COMPENSATION LAW Pursuant to V.T .C.A Labor Code Section 406 .096 (2000), as amended, Contractor certifies that it provides workers ' compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No . 5839 and City ofFort Worth Project Number P253 -609150043183 l!tle Date ST A TE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared MN ~ "P0fPtt_ S , known to me be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Conatser Construction TX, LP the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this _lli_day of ftWot~~-2008 . ~ the State of Texas VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. The law that , in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the state of Texas) bid projects for construction, improvements , supplies or services in Texas at an mount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principle place of business is located . The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications . The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give state), our principal place of business , are required to be percent lower than resident bidders by state law . A copy of the statute is attached . Non res ident vendors in ______ (give state), or principal place of business , are not required to underbid res ident bidders . B. Our principal place of bus iness or corporate offices are in the State of Texas. D BIDDER: Company City State Zip By : (please pr int) i S ignature : -------------- T itle : (please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION F-3 - - - - - - - - - - - - CONFLICT OF INTEREST DISCLOSURE REQUIREMENT Pursuant to Chapter 17 6 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a locaJ governmenta1 entity (i.e. The City of Fort Worth) must disclose in the Questionnaire Form CIQ ("Questionnaire") the person 's affiliation or business relationship that might cause a conflict of interest with the local governmental entity . By law, the Questionnaire must be filed with the Fort Worth City Secretary no later than seven days after the date the person begins contract discussions or negotiations with the City, or submits an application or response to a request for proposals or bids, correspondence, or another writing related to a potential agreement with the City. Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaire Form CIQ is enclosed with the submittal documents. The form is also available at http://www.ethics.state.tx.us/forms/CIQ.pdf. If you have any questions about compliance, please consult your own legal counsel. Compliance is the individual responsibility of each person or agent of a person who is subject to the filing requirement. An offense under Chapter 176 is a Class C misdemeanor. - - - - - - - - - - - - CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed . See Section 176.006, Local Government Code . A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. ~ Name of person doing business with local governmental entity. D Check this box if you are filing an update to a previously filed questionnaire. FORM CIQ OFFICE USE ONLY Date Rece ived (The law requ ires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code , is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) !.J Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who makes recommendations to a local government officer of the local governmental entity with respect to expenditure of money. ~ Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire. Amended O 1/l 3/2008 - - - - - - - - - - CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity FORM CIQ Page 2 i?J Name of local government officer with whom filer has afftlitation or business relationship. (Complete this section only if the answer to A, B, ore is YES .) This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or business relationship. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in th is section receiving or likely lo receive taxable income from !he filer of the questionnaire? D Yes DNo B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? DYes DNo C . Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director. or holds an ownership of 10 percent or more? Oves DNo D . Describe each affiliation or business relationship. ~ Describe any other affiliation or business relationship that might cause a conmct of Interest. lZJ Signature of person doing business with the governmental entity Date Amended 01/1312006 ACORQ.. CERTIFICATE OF LIABILITY INSURANCE I DA TE (Mll/DDIYYYY) 04/18/2008 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 1121 E. Loop 820 South HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PO 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 INSURERB: Bituminous Fire & Marine Ins Co A+ IX Fort Worth, TX 76119 INSURERC: INSURERD: INSURERE: COVER"'-'"'"' THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES . AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I~ ~~~1 TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE P~!:lfl EXPIRA TI?N UUITS n•= • GENERAL LIABILITY CLP 3 244 088 08/01/2007 08/01/2008 EACH OCCURRENCE $ 1.000.000 X COMMERCIAL GENERAL LIABJUTY !:!....~~H9c~ENlED $ 100.000 -~ ct.AIMS MADE [K] OCCUR MED EXP (Any one person) $ 5,000 >-- A X CONTRACTUAL, XCU PERSONAL & ADV INJURY $ 1.000.000 x INDEP CONTRACTORS GENERAL AGGREGATE $ 2.000,000 GEi-ti. AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AG!3 s 2,000,00(l n POLICY m ~8;: n L~ AUTOMOBILE LIABILITY CAP 3 514 595 08/01/2007 08/01/2008 COMBINED SINGI.E LIMIT -$ X ANY AUTO (Ea accident) 1.000.00< -,: X AU OWNfO AUTOS ; -BODILY INJURY s X SCHEDULED AUTOS (Per person) B -X HIRED AUTOS BODILY INJURY -(Per acddenl) $ X NON-OWNED AUTOS --PROPERTY DAMAGE s (Per accident) GARAGE LIABILITY AUTO ONLY -EA ACCIDENT s RANYAUTO OTHER THAN EAACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA UABILITY CUP 2 S80 269 08/01/2007 08/01/2008 EACH OCCURRENCE $ 5,000,00C ]] OCCUR D CLAIMS MADE UMBRELLA AGGREGATE $ 5,000,000 A s ~ DEDUCTIBLE $ RETENTION $ 10,00(l $ WORKERS COMPENSATION AND WC 3 514 594 08/01/2007 08/01/2008 X l~~~Y1~1 10.w- EMPLOYERS' LIABILITY E.L . EACH ACCIDENT $ 1,000.00( B At>N PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EL DISEASE • EA EMPLOYEE $ 1.000.ooc ~re~~~~li/~~~ below E.L. DISEASE • POLICY LIMIT $ 1 000.000 OTHER il,~SCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES/ EXCLUSIONS ADDED BY BIDORSEMENT / SPECIAL PROVISIONS 2" & 12" WATER MAIN REPLACEMENTS FOR W7 DEVELOPMENT IN THE CITY OF FT WORTH :ERT HOLDER NAMED ADLN INSURED EXCEPT ON WORKERS COMP WITH COMMERCIAL LIAB BEING PRIMARY & NON- :ONTRIBUTORY WITH WAIVER OF SUBROGATION ALL POLICIES AS REQUIRED BY WRITTEN CONTRACT.30 DAY CANC NOTICE !\MENDED TO 10 DAY FOR NON-PAY OF PREMIUM. LDER CITY OF FORT WORTH 1000 THROCKMORTON ST FT WORTH, TX 76102 25 (2001/08) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL __1L DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR UABJUTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REP TIVES. AUTHORIZED REPRESENTATIVE ION 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, n ~r does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies li;sted thereon. ! ACORD 25 (2001/08) CERTIFICATE OF INSURANCE TO : CITY OF FORT WORTH Date~ NAME OF PROJECT: Sanitary Sewer Contract LV (55), Part 4 on Foch Street (Project 00431} PROJECT NUMBF.B..: P253-609150043183 JS 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 Underground 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 receive~ writte 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 ________________ _ Title ------------------Address _________________ _ CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C .A Labor Code Section 406.096 (2000), as amended, Contractor certifies that it provides workers ' compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No. 5839 and City of Fort Worth Project Number P253-609150043183 Title Date ST A TE OF TEXAS § COUNTY OFT ARRANT § BEFORE ME, the undersigned authority, on this day personally appeared MN'? 'PPtfPtt. S , known to me be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Conatser Construction TX, LP the purpose and consideration therein expressed and in the capacity therein stated . GIVEN UNDER MY HAND AND SEAL OF OFFICE this .lli_day of ~ \ . 2008 . ~ the State of Texas VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders . The law that, in order to be awarded a contract as low bidder, non -resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the state of Texas) bid projects for construction , improvements, supplies or services in Texas at an mount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-res ident's principle place of business is located . The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specificat ions . The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B . A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached . Non resident vendors in _____ (give state), or principal place of business , are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas . D BIDDER: Company City State Zip By: (please print) ; Signature : ------------- Title: (please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION F-3 - - CONFLJCT OF INTEREST DISCLOSURE REQUIREMENT Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity (i.e. The City of Fort Worth) must disc1ose in the Questionnaire Form CIQ ("Questionnaire,,) the person 's affiliation or business relationship that might cause a contlict of interest with the local governmental entity . By Jaw, the Questionnaire must be filed with the Fort Worth City Secretary no later than seven days after the date the person begins contract discussions or negotiations with the City, or submits an application or response to a request for proposals or bids, correspondence, or another writing related to a potential agreement with the City . Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaire Form CIQ is enc1osed with the submittal docwnents . The form is also available at http://www.ethics.state.tx.us/forms/CIO.pdf. If you have any questions about compliance, please consult your own legal counsel. CompJiance is the individual responsibility of each person or agent of a person who is subject to the filing requirement. An offense under Chapter 176 is a Class C misdemeanor. - - - - - - - - - CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed . See Section 176.006 , Local Government Code . A person commits an offense if the person v iolates Section 176.006, Local Government Code . An offense under this section is a Class C misdemeanor. l!J Name of person doing business with local governmental entity. D Check this box if you are filing an update to a previously filed questionnaire. FORM CIQ OFFICE USE ONLY Dale Received (The law requires !hat you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code , is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) ~ Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who makes recommendations to a local government officer of the local governmental entity with respect to expenditure of money. l!.J Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire. Ame-Me d 01/1 3/2006 - - - - - - CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity FORM CIQ Page 2 ~ Name of local government officer with whom filer has affilitation or business relationship. (Complete this section only if the answer to A, B, or C is YES.) This section, item 5 including subparts A, B, C & D. must be completed for each officer with whom the filer has affiliation or business relationship . Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire? D Yes DNo B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? DYes DNo C . Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director. or holds an ownership of 10 percent or more? DYes DNo D. Describe each affiliation or business relationship. ~ Describe any other affiliation or business relationship that might cause a conflict of Interest Signature of person doing business with the governmental entity Date Amended 01/13/2006 EXPERIENCE RECORD List of Projects your Organization has successfully completed : AMOUNT OF CONTRACT TYPE OF WORK DATE ACCEPTED NAME AND ADDRESS OF AWARD OWNER List of Projects your Organization is now engaged in completing : AMOUNT OF CONTRACT ANTICIPATED DATE OF NAME AND ADDRESS OF TYPE OF WORK COMPLETION OWNER AWARD List Surety Bonds in force on above incomplete work : DATE OF CONTRACT TYPE OF WORK BOND AMOUNT OF BOND NAME AND ADDRESS OF AWARD SURETY F-4 List of Equipment owned by Bidder that is in serviceable condition and available for use : Portions of work Bidder proposes to sublet in case of Award of Contract including amount and type: F-5 Bond No: 022023639 PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OFT ARRANT § Liberty Mutual That we (1) Conatser Construction TX, LP as Principal herein, and (2)lnsurance Canpany , a corporation organized under the Jaws of the State of (3)~, and who is authorized to issue surety bonds in the State of Texas, Surety herein , are held and firmly bound unto the City of Fort Worth, ·a municipal corporation located in Tarrant and Denton Counties , Texas, Obligee herein , in the sum of: · Six Hundred Seventy-four Thousand Three Hundred Eighty and 25/100 .............................................................. . Dollars ($674,380.25) for the payment of which sum we bind ourselves, our heirs , executors , administrators , successors and assigns , jointly and severally , fmnly by these present. t\AY O 7 2008 WHEREAS , Principal has entered into a certain written contract with the Obligee dated the __ of ---''-'2:.;0""'0"'"8 a copy of which is hereto attached and made a part hereof for all purposes, for the construction of: Sanitary Sewer Contract LV (55), Part 4 on Foch Street (Project 00431) NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans , specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal 's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void ; otherwise , to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. MAY O 7 2008 SIGNED AND SEALED this __ day of ___ ,2~0=0=8. ATTEST: (Principal) Secretary (SEAL) PO Box 15448 Fort Worth, TX 76119 Witness as to Principal ATTEST: Secretary Liberty Mutual Insud#rance CQ!!p3.11; s~A . B~ ~ Name: Glenna S. Davis (Attorney-in-fact) Address : 175 Berkeley Street Boston, MA 02117 Telephone Number: 972-233-9588 Carolyn Maples NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of the bond shall not be prior to date of Contract. Bond No: 022023639 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS : COUNTY OFT ARRANT § Liberty Mutual Insurance That we (1) Conatser Construction TX, LPas Principal herein , and (2) Canpany a corporation organized and existing under the Jaws of the State of (3) MA , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein , in the amount of Six Hundred Seventy-four Thousand Three Hundred Eighty and 25/100 ................................ Dollars ($674,380.25) for the payment whereof, the said Principal and Surety bind themselves and their heirs , executors , administrators , successors and assigns , jointly and severally , firmly by these presents : WHEREAS , the Principal has entered into a certain written contract with the Obligee dated tt'tAY O hat9 a ___ A .D. , 2008, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length , for the following project : Sanitary Sewer Contract LV (55), Part 4 on Foch Street (Project 00431) NOW , THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253 , Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute , to the same extent as if it were copied at length herein. IN WITNESS WHEREOF , the duly authorized representatives of the Principal and the Surety have executed this instrument. MAY O 7 2008 SIGNED AND SEALED this __ day of __ _, 2008. ATTEST: (Principal) Secretary (SEAL) ~ Witness as to Pnnc1p ATTEST: Secretary (SEAL) s~Su~~ Carolyn Maples NOTE: 1. Correct name of Principal (Contractor). 2 . Correct name of Surety . 3 . State of incorporation of Surety. Conatser Constructi PRINCIP BY:_~~H-J'-----M-"''---""11=&..r::;....-------- Vice President of Conatser Title: --M=an ... a¥g"-Fe1JE .... =n .... t__._,G""'ro ..... ,-'11p~,_....rn ... c~ . ..,G ...... P ____ _ PO Box 15448 Fort Worth, TX 76119 i~::UZ;;; Name: Glenna S. Davis Attorney in Fact Address : 175 Berkeley Street Boston, MA 02117 Telephone Number: 972-233-9588 Telephone number of surety must be stated. In addition , an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shal 1 not be prior to date of Contract. Bond No: 022023639 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OFT ARRANT § KNOW ALL MEN BY THESE PRESENTS : . . Liberty Mutual That Conatse r Construction TX, LP(Contractor), as pnnc1pal , and Insurance Canpany , 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 Six Hundred Seventy-four Thousand Thr ee Hundred Eighty and 25/100 ................................ Dollars ($674,380.25) lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves , their heirs , executors , administrators, assigns and successors, jointly and severally. This obligation is conditioned, however; that, HAY O 7 20Qtf WHEREAS , said Contractor has entered into a written Contract with the City of Fort Worth, dated the U __ day of 2008 copy of which is hereto attached and made a part hereof, the performance of the following described public improvements: Sa nitary Sewer Contract LV (55), Part 4 on Foch Street (Project 00431) the same being referred to herein and in said contract as the Work and being designated as project P253- 609150043183and said contract, including all of the specifications, conditions, addenda, change orders and written instruments 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 the work that it will remain in good repair and condition for and during a period of after the date of Two (2 ) Years after the date of the final acceptance of the work by the City ; and WHEREAS , said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) Years ; and, WHEREAS , said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth, it be necessary; and, WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said work as herein provided . NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said work in accordance with all the terms and conditions of said Contract, these_presents shall be null and void, and have no force or effect. Otherwise this Bond shall be and remain in full force and effect, and the City shall have and recover from the Contractor and Surety damages in the premises prescribed by said Contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in ~counterparts, each one of which shall be deemed an original , this __ day . 2008. ATTEST: (SEAL) Secretary ATTEST: (SEAL) Secretary Vice President of Conatser Managerrent Group, Inc. , GP Liberty Mutual Insurance Canpany Surety BY~~ Name:Glrma s.Davis , Title: --------------Attorney-in -Fac t 175 Berkeley Street Boston, MA 02117 Address THIS POWER OF ATIORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 2286101 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 GREG A. WILKERSON, GLENNA S. DAVIS, CATHY VINSON, CAROLYN MAPLES, JOHN R. WILSON, ALL OF THE CITY OF FORT WORTH, STATE Of.TEXAS ............................... : .......................................................................................................... . ........................................ --.· .................. _ ................................................................................................................................. . • 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, re.cognizances 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 bind ing as if signed by the president and attested by the secretary . By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant to Article XIII , Section 5 of the By-Laws , Garnet W . Ell iott , Assistant Secretary of Liberty Mutual Insuran ce Company , is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make , execute , seal , acknowledge and deliver as surety any and all undertakings, bonds , recognizances and other surety obl igations . That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. Ill Ill Q) C: 'iii :::s .lJ >-c: ca =5 ~ .... >-"' Q>W Ee IN WITNESS WHEREOF , this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of O Q. Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting , Pennsylvania this 18th day of February , ::= 0 2008 <M 0~ COMMONWEALTH OF PENNSYLVANIA COUNTY OF MONTGOMERY ss LIBERTY MUTUAL INSURANCE COMPANY Bye~ IY-~· Garnet W . Elliott, Assistant Secretary On this J.filh.__ day of February , 2008 , 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 Notarlal Seal Teresa Pe.stella. Ncta,y Ptblk:: ~ Twp., MonlgCme!y Cru1ly My C<ln'ml$Giall E,q,iros Mar.1.8. 2009 By~ Ter&sa Pastella , Notary Publ ic I, the undersigned , Assistant 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 prov ided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatu res 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 facsimile or mechan ically 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 . HAY Q 7 2008 IN TESTIMONY WHEREOF , I have hereunto subscribed my name and affixed the corporate seal of the said company , this day of ... "C Q) C: 3: ca if~ -~O .c:o -" _m 0 C: >-Q) :!:: Q) :2,! -Q) ~.IJ Q) 0 =~ E '9 .!::~ -co C: I Oo c.,.,.. o<D 1-,.!. ~Libert): ~ Mutual. Important Notice TO OBTAIN INFORMATION ABOUT THIS BOND OR TO MAKE A COMPLAINT: You may contact the Texas Department of Insurance to obtain informat ion on companies , coverages , rights or complaints at: 800-252-3439 You may wr ite 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: 610-832-82 4 0 Premium or Claim Disputes If you have a d ispute concern ing 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 Dep a rtment of Insurance. This no tice is for in formation p urp os es on ly and do es n ot become a part of or a co nd ition o f the att ach ed doc ume n t. It is give n to com ply with Section 2253 . 048 , Government Code , and Sectio n 53. 202, P ro p erty Code , Effective September 1, 2001 PART G-CONTRACT THE ST A TE OF TEXAS § COUNTY OFT ARRANT § . MAY O 7 THIS CONTRACT, made and entered mto the __ day of , 8 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 "CONTRACTOR". WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (Owner), said Party of the Second Part (Contractor) hereby agrees with the said party of the First Part (Owner) to commence and complete certain improvements described as follows: Sanitary Sewer Contract LV (55), Part 4 on Foch Street (Project 00431) And all extra work connected therewith , under the terms as stated in the Contract Documents, and at his (their) own proper cost and expense to furnish all the materials , supplies , machinery, equipment, tools , superintendent, labor, bonds , insurance , and other accessories and services necessary to complete the said construction , in accordance with all the requirements of the Contract Documents , which include all maps , plats , blueprints and other drawings and printed or written explanatory matter thereof, and the specifications thereof, as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon, together with the Contractor 's Written Proposal and the other parts of the Contract Documents hereto attached, including the Fort Worth Water Department General Contractor Documents and General Specifications , all of which are made a part hereof and collectively and constitute the entire contract. The Contractor hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him , and to substantially complete same within the time stated in the proposal. The Owner agrees to pay the contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefore, subject to additions and deductions , as provided in the Contract Documents and all approved modifications thereof, and to make payment on account thereof as provided therein . IN WITNESS WHEREOF , the Parties to these presents have executed this Contract in ~counterparts in the year and day first above written. City of Fort Worth, Texas (Owner) Party of the First part Fernando Costa, Assistant City Manager Conatser Construction TX, LP PO Box 15448 A. Douglas Rademaker, P .E . Director Department of Engineering -- ATTEST: (Seal) Co nt ract Authorizatioa ~ 5/ 4,}0$3 0 APPENDIX A DETAILS ~I ::J I ~ EJ I c.. 0 Q:; c.. SIDEWALK WATER MAIN BEHIND CURB E1-17 MATERIAL E2-17 CONSTRUCTION CURB PAVEMENT MATERIAL LIST 1" OR AS APPLICABLE WATER MAIN IN STREET @ STANDARD CORPORATION @ BLUE VINYL TAPE , 3" WIDE, 6" ABOVE GROUND © STANDARD CURB STOP & go· ELBOW @ AREA TO BE BACKFILLED WITH SAND CITY OF FORT WORTH, TEXAS WATER SERVICE DETAIL DATE: 08-2007 WTR-001 NOTE : PAVEMENT OR OTHER SURFACE MATERIAL DETAIL PERTAINS TO ALL GATE VALVE SIZES 4" THRU 12" WATER MAIN E1-10 MATERIAL E2-10 CONSTRUCTION ,-=, I I .>--~ ... -.-,-~ I I I I I I I I I CONCRETE COLLAR PER DETAIL WTR-004 -------IF VALVE OPERATING NUT IS MORE THAN 3' BELOW PAVEMENT SURF ACE, PROVIDE EXTENSION STEM TO 1' BELOW PAVEMENT SURFACE . (SEE DETAIL WTR-003) n---MCKINLEY IRON AND STEEL CO., NO . YB5 THREE PIECE VALVE BOX OR EQUAL ,___--GATE VALVE TORQUE BOLTS PRIOR TO BACKFILL CITY OF FORT WORTH, TEXAS GATE VALVE AND BOX DATE: 08-2007 WTR-002 2" 121 SQUARE STOCK W/ 1" DIA HOLE DRILLED THROUGH . l "</J ROUND STOCK 2"121 SQUARE STOCK W/ DIA. HOLE DR ILLED THROUGH. 2~"</J TUB ING W/ ~" THICK WALL }e"x45" CHAMFER t 2"+" -0 VARIES NOTES: 1. 1" ROUND BAR & 2 " SQUARE PER ATSM A-108-81, SAE 1020, COLD DRAWN OR BETTER . 2. ~" TUBING PER ATSM A-512-79, SAE 1020, COLD DRAWN OR BETTER . 3 . ALL WELDS SHALL COMPLY WITH A.W .S. CODE FOR PROCEDURE, APPEARANCE, AND QUALITY OF WELDS . CITY OF FORT WORTH, TEXAS VAL VE STEM EXTENSION DATE: 08-2007 WTR-003 - - - - - - - COLLAR CONFIGURATION FOR PAVED AREA ... COLLAR CONFIGURATION FOR UNPAVED AREA 2'-0" _,.-,-~ :t ;::~:\f })\\:/}}·~.:i::{:. ~:,, i?.:->r .)~---:~fr~ ::· A L CLASS 'A' ___ _, (3000 PSI) CONCRET E 8-#4 REBARS TYP . CASE 1 CASE 2 ~ COLLAR SHALL EXTEND TO TOP OF 2: 27 CONCRETE (REBAR REQU IRED) CASE 2 COLLAR SHALL BE 8" THICK (REBAR REQUIRED) E1-20, E1-21 MATERIAL E2-20, E2-21 CONSTRUCTION SECTION A-A CITY OF FORT WORTH , TEXAS .·~;_(. ', :.:. :-: . :,. •1-. .• ,. .. r•. : .... ..... · ..... . :~·.\ ~ :~·:.: ·:~ ,' .f :t ·• .. ~-. ·.~~~.. : ·., .... :\,, -~ ··.~ .. ) : GATE VALVE CONCRETE COLLAR CD A J 3" TYP . . 0 I N 7"," CHAMFER (TYP .) (/J (/J';' wz ~~ 0. ie a: (/) <~ ...J 0::: ...J< 8> REBAR SHALL BE PLACED 3" MIN . FROM TOP AND BOTTOM OF CONCRETE COLLAR. DATE : 08-2007 WTR-004 - - - - - ,...._ w a. a: LL 0 a. g ~ A E1-14 MATERIAL E2-14 CONSTRUCTION -J@ @~ SECTION A-A GAlE DIMENSION TABLE VALVf. SIZE A B C D E f G H J K L M 18" 20· 20" 12· 12· «Ji• 1· 48" 12· lo" 24" 12· 16" 18" 20· 2o" 12" 12" 51%" 2· 48" 12· 12" 24" 12· 18" 20· 2o" 18" 12" 12" 55%• ,. 54• .12· 12· 24" 16" 20· 24" :a' 14" 12" 12" ~-1" 80" 18" 14" 30• 18" 24" 30• 28" 12· 12· 12" ~-3• 66" 18" 18" 30• 20· 30• J6" 32• 0· 12· 12· 901(.· 4• 72" 18" 18" J6" 24" J6" 42" 34• 6" 15" s· 1 o~· s· 18" 24• 20" 36" 30• 42• 48" J6" 4• H" lo" 121%" 4" 9o" 24" 26" 42" 36" 48" 54• 38" 4• g• 15" 142'i" 3• 102· 24" 32" 48" 40• 54• DIMENSIONS ARE BASED ON AMERICAN DARLING VALVf. AND MFG. CO. DRANNG NO. 6397, DAlED 3-2-59, REVISED 5-11-70. 16" GAlE VALVf. DIMENSIONS ARE BASED ON CATALOG NO. 10, PAGES 20 ANO 22. 54" GAlE VALVf. DIMENSIONS ARE BASED ON DRAWING NO. 92-12158, DAlED 12-13-70. CONCRETE TOP VIEW, LESS MANHOLE COVER AND RIM INSTALLATION NO . 6 BARS, 6" C-C (TYP) NOTES: NO. 5 BARS, 1. 24"x40" FORT WORTH STANDARD 336 LB. MANHOLE COVER WITH THE WORD "WATER" CAST IN 2-INCH LETTERS. USE BILCO 30"x30" TYPE HLC ACCESS HATCH IN HIGH TRAFFIC AREAS. 12" C-C (TYP) 4000# REINF. CONC. N0.6 BARS, 6" C-C N0.5 BARS, 12" C-C GRANULAR EMBEDMENT . (TO TOP OF PIPE) NO . 4 BARS, 12" C-C BOTH WAYS IN 2500# CONCRETE * 2" COVER (TYP.) CITY OF FORT WORTH, TEXAS VAULT DETAIL E ; 2. VALVE VAULT SIDE WALLS SHALL BE PRECAST REINFORCED CONCRETE PIPE OF THE TONGUE AND GROOVE DESIGN, MEETING THE REQUIREMENTS OF A.S. T.M. C-76, CLASS Ill, OR EQUAL, USING RAM-NEK PLASTIC SEAL, OR POURED-IN-PLACE 2500# REINFORCED CONCRETE WITH 8" WALLS . CONCRETE WALLS SHALL BE REINFORCED WITH #4 CIRCULAR BARS, SPACED 6" C-C HORIZONTALLY AND 6" C-C VERTICALLY. POURED-IN-PLACE CONCRETE MUST HA VE "FIRST SURF ACE RUBBING" AS SPECIFIED IN E2-14.15b (1) OF THE GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS . 3 . PROVIDE CORPORATION AND CURB STOPS A MAXIMUM OF 12" FROM EACH END OF GATE VALVE, AS SHOWN . CORPORATION AND CURB STOP SIZES SHALL BE 1" FOR 16", 20", AND 24" PIPE NOMINAL DIAMETERS; 2" FOR 30" AND LARGER DIAMETERS . 2" TAPS SHALL BE MADE AS A 2" FLANGED OUTLET, WITH IN SULA TED ADAPTOR KIT. COPPER RISERS SHALL BE PROVIDED BETWEEN THE CORPORATION AND CURB STOPS. CURB STOPS SHALL BE INSTALLED AT AN ELEVATION 12" ABOVE THE TOP SURF ACE OF VAULT BOTIOM SLAB. 4. GROUT WITH MORTAR. 5. BY-PASS VALVE NOT REQUIRED FOR RESILIENT WEDGE GA TE VALVE . DATE: 08-2007 FOR 16" AND LARGER GATE VALVES WTR-005 - - - - - - CONCRETE-- BLOCKING +-'-'li.+- M.J. ANCHOR TEE -t-r~-J,d EXISTING OR PROPOSED CURB PAVEMENT OR OTHER SURFACE M.J . ANCHORING COUPLING E1 -12 MA TERI AL E2-12 CONSTRUCTION 6" LEAD FROM MAINS . .EXISTING OR PROPOSED CURB CONCRETE BLOCKING EXERCISE CARE TO AVOID PLUGGING DRAIN HOLE WITH CONCRETE 18" MINIMUM FROM GROUND, PER FIRE DEPT. FIRE HYDRANT TO BE SET PLUMB PARKWAY ~~e-EXTENSION BARRE L AND STEM FOR EXTRA BURY DEPTH IF NECESSARY 6" FIRE HYDRANT <.o LEAD LINE ~ .14--~-MINIMUM 7 C.F. GRAVEL PROPORTIONALLY AROUND BASE r:.""'l!bn:!:--CONCRETE BLOCKING 12"x12"x6" CITY OF FORT WORTH, TEXAS STANDARD FIRE HYDRANT DATE: 08-2007 WTR-006 - - - - - NOTE : BEARING AREAS SHOWN ARE BASED ON 150 P.S.I.G TEST PRESSURE AND 3000 P.S.F. SOIL BEARING VALUE. 3000 PSI CONCRETE (TYP .) * DIMENSION "X" MAY VARY IF NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENCH WALL HORIZONTAL BLOCKING TABLE "X" 11.25· 22.5' 45· go· PIPE MIN . MAX MIN . MAX MIN . MAX MIN . SIZE (FT.) "A" AREA VOL "8" AREA VOL "c" AREA VOL "D" AREA 4 • 1.0 0 .90 0 .80 0.05 0 .95 0.90 0 .05 0 .95 0.90 0 .05 0 .91 0.82 6" 1.5 0 .90 0 .80 0.05 0.95 0 .90 0 .05 1.05 1.10 0.05 1.73 1.99 8" 1.5 0 .90 0 .80 0 .05 0 .95 0 .90 0.05 1.41 2.00 0.05 1.86 3.47 10· 1.5 0 .90 0.80 0.05 1.26 1.60 0.05 1.79 3 .20 0.10 2 .18 5.62 12· 1.5 1.10 1.20 0.05 1.48 2 .30 0.10 2.14 4.50 0.20 . 2.83 8.00 16" 2.0 1.41 2.00 0.10 2 .00 4.00 0 .10 2 .83 8 .00 0.40 3.75 14.10 20" 2 .0 1.77 3 .10 0.20 2 .54 6 .20 0 .30 3 .52 12.40 0 .60 4.70 22.00 24" 2 .0 2 .14 4 .50 0.25 3 .00 9 .00 0 .50 4 .25 18.10 0.95 5.65 32.00 30" 2.5 2 .66 7 .10 0.55 3.78 14.20 1.00 5 .30 28.20 1.75 7.05 49 .80 36" 2 .5 3 .33 10.00 0.75 4 .50 20.40 1.40 6 .36 40.80 2.65 8 .50 72.00 42" 3 .0 3 .72 13.80 1.20 5 .25 27.60 2 .20 7.41 55.30 4.10 9 .90 97.50 48" 3 .0 4 .38 18.30 1.60 6 .00 36.00 2.90 8.48 72.00 5.40 11 .14 126.50 54" 4 .0 4.0 22.50 4.0 6 .70 45.00 7.00 9.40 88.00 10.00. 13.00 162.00 NOTES : MAX VOL 0 .05 0 .05 0.10 0.20 0 .30 0.65 1.15 1.85 3.40 5.10 7.90 10.40 16 .00 MINIMUM 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 DIMENSION SHOWN . E1 -20 MA TERI AL E2-20 CONSTRUCTION CITY OF FORT WORTH , TEXAS HORIZONTAL BLOCKING .. TEE & PLUG MIN . MAX ''E" AREA VOL 1.16 0 .58 0 .05 1.19 1.41 0.05 1.57 2.46 0.10 1.99 3 .98 0 .15 2.38 5 .56 0 .20 3.16 10.00 0.50 3 .94 15.55 0.75 4 .76 22.60 1.05 5 .91 35.33 2 .10 7.20 51.00 2 .95 8 .30 69.00 4.75 9 .50 90.03 6 .15 10.70 115.00 12.00 DATE : 08-2007 WTR-008 - - - - 3000 PSI CONCRETE BELL-BELL BEND 11'-o"I . --JTYP.1 TRENCH WIDTH : 1. PIPE 24" I.D . AND SMALLER = 24" OR O.D. + 12" WHICHEVER IS GREATER . 2. PIPE LARGER THAN 24" = 0.D. OF PIPE + 18". 3. CRADLE SHALL EXTEND A MIN. OF 6" BEYOND EACH SIDE OF PIPE. J_ RUBBER GASKET JOINT BELL-BELL BEND 3000 PSI CONCRETE KEEP A MIN. OF 1 '-0" CLEARANCE BETWEEN CONCRETE AND JOINTS OR BOLTS ON C.I. PIPE, OR IN EXCESS OF 1'-0" AS DETAILED. · E1 -20 MA TERIAi.. E2-20 CONSTRUCTION M.J.-M.J. BEND MECHANICAL JOINT MAIN ---. --(f_- BELL AND SPIGOT JOINT CITY OF FORT WORTH, TEXAS CONCRETE CRADLE NOTE: WHEN CRADLE IS SHOWN OR SPECIFIED FOR INSTALLATION ON CONCRETE PIPE, THE FULL JOINT LENGTH OF THE PIPE OR FITTING SHALL BE CRADLED . DATE : 08-2007 WTR-009 - CLASS "B" (2500 PSI) CONCRETE #4 STEEL BAR NOTE: in • KEEP CONCRETE CLEAR OF PIPE JOINTS AND BOLTS WRAP PIPE WITH 15# ROOFING FELT FORM AS NECESSARY 6 ,,..... z C, 0::: w I-8 w ::::IE <( 0 _J <( z ::::l: 10 0 z w a.. a:: 12 90· *VO L. REQ'D . (C .F.) 39.99 A (FT.) 2.50 B (FT.) 4.00 C (FT.) 4.00 *VOL. REQ'D. (C.F.) 71.09 A (FT.) 2.83 B (FT.) 5.00 C (FT.) 5.00 *VOL. REQ'D . (C.F.) 111.07 A (FT.) 3.25 B (FT.) 5 .90 C (FT.) 5.90 *VO L. REQ 'D. (C .F.) 159 .94 A (FT.) 4.17 B (FT.) 6.20 C (FT.) 6.20 BENDS 45' 22.5" 21 .64 11 .03 1.42 1.00 3.88 3.36 3.88 3.36 38.47 19.61 1.67 1.50 4.80 3 .66 4;80 3 .66 60.11 30.65 1.92 1.75 5.60 4 .25 5.60 4.25 86.56 44.13 2.42 1.42 6.00 5.54 6.00 5.54 *VOLUME CALCULATED ON THE BASIS OF CONCRETE REACTING 11 .25' 5 .54 0.75 2 .75 2.75 9 .85 1.00 3 .20 3.20 15.40 1.50 3.25 3.25 22.17 1.25 4.20 4.20 THRUST ON THE RESPECTIVE BENDS UNDER AN INTERNAL PRESSURE E1 -20 MA TERI AL E2-20 CONSTRUCTION OF 150 PSIG AT THE RA TE OF 150 LB . WT. PER CUBIC FEET OF CONCRETE. CITY OF FORT WORTH, TEXAS EXAMPLE A VERTICAL TIE-DOWN BLOCK DATE: 08-2007 WTR-010 NOTE: KEEP CONCRETE CLEAR OF PIPE JOINTS AND BOLTS . E1-20 MATERIAL E2-20 CONSTRUCTION NOTE : QUANTITIES WILL BE SPECIFIED ON PLANS OR DIRECTED BY ENGINEER. CITY OF FORT WORTH, TEXAS EXAMPLE B VERTICAL TIE-DOWN BLOCK #4 BAR STEEL STRAPS IN VARIABLE QUANTITY DEPENDING ON THRUST FORM AS NECESSARY 2500 PSI CONCRETE DA TE: 08-2007 WTR-011 NOTE: KEEP CONCRETE CLEAR OF PIPE JOINTS AND BOLTS. E1 -20 MA TERI AL E2-20 CONSTRUCTION #4 BAR STEEL STRAPS IN VARIABLE QUANTITY DEPENDING ON TH f3_UST NOTE : FORM AS NECESSARY 2500# CONCRETE QUANTITIES WILL BE SPECIFIED ON PLANS OR DIRECTED BY ENGINEER . CITY OF FORT WORTH, TEXAS EXAMPLE C VERTICAL TIE-DOWN BLOCK DATE : 08-2007 WTR-012 PROVIDE M.J. TEE FOR D.I. PIPE OR M.J . BELL OUTLET FOR CONCRETE PIPE WITH ANCHOR COUPLING IN EACH CASE SEE ·DETAIL WTR-002 M.J. GATE VALVE 2500 PSI CONCRETE SUPPORT 6" MIN . CD SEAL PIPE TO WALL HOLE CUT-OUT WITH NON-SHRINK MORTAR EQUAL TO 1 PART ALCRETE, 1 PART CEMENT, 6 PARTS SAND . E1-20 MATERIAL E2-20 CONSTRUCTION @ DETAILS OF CONSTRUCTION SHALL CONFORM TO FIGURE SAN -003. @ CLASS 'F' ( 4000 PSI) CONCRETE WITH NO. 6 STEEL BARS SPACED 6" C/C EACH WAY . STEEL BAR COVER TO BE 2" MIN ., 3" MAX. FROM BOTTOM OF TOP SLAB AND FROM TOP OF FLOOR SLAB . CITY OF FORT WORTH, TEXAS STANDARD BLOW-OFF INTO 4' DIAMETER SUMP MANHOLE DATE : 08-2007 WTR-017 ..... ® ® (J) NOTES: 6" BLIND FLANGE TAPPED 2• WITH 2" BRASS PLUG 125# PATTERN BLIND FLANGE DRILLED AND TAPPED FOR 6" BLIND FLANGE. 6" BLIND FLANGE ATTACHED WITH BRONZE BOLTS. GASKETS SHALL BE FULL FACED AS OTHERWISE REQUIRED IN E 2-4. LIFTING LUGS SHALL BE PROVIDED IN QUANTITIES SUFFICIENT TO LOFT AND HANDLE THE FLANGE AS A BALANCED LOAD. ATTACH THE 125# PATTERN BLIND FLANGE WITH STEEL BOLTS AND BRONZE NUTS THEN COVER WITH CEMENT GROUT AFTER INSTALLATION. 125# PATTERN FLANGE, UNLESS REQUIRED OTHERWISE . FLANGES AND BLIND FLANGES TO BE DESIGNED TO WITHSTAND PRESSURE RA TING OF PIPE. WYE BRANCH TO BE ONE SIZE LARGER THAN, BUT TAPERED TO STANDARD RUN NORMAL DIAMETER UNLESS OTHERWISE SPECIFIED. STANDARD RUN DIAMETER E1-4 MATERIAL E2-4 CONSTRUCTION CITY OF FORT WORTH, TEXAS STANDARD CLEANING WYE DATE : 08-2007 WTR-026 - NOTE : WHEN A FIRE HYDRANT IS LOCATED AT END OF MAINS 6" AND 8" IN DIAMETER, WYE MAY BE OMITTED . CONTRACTOR WILL MAKE A REASONABLE EFFORT TO PREVENT BACK-FLOW OF PURGED WATER (SEE E2-24) FLOW E1-7 MATERIAL E2-7 CONSTRUCTION 1. INSTALL M.J. WYE AT TERMINAL END OF MAIN . 2. PLUG THE STRAIGHT RUN OF THE WYE AS SHOWN. 3. AFTER CLEANING WITH POLY-PIG, INSTALL BRANCH END PLUG . CITY OF FORT WORTH, TEXAS CLEANING WYE DETAIL FOR NON-LOOPED SYSTEM 12" AND UNDER DATE: 08-2007 WTR-027 11 )f I •[283mmf I Ftit-31 COVER SECTION 12 ~" [327mm] ~" LETTERING (RECESSED FLUSH) 11 %" 1 ~ .. J •[289mmJ" I _£ [ 48 ,m] I g ~.. I ~ f 12" [251mmj [305mm] t:::===::::i@ _J_ I· 15 %" • I [391mm) 18 %" [476mm] BOX SECTION 1 ~"R [R38mm] %" [16mm] 18" [457mm] 1 *" l--2 Jf [44mml]_ I [54mm] ~ T:j~,: [Bm~] d 'XO [8mm] COVER SECTION 20" [508mm] I· 18 >4" ·I [ 464mm] 1· 16 *" ·1 [ 425mm] I· 21" .. 1 [533mm) 24" [610mm] BOX SECTION NOTE: FORT WORTH LOGO IS OPTIONAL. CITY OF FORT WORTH, TEXAS DATE : 08-2007 CLASS 'A' STANDARD PLASTIC METER BOX W/ CAST IRON LID FOR %11 & 1" METERS WTR-031 I ,. / ~,,.,,;;;;;,,.y;;;,. r;;;,,. ";;;;"~ 1(1\ II lr Ywiw y IJ/. 'fill.][ If 1, ~ r " w \ I' ff 11 n 11' Y 11 1r WW JI' • n • Ill' • 11' 1(1'1' ][ ]( PLAN VIEW 26 *" [679mm] 13 Xi" 13 X." [337mm] [337mm] 15 1'(5" [386mm] 1 ~"R [R38mm] 1 *" _u44mm] L i::zij "'""""''11Zij -~u -:i::1i;:a:-g-=c9:pc:,mmnw COYER SECTION ~~~ .. [8mm] 1- 30 " [762mm] 27" [686mm] 1 *" [44mm] 25" [635mm] BOX SECTION • 1 I 12" [305mm] _l_ -I n= 18" 15 ~s" [ 457mm] [392mm] Ll ----·-,, ~ ' ' ---.a-- t _J_ 14" 3" [76mm] [356mm] 'I --,___4" [102mm] BOX SECTION NOTE: FORT WORTH LOGO IS OPTIONAL. CITY OF FORT WORTH, TEXAS DATE : 08-2007 CLASS 'B' STANDARD PLASTIC METER BOX W/ CAST IRON LID FOR 1~" & 2" METERS WTR-032 ) ~ ::: ""I I , l[JI l[l[l[ ·y ll I I '!1"'11 -t .J\i.,} l!li -ffi 14 )f' 00 !;;:ti %"_J ~:::1 si [368mm] ~""' ~ I L [16mm] l[ & I l[ l[ Ill Jl]l ff •• ~ Ir' ./J ... 2"R [R51MM] El.AN ~IEW CQVEB , 16 ~ .. [419mm] 2 .la"---~ [54mm] W %" Ir 1 ~" 2~ .. tomj] ~ __i[3Bmm] ~ .. -"-~6:--,- [ 8~m]'r-[8mm] CO~R SECTION 18 "%" ....... , .. __ [ 47-9m_mJ_......,, .. , _J_ L, ~ .. [38mm] I· 20 Jf' ·I [514mm] BOX SECTION • SEC]QN 1-l 17" 18 %" [ 432mm] [ 467mm] L~-J I 11 74" I • [298mm] • BOX SECTION NOTE: FORT WORTH LOGO IS OPTIONAL. & CITY OF FORT WORTH, TEXAS CLASS "C" STANDARD PLASTIC METER BOX W/ CAST IRON, LID FOR 2 -%11 METERS DATE: 08-2007 WTR-033 MINIMUM 6" INITIAL----.+-++.-:t"""""'---..... BACKFILL COVER Ml NIMUM 6" -----1---1-,1i;~~~- EMBEDMENT WATER: MINIMUM 6" INITIAL----~:.;.,.;;. BACKFILL COVER : . WATER -6" SEWER -12" STORM DRAIN -12" -----11+-..,...+--TYPE "C" BACKFILL SEE SPEC. El-2.4 G.C.D. ~"..ti,J"""'*r--SAND MATERIAL EMBEDMENT & INITIAL BACKFILL SEE SPEC. El -2.3 G.C.D. -----11+-..,...+--TYPE "C" BACKFILL SEE SPEC. El -2.4 G.C .D. ~~~-CRUSHED STONE OR SAND MATERIAL INITIAL BACKFILL SEE SPEC. E1-2.4(b) OR El -2.3 G.C.D. ~._,.,_,,,...,;t:~~~:1-t=t---CRUSHED STONE MINIMUM 6" ----4==!-ffi~~~"v'y~r,= SEE SPEC. E1-2.3 EMBEDMENT G.C.D. WATER: SIZES 16" AND LARGER SEWER: ALL SIZES STORM DRAIN: ALL SIZES SAND GRADATION • LESS THAN 10% PASSING #200 SIEVE • P.I. = 10 OR LESS CRUSHED STONE GRADATION SIEVE SIZE RETAINED 1 .. 0-10 ~ .. 40-75 %" 55-90 #4 90-100 #8 95-100 MA TERI AL SPECIFICATIONS THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH THE E1-2.4(b) AND E1-2.3 OF THE G.C.D . AND STD. SPEC . ITEM 402 OF THE TPW STANDARD SPECIFICATIONS FOR STREET & STORM DRAIN CONSTRUCTION. ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY. CITY OF FORT WORTH, TEXAS DATE: 08-2007 WATER, SEWER, & STORM DRAIN EMBEDMENT AND BACKFILL DETAILS WTR-034 EXISTING CURB I I 1s TEMP . SERVICE---.,... 2" GAL V. PIPE TO F.H. OUTLET FOR TEMP ---WATER SUPPLY. TEMP . SERVICE 2" GAL V. PIPE ii <:> z F U) x w €:r-t--EXISTING METER VAULT. SEE DETAIL WTR -036 FOR TEMP. SERVICE CONNECTION. 11+t1---+--TEMP. SERVICE 2" GALV. PIPE El €] SEE DETAIL WTR-037 FOR INTERSECTION CROSSING EXISTING CURB CITY OF FORT WORTH, TEXAS TYPICAL MAIN BY-PASS LAYOUT DATE: 08-2007 WTR-035 --.. CUT-OFF NOTE: CONTRACTOR SHALL BE REQUIRED TO COVER METER VAULT WITH PROTECTIVE GUARD. NOTE: EXISTING PRIVATE SERVICE TO HOUSE OR BUILDING. METER SHALL BE REMOVED BY THE CONTRACTOR. CONNECTION FROM BY-PASS TO PRIVATE SERVICE SHALL BE MADE BY CONTRACTOR . EXISTING COPPER SERVICE LINE CITY OF FORT WORTH.TEXAS TEMPORARY SERVICE CONNECTION DATE: 08-2007 WTR-036 - - 36" MAX. ASPHALT COVER 15# ROOFING FELT, 36" WIDE 2" GAL V. PIPE 2-,STANDARD FINISHED 2 "x6" WOODEN PLANKS CITY OF FORT WORTH, TEXAS INTERSECTION & DRIVEWAY APPROACH CROSSING FOR TEMPORARY WATER SERVICE / DATE: 08-2007 WTR-037 ) } 8'-0" 2'-7" 2'-10" 2'-7" 2 .25" 2 .25" -+----+-----::.---------------------------- PROJECT NAM·E 2 .5 .. ~ ----------------':..t PROGRAM NAME/FUNDING SOURCE N I N This project is managed by the Department Of Engineering ~ ci:: Questions on this project, call 000-0000 (Weekdays 7:30a.m.-4:30p.m.) ~ Questions on this project after hours; call 000-0000 : N . After ~ours watrr and sewer emergencies, call 000-0000 ---------- 3" FONTS: FORT WORTH LOGO -CHELTENHAM BOLD ALL OTHER TEXT -ARIAL LOGO COLORS: FORT WORTH -PMS 288 (BLUE) LONGHORN LOGO -PMS 725 (BROWN) E2-1 CONSTRUCTION \ \ \ \ \ 7'-6" \ LLwHITE \ \ \ 3"R (TYP .) L PMS 288 (BLUE) CITY OF FORT WORTH, TEXAS PROJECT SIGN -4'x8' 3 " DATE : 08-2007 WTR-039 · .. EXIST ING CURB & GUTIER NOTES: ) TRENCH REPAIR LIMITS EXISTING HMAC PAVEMENT EXISTING HMAC PAVEMENT EXISTING BASE (IF ANY) ----BACKFILL MATERIAL (SEE NOTE #3) TRENCH REPAIR W/PERMANENT HMAC PAVEMENT AND NON-REINFORCED CONCRETE BASE TYPICAL SECTION 1. PLACE A MIN. OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO MATCH EXISTING HMAC PAVEMENT GRADE AS SHOWN. 2. PLACE A MIN . OF 8" 2 : 27 CONCRETE AS SHOWN. I EXISTING CURB & GUTIER 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED, A 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. 4 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CITY OF FORT WORTti , TEXAS PERMANENT ASPHALT PAVEMENT REPAIR WITH NON-REINFORCED CONCRETE BASE REV. 05/2006 DATE: 09/2005 2000-1A ) TRENCH REPAIR LIMITS EXISTING HMAC PAVEMENT EXISTING HMAC PAVEMENT ... EXISTING CURB & GUTTER NOTES : TRENCH REPAIR W/TEMPORARY HMAC PAVEMENT TYPICAL SECTION BACKFILL MATERIAL (SEE NOTE #3) EXISTING CURB & GUTIER 1. PLACE A MIN. OF 2 " HMAC SURF ACE SOURSE (TYPE "D" MIX) TO MATCH EXISTING HMAC PAVEMENT GRADE AS SHOWN . 2 . PLACE COMPACTED FLE X BASE MATERIAL AS SHOWN . 3 . FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS , AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED, A 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. 4 . 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 DATE : 09/2005 TEMPORARY ASPHALT PAVEMENT REPAIR 2000-1C APPENDIX B PAMREX MANHOLE COVER & FRAME PAMREX 32 INCH MANHOLE COVER AND FRAME LJld 1qo1 :n ~ I. . I 00 0A Manhole cover and frame shall be called PAM REX or approved equal. Cover and frame shall be manufactured from Ductile Iron . Covers shall be dually hinged and incorporate a 90 degree blocking system to prevent accidental closure . Covers shall be one man operable using standard tools and shall be capable of withstanding a test load of 80,000 lbs . Frames shall be circular, incorporate a seating ring and a fitted plug in each hinge housing , and be available in a 32 inch clear opening . The frame depth shall not exceed 5 inches, and the flange shall incorporate bedding slots, bolt holes, and lifting eyes . All components shall be black coated . Frame weight: 107 lbs. Cover weight: 162 lbs. Total weight: 269 lbs . PAMREX is available from Jim Cox Sales, Inc . (800) 838-7377 . DIMENSIONS (INCHES) WEIGHT (lbs) COVER AND COVER REFERENCE A 0 H FRAME ONLY 42 32 5 269 162 RE 80 R8 FD APPENDIXC COMBINATION AIR VALVE SLOW CLOSING AIR / VACUUM VALVE with AIR RELEASE VALVE CERTIFIED BY : AVAILABLE WITH THREADED DR 1Z5 LI . FLAN6E COV Ei OUTL ET AIR/ VACUUM VALVE I l I • -I " PIPE PLUS ~ . 0; ' : . __ / SEAT DE TAIL FOR All AIU VACUUI VALVE fOA 126 LIi : 14" l l ARGEA F OIi 2 60 L B : ALL SIZES VALVE I MODEL SIZE I No. I 4 " 1704 6 " 1706 8 " 1708 ~- 10 " 1710 12 " 1712 14 " 1714 16 " 1716 18 " 1718 20 " 1720 DATE : -------------- 24 " 1724 DATE 09-01-03 -~~ VALVE AND PR IMER CORPORATION ZOOA AIR RELEASE VALVE DH . DESCRIPTION IUTEIIAL 10 lEVEf:i PIN 11 RETAIN ING RING SlA.INLESS SHEL 1S-7Mo 12 CONNECTING -~-NVLON ---'""'-~--=--.c-.. -._...,_. "-~-·"""'-~--. --------l 13 fLOAT LEVER 1'1 FLOAT + ·--DELRIND4181 ------1 STAI ... L ESS STEEL A STM: AHO TJ04 CONCAVE FLOAT • PAT. PENDING AIR/ VACU UM VALV E DH . OESCIIPTION IITEIIIL 1 80D'( C AST IAON A.STU A 126 G r B 2 COVER --BRONZE ASTM 584 3 GASKET --·-BRONZE ASTM584 4 COVER BOLT_ STEE L ASTM _AJ07 Gr B----== 6 SEAT BUNA -N 14 F L OAT • -STAINLESSSTffi7sTMA240~ 16 SEAT SCREW --STAINLESS STEH_~~TM A58Z T303 26 FLOAT GUIDE OUSHING ST AINLESS STEEl ASTM "'582 T303 28 HOOO --H.R . S . ·----=-~ 29 HODO SCRF.W S TEH AS HA A~07 Gr 0 -40 BUMPER --8UNA-N --= 43 FLOAT GUIDE BUSHING STAINLESS STEE L AST M A582 T303 1 STAI N LESS STEEL W 11H tlU IU -H sE .. l FOff u· & L AAOEA O N H'! Ul. AMO f"O A Al l SIZES O N 2~0 l 8 Ct .. SS. SURGE CHECK VALVE DET. DESCRIPTION IATEIIAL 1 BODY CAST IR O N ASTM Al26 G r . B - -4 SPRING STAINLESS STEEL ASHA A2 76 TJ16 5"' BUSl·HNG 8AA SS ASHA 0 16 C36000 '""se~NING RING -= STAI ... LESS SfEEL IS -7Mo __ 6 FIETA INJNG BALL STA INL ESS STEEL ASTM_~..!_~ SEAT RETAINING SCREW STAINLE SS STEEL 18-8 COMBINATION 1604 / 152 / 200A 1606 I 15 3 / 200A I 1608 / 15 4 / 200A 1610 / 155 / 200A 1612 / 156 / 200A 1614 / 157 / 200A 1616 / 158 / 200A 1618 / 159 / 200A 1620 I 160 / 200A 1624 / 162 / 200A B A 12 5L8 2 50L8 "' '"' OflUftCl _,c, rn f 27 .!. 2 28 ---- 22 ,! 4 31 1 8 32 ± 25.!. 2 34~ 8 35.!. 2 271 a 30 .?. 8 39.!. 2 32 .?. 8 45I. 8 45 I. 8 4 11 8 45 §. 8 45 §. 8 45 .!. 2 49:! 4 49~ 4 42 52.?. 8 52 I. 8 46 so :! 4 so.:! 4 48 72.!. 8 72.!. 8 DRWG. NO . S-1700 SPE CIFICATIONS OTHER SIDE September l, 2003 SPECIFICATIONS ® SERIES 1700 SLOW CLOSING AIR/VACUUM VALVE WITH AIR RELEASE VALVE The Slow Closing Air / Vacuum Valve shall have three (3) independent valves bolted together. The Air / Vacuum Valve must have all stainless steel float guided on both ends with stainless steel shafts . The Air/ Vacuum Valve seat must be Buna-N to insure drop tight closure. The Buna-N seat shall be fastened to the cover with stainless steel screws in a manner to prevent distortion of the seat. The float shall be guided at both ends with stainless steel bushings. The valve cover shall have a male lip designed to fit into the body register for accurate alignment of the float into the Buna-N seat. The valve cover shall have a threaded or flanged outlet connection . The Surge Check Valve shall be bolted to the inlet of the Air / Vacuum Valve and consist of a body, seat, disc and compression spring. A surge check unit shaJl operate on the interphase between the kinetic energy and relative velocity flows of air and water. After air passes through the water rushes into the surge check and the disc starts to close, reducing the rate of flow of water into the air valve by means of throttling orifices in the disc to prevent water hammer in the Air Valves. The surge check orifices must be adjustable type for regulation in the field to suit operating condi- tions. The Air Release Valve shall be side connected to the upper valve, but separated with a bronze shut-off valve for isolation purposes The internal mechanism shall be the compound lever type to pennit the valve to open under pres- sure to vent pockets of entrapped air as they accumulate. The compound mechanism shall be activated by a stainless steel concave float* to lift the Buna-N needle to shut off the Air Release orifice. The Slow Closing Air / Vacuum Valve shall have been flow tested in the field, substantiated by test data to show reduction of surge pressure in the valve. All materials of construction shall be certified in writing to conform to A.S.T.M. specifications as follows: Both air valve covers & bodies and surge check body *Floats (Air Release Valve) Concave* Surge check seat & disc Air valve seat & needle Air Valve mechanism Spring Exterior paint Cast Iron Stainless Steel Bronze Buna-N Delrin Stainless Steel Universal Primer ASTM A126 Gr. B ASTM A240 T304 ASTM 584 04181 ASTM A276 T3 l 6 FDA APproved for Potable Water Contact * Float design may vary on certain sizes Valve to be APCO Series 1700 Slow Closing Air/ Vacuum Valve with Air Release Valve , as manufactured by Valve & Primer Corporation, Schaumburg, Illinois, U.S.A. ~. VALVE AND PRIMER CORPORATION 1420 S. WrightBLYD . Schaumburg, IL 60193-4599 847-524-9000 FAX 847-524-9007 800-323-6969 WEBSITE: www.apcovalves.com EMAlL: factory @apcovalves .com VENT GUARD®, FLIP TOP FIBERGLASS ENCLOSURES : SPECIFICATION : Q The enclosure, certified to ASSE I 060, s ha ll be of min . 1/8 " tk. thixo-v::::::J trop ic pol yes ter resin reinforced w/fiberglass strand . Exterior will be CERTIFIED finished w/UV inhibited isop th al ic polyester gel coat. Insulation shall be min. l " tk . (R 8),uni -cell ul ar, non-wick in g , polyiso-cyanurate, frothed or sprayed in place (not glued or pinned). Drains s hall be sized for full port backfl ow di scharge and designed for "o ne way" exit, inhibiting intru sion of debri s a nd/or vermin . Vents s hall be size d for max. d esign e ngineered air flow of re lease valve and be scree ne d internally to preclude invasion of vem1in and/ or insects. Enclosure shall be anchored to a concrete s lab or pre -fabricated fiberglass Glas sPadTM through the exterior flan ge w/steel a nc hors and be locka ble for sec urity purposes . Enclosure shall utili ze a lockable flip top des ign, for ma inte na nce access through lid w/o removal of the e ntire unit. Heat, when required , will protect the va lv e fr om exterior temperatures to -30°F and be thermostatically cont ro ll ed. Heater will be size to maintain an interior e nc lo sure temperature of +40°F, in acco rdance with N .F.P.A. 3-3.1.8 & 3-6.1.3.2. Power so urc.:e s hall be protected with a g round fault interru ptin g receptacle, U.L. 943. N .E.M.A.3 R, in stalled by others in side th e e nclos ure. Model #2041 (open) MODEL VG VGH INSIDE INSIDE i INSIDE l 1-SHIPPING PAD h GLASS i NUMBER I NO HEAT 0 -W/HEAT-~-. LENGTH'\_ WIDTH'_ L HEIGHT". i __ HEAT. = r&_ I ! _WEIGHT .. ! ... _ SIZE -=--~~~-=~~ __ =:!=:2:== r :=~;;;~ VGH1 824-· ·-----18" --' --18" --I --24" --l -30W -~}-s oi ___ , __ 26T26 . r-·GPVG1824+-- 2036 VG 2_Q_36 VGH2036 I 20· 20· I 36" ! 60W J__L __ 70~ 28 X 28 -N/A -~--;;- 2041 VG 204 1 VGH 20 41 20" 20" 41" i 90W I 75 # 28 X 28 N / A == 1:!+ ~~:~:---, ~~~:~~=---!---=~--~~-T:$: :;:: -:~~~-~ =~ 4848 VG4848 i VGH4848 48 " 48 " . 48 " ! 2 -90W I 225 # 56 X 56 N / A OPTIONS : OPTION I TYPE --,---------L ----------+1--------l t:t,} ,Box] ·coLOR ._.._,.. I VENT(S) ALARM +-ALARM l HEAT : I -·--~----_SIZE --_·j I _PH. ASE -_ vol TAG~ QUANTITY --+------------,--1 ____ MEMBERS OF: ~-, ~ "-"--------_---~------.=-· _-----···-----~ --9 ~ {t) ii Job Name Job Location Engineer ----------------- Approval Contractor Approval -------------------- Contractor's P.O . No. ______________ _ Representative 1· VENT HOLE < TYP . )----_,, DEPRESSED LIFT HANDLE < IN FRONT FRONT LID AND REAR LID) FOOTER OR SLAB 0 0 HINGE < TYP. ) H+-+----1 1/2' VENT HOLE FIBERGLASS WALL BE I GE EXTER IDR FIBERGLASS WALL SWING OPEN ACCESS PANEL BE I GE EXTERIOR FIBERGLASS WALL WITH GASKETED SEAMS < FRONT AND REAR) --INDUSTRIAL TEXTURED FINISH RECESSED GRAB HANDLE <CENTERED FRONT AND REAR) < TYPICAU ~--- SWING OPEN ACCESS PANEL < FRONT AND REAR) LIFT ASSIST GAS SPRINGS < TYP . ) 1-----.GASKETED SEAM r 7 /8' ANCHOR BOLT < 1. HOLD < TYP . OF 6) SLAB OR FOOTER DRA I NP ORT < TYP . OF 2) FRONT VIEW SIDE VIEW Hot Box® 250 LANE AVE. N. JACKSONVILLE, FLORIDA 32254 (904) 786-0204 (800) 736-0238 FAX (904) 783-6965 http:/ /www .hot-box.coM REV . J: REV . 2 , REV . 3 : 1-26-99 9-16-99 TITLE , 'VENT GUARD' n4 MODELS ~ 3648 AND ~ 4848 COMBINATION AIR VALVE ASSEMBLY COVER ENGINEER / CONTRACTOR : LOCATION : CATALOG DRAWING RE V . 4 : SCALE : EP. / DISTRIBUTOR : N. T. S. RESTRICTED DRAWING PATENT# 4 ,726,394. BY/ DAT El D\JG : SBT I 10-12-98 VG-2 APPROVED/DATE : QUOTE NO.,