Loading...
HomeMy WebLinkAboutContract 35807' I ', ', ·-' !TY SECl~ETA R V -. , -..J -,. ·~' --, D.O .E. FIL E ,SPE C '..FIC A TIO t rs CONTRA( .. < ;P': BONL,IN G C C. AND CON~ ikU ,: l lON'!-.i COP CONTRACT DO CUMENTS CITY SECRETARY -:i..r-~'7 CONTRACT NO . ...;;,~___.eld.~ .. ./. .. FOR PAVEMENT CONSTRUCTION, WATER AND SEWER REPLACE ME NT 1. LYNNDALE PLACE (VEGA DRIVE TO TRAIL LA KE DRIVE } 2. WEDGWAY DRIVE (S.W. LOOP 820 TO ODESSA AV E.) PAVING PROJECT NO . C200 54120 00 20 640 001 6 3 WATER PROJECT NO. P253 54 1200 60 61 7 00 163 SEWER PROJECT NO . P258 541 200 70617 00163 DOE 4874 IN THE CITY OF FORT WORTH, TEXAS 2006 MICHAEL J. MONCRIEF MAYOR CHARLES R. BOSWELL C IT Y MA NAGER ©?~l t lA L i~COPD t ffef ~~c~H€1 ~ H. ?!©~YN , tlX . S. FRAN K CRUMB , P .E. DRECTOR , WAT ER DEPARTMENT ROBERT D. GOO DE, P.E. DIRECTOR , PUBLIC WOR KS A. DOUGLAS RADEMAKER , P .E. DIRECTOR, DEPARTMENT OF ENGINEER ING PREPARED FOR DEPARTMENT OF ENGINEER ING CITY OF FO RT WORTH PREPARED BY NTB Associates, Inc. Engineers • Surveyors • GIS 525 Louis iana Ave ., Shreveport, LA 71 101 318-226-9 19 9 Fax 3 18-221-1208 lJORIGINAL -<:. M&C R eque st Rev ie w P age 1 o f 3 C ity of Fort Worth Employee Intranet www.dwnet.org Home I Council Agenda I M&C I Employee D irectory I ACTodily I Emp loyee Ciassrfieds I PRS I IT Online I Departments I Site COUNCIL ACTION: Approved on 9/11/2007 -Ord. No. 17747-09-2007 DATE: 9/11/2007 REFERENCE NO.: **C-22368 CODE: C TYPE: CONSENT LOG NAME: PUBLIC HEARING: 302LYNNDALE162 NO SUBJECT: Authorize Execution of Contract with Stabile & Winn, Inc., for Pavement Reconstruction an Water and Sanitary Sewer Replacement on Lynndale Place (Vega Drive to Trail Lake Driv1 Wedgway Drive (Southwest Loop 820 to Odessa Avenue) (Project No . 00163) and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to execute a contract with Stabile & Winn , Inc ., in the amount of $443,35 for pavement reconstruction and water and sanitary sewer main replacement on Lynndale Place (Vega to Trail Lake Drive), and Wedgway Drive (Southwest Loop 820 to Odessa Avenue); 2. Authorize the transfer of $252 ,162 .21 from the Water and Sewer Fund to the Water Capital Project F the amount of $133 ,642 .00 and Sewer Capital Project Fund in the amount of $118,520 .21 ; and 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the \ Capital Project Fund in the· amount of $133 ,642.00 and the Sewer Capital Project Fund in the amount c $118 ,520 .21, from available funds. DISCUSSION: On May 3 , 2005 , (M&C C-20694) the City Council authorized the City Manager to execute an engineer agreement with NTB Associates, Inc ., for pavement reconst r uction and water and sanitary sewer ma i n replacement on Lynndale Place (Vega Drive to Trail Lake Dr ive), and Wedgway Drive (Southwest Looi to Odessa Avenue). (DOE 4874) The 2004 Capital Improvement Program (G IP) includes funds for pavement reconstruction on all street mentioned above . Street improvements include pavement reconstruction , construction of standard con curb and gutter, driveway approaches and sidewalks . The Water Department has determined that severely deteriorated water and sanitary sewer lines shou l replaced prior to street reconstruction . The project was advertised for bid on June 29 and July 6 , 2006. On July 27, 2006, the fo ll owing bids v received : Bidders Gilco Contracting , Inc. Alternate "A" (Asphalt) No Bid Alternate "B" (Concrete) $435 ,303.80 http ://www.cfwnet.org/council _packet/me _review .asp ?I D=783 6&councildate=9 / 11 /200 7 9/12/2007 M&C Reques t Rev iew Stabile & Winn, Inc. McClendon Construction Company , Inc. Ed A. Wilson , Inc. Jackson Construction , Inc. Time of Completion : 200 Working Days. No Bid No Bid $527,449..25 No Bid Page 2 of 3 $443 ,353.63 $475 ,855.40 $504,078.75 $553 ,932 .00 The apparent low bidder, Gilco Contracting , Inc ., will not accept an award of this contract because of U substantial cost increase between the bid date and the proposed award date. City staff recommends the contract be awarded to the second low b idder, Stabile & Winn , Inc. These< low bid includes the construction of concrete pavement. Funding in the amount of $21 ,821 .04 is included for associated water and sewer construction survey, material testing , inspection and project close out (water $11 ,808.00 and sewer $10,013 .04). The contingency funds to cover change orders total $ 12,000 .00 (water $6 ,000.00 and sewer$ 6 ,000.00). Funding in the amount of $21 ,039.32 is required for associated paving and drainage construction surv1 project management, pre-construction , material testing , inspection and project close out. The continge fund for possible change orders for paving and drainage improvements is $11 ,251 .00 . M/WBE -Stabile & Winn , Inc., is in compliance with the City 's M/WBE Ordinance by committing to 1 p (with documented good faith effort) M/WBE participation . The City 's goal on this project is 21 percent. This project is located in COUNCIL DISTRICT 6 MAPSCO 89R and 90N . FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriatec the Water Capital Projects Fund , the Sewer Capital Projects Fund and the Street Improvements Fund . TO Fund/Account/Centers 1&2)P253 472045 6061700163ZZ 1&2)P258 472045 7061700163ZZ 2)P253 531350 606170016331 2)P253 531350 606170016333 2)P253 531350 606170016352 2)P253 531350 606170016380 2)P253 531350 606170016382 2 P253 541200 606170016383 2 P253 531350 606170016384 2)P253 531350 606170016385 2)P253 531350 606170016391 2)P258 531350 706170016331 2)P258 531350 706170016352 2)P258 531350 706170016380 $133 ,642 .00 118 520 .21 888 .00 89 .00 $2,317.00 174 .00 116 .00 $121,834.00 $1,158 .00 6 950 .00 $116 .00 $427 .00 154 .07 FROM FundfAccount/Centers 1 PE45 538070 0609020 1)PF45 538070 0709020 $133 ,642 $118 ,520 3 P253 541200 606170016383 $115 ,834 3)P258 541200 706170016383 $1 02 ,507 3)C200 541200 206400016383 225 012 http://www.cfwnet.org/council_packet/mc_review.asp?ID=7836&councildate=9/11 /2007 9/12 /2 007 M&C R eque st R eview 2)P258 531350 706170016382 2-)P258 541200 706170016383 2)P258 531350 706170016384 2)P258 531350 706170016385 2)P258 531350 706170016391 $102 .38 $"108 .507 .17 $1 ,025.80 $6 ,150 .81 $102 .38 .Submit ted for-City Manager's Office by: Marc Ott (8476) Originating Department Head: Additional Information Contact: A Dougl as Rademaker (6157) Joseph Bergeron (2384) ATTACHMENTS 302LYNNDALE163 .doc h ttp://www.cfwnet.org/council_packet/mc_review.asp ?I D=7 836&counci ldate=9 /11/200 7 Page 3 of 3 9/12/200 7 0 7/25/200 5 1 0 :2 9 12149544 8 5 CITY OF FOR WORTli, iEXAS DEPARTMENT OF ENGINIH:RING AOOENOUM Na . 1 Far 2004 CIP PAVEMENT RECONSTRUCilON ANO WAT!,lR ANO SEWER. REPLACEMENT, CO NTRACT 19 LYNNOAI.E PLACE. (VEGA ORI\IE TO TAAIL LAKE DRIVE) WEDQWAY Cll'UVE ($.W; LOOP 820 TO ODESSA AVE,) UNIT l: WATER PROJECT NO. P253-&412006061 700163 UNIT I: SEWER PROJE.CT NO. P25B -541:20010617001G3 UNIT II: T/PW PROJECT NO. C20D-54120002064000163 0054$74 Atldandum No. 1 lssuGCI -July .25 , 2006 Bid Recalpt DP!e -Jul y :n. 2006 Bld dern are hC!re Informed of the fallowing cl!anges to \he construction i.pedficati ons fer the project Bld dere muct acknowledge rocalpt of thl6 Addendum below er,d on \he Proposal -Part B Unit I -w,.ter Improvement!. 1. Roviae Item No . 17, Perrnanont Aspl'lel! Pavement Repair per Figure 2000-1, lo read Pt1rrnenen ! A~phalt Pav11m ent R!!palr per Figl)l'e 2000-1A, Proposal 2 (Rev. 6/30/06) 2. Revis@ Item No . 1 B, Tamporary Asphalt Pavermint Repifr per Figure 2001.1, to teed Temporary Asphal t Pavement Repair per Figure 2000·1 C, Proposal 2 (Rev. 9/30/06) · Ur,it 1-Sanitary Sewer lmprovetn ents 3. Add Item No. 21 , Proposed Grese:ed Sod, 112 SY, Proposal 5 (Rev. 8130/0!l) 4. Add Item No . 2'-, Bote 8" Santtery Sewer (0+92.00 to 1+42 .00), 5D LF, Proposil 5 {Rev. 6/a0/06) 5. Acld Item No. 23, Remove 6' Wooden Fence an Stetil Posts, 240 LF , Proposal 6 {Rav. 6/30/06) 6. Add Item No , 24, Con~truct New 6' Wooden Fenc.o on Stee l Posts, 240 LF , Proposal 5 (Rev. 6/30106 ) 7. Add Item No. 25. Replaea Grep~ Myrtle Trees , 5 EA, Pniposal 5 (Rev. 6130/08) 8. Revise Quantity for Item No. 1, S" Sanitary Sewer, all depth5, 745 LF, Propag11I 5 (Rev. 6/30106) 9. Revise OuanUty for Item No . S, Standard 4' Sewer Manhole (0 '-6'). 5 5A, Propo!!&I 5 (Rev . 5/30/06) 10 . Revise Item No. 18, Temporary Ai.pl'lalt Pavl!lment Repe it pe r Figure 200 1-1. to re:ia Tempon,ry Asphal t Pa11~men t Rep air per Flgure 2000-1 C, Propo.r.:i! 5 {Re v, 6130/06) Unit If -P;wemerit Construction {Altsmato A: 6" HMAC Pavement; 11 . Add the Pre--B ld Unit Price of $5000.000 to Item No. 2, Utility Adjustments, 1 LS, Proposal 6 (Rs 11. 6130/06) 12 . Delete llem No . .W , Propo~ed Gressed So d, 1579 SY, Proposal II (Rev . 8/30/09) Un it II -Pav11rnent Constr~ction (Altamat~ B: 6" Roinforc1Jcl Concrete PavemcintJ 13 . Add !he Pre-Bid Unit Price of $5000.000 to Jtem No , 2, Utility AdJui:tmant,., 1 LS. Proposal B {Rev. 6130/06) 14 . Delota Item No . 21 , Proposed Grassed Sod, 1579 SY. Proposal 9 (Rev. 8130106) Pleese ~c.kno wledg e receip t of !his llddemlum by placing e iii~ned copy of !he $ame Into your propo~el et the time of bidding. Fe ll ure 10 retum e signe d copy of the adden dum With this proposal shall be grounds for rendering the bid non-res pClll sive Rer.llipl Acknowled ge d: 0 . -- A1-1 or A1-1 PAG E 02 7125108 07 /25/2005 14 :09 12 1 4954485 CITY OF FOR WORTH, TEXAS DEPARTMENT OF ENGINEERING ADDENDUM No . 2 For 2004 CIP PAVEMENT RECONSTRUCTION AND WATER AND SEWER REPLACEMENT, CONTRACT 19 L YNNOALE PLACE (VEGA DRIVE TO TRAIL LAKE DRIVE) WEDGWAY ORIVE(S.W. LOOP 82DTO ODESSA AVE.) UNIT I: WATER PROJECT NO. !='253-5412008081700163 UNIT I: SEWER PROJECT NO. F'258-5412007061700163 UNIT II: T/PW PROJECT NO. C200-S4120002064000183 D0E4874 Addendum No. 2 is sued -July 26, 2006 Bid Receipl Date -July 27 , 2006 Bi dders are here infonned of the fo ll owlng changes to the const ruction specifications for the project . Bi dders must ac knowledge receipt of this Add endum below and on th e Proposal· Part B 1 . Repl ace Proposal 5 (Re.,r. 6/30/06) with Propo<Ja l 5 (Rev. 7 /28/06) Please acknowledge receipt of this addendum by placing a s igned copy of the samg Into your proposal at the tim e of b idding . Fa llu re to return a s igned copy of the addendum with this proposal sha ll be grounds for renderi ng the bid non-responsive Receipt Acknowle dged : Title: "'C,£ f y.s I OENl By ~~~d::: Josep ergeron, P.E., Project Manager Department of Eng ineering A2-1 of A2-1 PAGE 02 7128106 TABLE OF CONTENTS UNIT 1-WATER DEPARTMENT UNIT 2-TRANSPORTATION & PUBLIC WORKS DEPARTMENT SECTION A UNITS I & 11: WATER DEPARTMENT & TRANSPORTATION / PUBLIC WORKS SECTION B NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE LAWS PREVAILING WAGE RATES CONFLICT OF INTEREST DISCLOSURE CONFLICT OF INTEREST QUESTIONAIRE FORT WORTH MtWBE POLICY SPECIAL INSTRUCTION TO BIDDERS (WATER) SPECIAL INSTRUCTIONS TO BIDDERS (TPW) BID PROPOSAL VENDORS COMPLIANCE TO STATE LAW UNIT I: WATER DEPARTMENT SECTION C PART C -GENERAL CONDITIONS PART C-1 -SUPPLIMENTRY CONDITIONS TO PART C GENERAL CONDITIONS PART D-SPECIAL CONDITIONS PART DA -ADDITIONAL SPECIAL CONDITIONS PART E -MATERIAL SPECIFICATION UNIT 11: TRANSPORTATION/ PUBLIC WORKS SECTION D SPECIAL PROVISIONS FOR STREET AND STORM DRAIN GENERAL CONSTRUCTION NOTES UNITS I & II: WATER DEPARTMENT & TRANSPORTATION / PUBLIC WORKS APPENDICES CERTIFICATE OF INSURANCE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND CONTRACT CONTRACTOR COMPLIANCE WITH WORKER 'S COMPENSATION LAWS UNITS I & II: WATER DEPARTMENT & TRANSPORTATION/ PUBLIC WORKS APPENDIX A-STANDARD FIGURES AND DETAILS APPENDIX B -GEOTECHNICAL REPORT SECTION A UNITS I & II : WATER DEPARTMENT & TRANSPORTATION/PUBLIC WORKS NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS FORTWORTH COMPLIANCE WITH AND ENFORCEMENT AT PREVAILING WAGE LAWS PREVAILING WAGE RATES CONFLICT OF INTEREST DISCLOSURE CONFLICT OF INTEREST QUESTIONAIRE M/WBE POLICY SPECIAL INSTRUCTIONS TO BIDDERS (WATER DEPT) SPECIAL INSTRUCTIONS TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) BID PROPOSAL VENDOR COMPLIANCE STATE LAW PART A -NOTICE TO BIDDERS Sealed Proposals for the following: 2004 CIP Contract# 19 PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT L YNNDALE PLACE (VEGA DRIVE TO TRAIL LAKE DRIVE) WEDGWAY DRIVE (S.W. LOOP 820 TO ODESSA AVE.) Water Project No. P253 541200 60717 00163 Sewer Project No. P258 541200 70717 00163 T/PW Project No. C200 541200 20740 00163 DOE No. 4874 Addressed to Mr. Charles R. Boswell , City Manager of the City of Fort Worth , Texas will be received at the Purchasing Office until 1 :30 p.m., Thursday, July 27, 2006, and publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Contract documents, including Pans and Specifications , may be obtained in the office of the Transportation and Public Works Department of the City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102 , for a non-refundable fee of sixty dollars ($60 .00) per set. The major work on the referenced project consists of the following: UNIT I -WATER IMPROVEMENTS UNIT I -SEWER IMPROVEMENTS UNIT II-ALTERNATE "A" Asphalt Paving UNIT II -ALTERNATE "B" Concrete Paving 1,509 LF 8" PVC Water Pipe 645 LF 8" PVC Sewer Pipe 3,259 SY 2,631 SY 1,781 LF 75TNS 3,259 SY 3,027 SY 1,781 LF 59TNS 8" Lime Stabilized Sub -grade 6" HMAC Pavement Concrete Curb and Gutter Lime (46# / SY) 6" Lime Stabilized Sub-grade 6" Reinforced Concrete Pavement Concrete Curb Lime (36# / SY) Included in the above will be all other items of construction as outlined in the Plans and Specifications. Bidders shall not separate, detach , or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal sections and submit the complete specification book or face rejection of bid as non-responsive. A pre-bid conference will be held with prospective bidders on Tuesday, July 18 , 2006, beginning at 11 :00 a.m. in the T/PW Conference Room No . 270 . For additional information concerning this project, please con tact Mr. Joseph Bergeron, P.E ., Project Manager for the City of Fort Worth, (817) 392-2384 and/or Mrs. Tanita Gilber-Baker, P.E., Project Manager for NTB Associates, Inc., (817) 885-8411/(318) 226-9199. Advertising Dates: June 29 , 2006 July 6, 2006 COMPREHENSIVE NOTICE TO BIDDERS Sealed Proposals for the following : 2004 GIP Contract # 19 PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT L YNNDALE PLACE (VEGA DRIVE TO TRAIL LAKE DRIVE) WEDGWAY DRIVE (S.W. LOOP 820 TO ODESSA AVE.) Water Project No. P253 541200 60717 00163 Sewer Project No. P258 541200 70717 00163 T/PW Project No. C200 541200 20740 00163 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1 :30 P.M., Thursday, July 27, 2006 and then publidy opened and read aloud at 2:00 P.M . Contract Documents including Plans and Specifications, may be obtained in the office of the Department of Engineering , Municipal Office Building , 1000 Throckmorton Street , Fort Worth, Texas 76102 for a non-refundable fee of sixty dollars ($60 .00) per set. These documents contain additional information for prospective bidders. All bidders will be required to comply with provision 5159 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. 7400 (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 B idders. The major work on the above project shall consist of the following: UNIT I -WATER IMPROVEMENTS UNIT I -SEWER IMPROVEMENTS UNIT II-ALTERNATE "A" Asphalt Paving UNIT II -AL TERNA TE "B" Concrete Paving 1,509 LF . 8" PVC Water Pipe 645 L.F . 8" PVC Sewer Pipe 3,259 SY 2 ,631 SY 1,781 LF 75TNS 3 ,259 SY 3 ,027 SY 1,781 LF 59TNS 8" Lime Stabilized Sub-grade 6" HMAC Pavement Concrete Curb and Gutter Lime (46#/ SY) 6" Lime Stabilized Sub-grade 6" Reinforced Concrete Pavement Concrete Curb Lime (36# / SY) lnduded in the above will be all other 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 unti l the expirati on of nin ety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids , but in no case will be 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 co ntract. Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledge them at the time of bid receipt. In formation regarding the status of addenda may be obtained by contacting the Department of Engineering at 817 392-7910 . Bids that do not acknowledge all applicable addenda may be rejected as non-responsive. In accordance with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority enterprises and women business enterprises in C ity contracts.· A copy of the Ordinance can be obtained from the office of the City Secretary. The Bidder shall subm it the MBE/WBE SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM and/or the JOINT VENTURE FORM as appropriate . The Documentation must be received by the managing department no later than 5 :00 P.M. five (5) City business days after the bid opening date . The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made . Such receipt shall be evidence that the Documentation was received by the City. Failure to comply shall render the bid non- responsive . The Managing Department for this project is the Department of Engineering. For additional information concerning this project, please contact Mr. Joseph Bergeron, P.E., Project Manager for the City of Fort Worth, (817) 392-2384 or Ms. Tanita Gilbert-Baker, P.E., Project Manager for NTB Associates, Inc., (817) 885-8411 / (318) 226-9199. PUBLICATIONS : June 29, 2006 July 6, 2006 CHARLES R. BOSWELL CITY MANAGER MARTY HENDRIX CITY SECRETARY Department of Engineering A. Douglas Rademaker, P .E, Director Rick L. Trice, P .E. Assistant Director Compliance with and Enfo rcement of Prev ailing Wage Laws (a) 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 Cit y of Fort Worth to be the prevailing wage rates in accordance w ith Chap t er 2258 . Such prev ailing wage rates are included in these contract documents . (b) 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 prev ailing 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 . (c) Complaints of Vio lations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violati on 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 successi v e progress payments pending a final determination of the violation. (d) 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 resol v e the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph ( c) above . If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the dat e 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. (e) Records to be Maint ained . The contractor and each subcontractor shall , for a period of three (3) years following the date of acceptance of the work, maintai n records that show (i) the name and occupation of each worker emplo y ed by the contractor in the construction of the work provided for in this contract ; and (ii) the actual per diem wag es 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. (f) 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 . (g) 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. (h) 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. Classifications Hrly Rts Classifications Hrly Rts Air Tool Operator $10.06 Scraper Operator $11.42 Asphalt Raker $11.01 Servicer $12.32 Asphalt Shoveler $8.80 Slip Form Machine Operator $12.33 Asphalt Distributor Operator $13.99 Spreader Box Operator $10.92 Asphalt Paving Machine Operator $12.78 Tractor operator, Crawler Type $12.60 Batching Plant Weigher $14.15 Tractor operator, Pneumatic $12.91 Broom or Sweeper Operator $9.88 Traveling Mixer Operator $1 2 .03 Bulldozer operator $13.22 Truck Driver-Single Axle (Light) $10.91 Carpenter (Rough) $12.80 Truck Driver-Single Axle (Heavy) $11.47 Concrete Finisher-Paving $12.85 Truck Driver-Tandem Axle Semi-Trailer $11 .75 Concrete Finisher -Structures $13.27 Truck Driver-Lowboy/Float $14.93 Concrete Paving Curbing Mach . Oper. $12.00 Truck Driver-Transit Mix $12.08 Concrete Paving Finishing Mach. Oper. $13.63 Wagon Drill , Boring Machine, Post Hole Driller $14.00 Concrete Paving Joint Sealer Oper. $12.50 Welder $13.57 Concrete Paving Saw Oper. $13 .56 Work Zone Barricade Servicer $10.09 Concrete Paving Spreader Oper. $14.50 Concrete Rubber $10.61 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel $14.12 Electrician $18.12 Flagger $8.43 Form Builder-Structures $11.63 Form Setter-Paving & Curbs $11.83 Foundation Drill Operator, Crawler Mounted $13 .67 Foundation Drill Operator, Truck Mounted $16.30 Front End Loader $12.62 Laborer-Common $9 .18 Laborer-Utility $10 .65 Mechanic $16.97 Milling Machine Operator, Fine Grade $11.83 Mixer Operator $11 .58 Motor Grader Operator (Fine Grade) $15.20 Motor Grader Operator, Rough Oiler $14.50 Painter, Structures $13.17 Pavement Marking Machine Oper. $10.04 Pipe Layer $11.04 Roller , Steel Wheel Plant-Mix Pavements $11.28 Roller , Steel Wheel Other Flatwheel or Tamping $10 .92 Roller , Pneumatic, Self-Propelled Scraper $11.07 Reinforcing Steel Setter (Paving) $14.86 Reinforcing Steel Setter (Structure) $16 .29 CONFLICT OF INTEREST DISCLOSURE REOUIREMEl'.TT 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 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 fo~ 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 requiremenl An offense under Chapter 176 is a Class C misdemeanor. 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 local governmental 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 govenunental entity. By law, the Questio1U1aire 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 Questio1U1aires must be filed in conformance with Chapter 176. A copy of the Questionnaire Form CIQ is enclosed with the submittal documents. The fo!111 is also available at http://www.ethics.state.t:x.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 requiremenl 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 administ rator of the local governmen t 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 Date Re ce ived (The law requires that you file an updated completed question naire with the appropriate filing au thority not late r t han September 1 of the year for wh ich an act iv ity described in Section 176 .006 (a ), Local Government Code , is pending and not later th an the 7th business day after the da te 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. liJ Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire . Amended 01/13/2006 CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity FORM CIQ Page 2 2-J 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 .) Th is sect ion , item 5 inc lud ing subparts A , B, C & D, must be complete d for each offi cer w it h who m t he fi ler has affili at ion or business re lationship . Attac h add itional pages to this Form CIQ as necessary. A. Is t he loca l government office r named in t his sect ion rece iving or like ly to rece ive ta xab le income from the fi le r of the ques ti onn aire? D Yes DNo B . Is the fi ler of the questionnaire re ceiv ing o r like ly to rece ive taxab le income from or at the direction of the loca l government offi ce r named in thi s section AND the ta xab le income is not from the loca l governmenta l ent ity? D Yes DNo C. Is the fi ler of this questionnaire affi liated with a corporation or other bus ine ss entity tha t the loca l government officer serves as an officer or d irector, or holds an ownersh ip of 10 percent or more? DYes DNo D. Describe each affil iat ion or business re lationship . ~ Describe any other affiliation or business relationship that might cause a conflict of interest. Sig na ture of pers on doin g bus ines s wi th the governme nta l entity Date Amende d 01 /1312006 . City of Fort Worth '. '•a, !;.:: • 0 • 08~03-06 5 ubcontractors/5 uppliers Utilization Form RIME COMPANY NAME: Check applicable block to describe prime 'S,R~H-'E ~ \J,M...t ,~c... M/'N/DBE NON-MtW /DBE BID DATE :r \A \..'( °Z,. °=t 'Z,.o O b ..;ity 's M/WBE Project Goal: 21% PROJECT NUMBER \,\'2:,. % Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing epartment c:in or before 5:00 p .m. five (5) City business .days after bid opening, exclusive of bid opening date, _1ilr result in the bid being considered non-responsive to bid specifications. he undersigned Offerer agrees to enter into a formal agreement with the M/VVBE firm(s) listed in this tllization 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 id being considered non..:responsrve to bid specifications · M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or urrently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, arker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. [ lentify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct paymen~ f~m the prime cont~actor to a subcontractor is considered 1st tier, a payment by a subcontractor to supplier 1s considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. l..ertification 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 ~ency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business 1terprise (DBE) is synonymous with MinorityM/omen Business Enterprise (MM/BE). lr hauling services are .utilized, the prime will be given credit as long as the MIVVBE listed owns and erates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease 1 1cks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The lv11WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned b the M/WBE as outlined in the lease a reement. · Rev . 5/30/03 'j .1: ,, I :;. I ii: i~ 111 1· I Primes are required to identify ALL subcontractor~/suppliers, regardless of status; i.e., Minority, Warne~ and non~MIWBEs . · Please list M/WBE firms first, use additional sheets if necessary . ...,UBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax :r ~ ,,z..uc.~, J.&-, :\-0\ De~A\2.. >11.::r \J~"' t \')(, 1-\.1\' e,1":\.-e~ -;.,~, \ '"\--@>~\..\-ca. '2.L\C) I P,T. UT\\..\'l""i . \ 4 C-A\A ~~ e. <2-t> T Certification -(check one) N T N 0 n ·e M W C X M B T D W r B E E R O B C T E A \JeAT"-\!.8.f=oilD I 'T')c , ", l,\,ot,~ • ,--~ \o -0\ •'\ S>\1--3\.\ -4~\ X-CMT" 1 ), e,ox ,sa.t'S.a, 1 ~ ...... c, ~. ~'30\o \ I < Z. ,,.t~B-4\ lol 7.. -L/18, 1,,/oz..o '<ee..~ e»AU..1 ~ '?>~S E. \~ C:,tt., f \J~ "'· ~\\\ t!:>\":\--5 3.5' -3, 1»', ~ \ ::\, -'e> 1-\ --:\-\ -:\-\ ~E.t>\-M, ',t toMt.. \ "\-· t}E,t,,ATO,-t . ""'"" ~--_.\..TOM ~'r(, ~, ':\\,\\.ti@. rt -&.Je, 5' -i; e, ro C \t,/ I-OF \..fl'MD 2,'"'0o ,J.£, 'J'-~ ~. ~ ·\..Jo~ T"',e, ~\\ \ &.v:\--'S~-tot!>l l ~ -=t--~ JS -0 I ~ .. Detail Subcontracting Work \ Detail Supplies Purchased Dollar Amount 4t so le,I q~y..- • i OIO \SS~ I I! ! . ' \ -'t . • JRTWORTH ~ Primes are required to identify ALL ;ubcontractors/suppliers , regardl_ess of status; /e., Minority , Women and non-M/WBEs . SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax O -1,so-S"'"l t,.) .;. J/'& -t, I '2.-- Please list M/WBE firms firs t, use additional sheets if necessary. ·I Certification N (check one ) 0 TL-------1 n Detail i N T C X e M W T D M Subcontracting Work r B B R O E E C T A , .. B E Detail . Supplies Purchjised 1-,,..... e... Dollar Amount -·~ ----------+-+-+-+-+-+--l---------+-------1---------l R ev . 5/30/03 . I Total Dollar Amount of M/WBE Subcontractors/Suppliers , Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Contractor w ill not make additions , de letions, or subst itutions to this cert ified list without the p r ior approval the Minority and Women Business Enterprise -Office Manager or designee through the submittal of a '.equest 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 all submit a detailed explanation of how the requested change/addition or deletion will affect the comm itted 1/WBE goal. · If the detail exp lanation is not submitted , it will affect the final compliance determ i nation . . ' . 3y affixing a signature to this form , the Offeror further agrees to prov ide , directly to the City upon request, ·.complete· and accurate informati on regarding actual work performed by all subcontractors , including · f\!V/DBE(~) arrangements submitted with the bid . The Offerer also agrees to allow an audit and/or · ~xaminatidfl of _any books, records and files held by their company . · The bidder agrees to allow the trahsmissipn · of · interviews . w ith owners , principals, officers, employees and applicable ubcontractors/suppliers/contractors participating on the contract that will subs t ant iate the actual work )erformed by the M/W/DBE(s) on this contract, by an authorized -officer or employee of the C ity. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment ram City work for a period of not less than three (3) years and for initiat i ng action under Federal , State or _ocal laws· concerni ng false statements . Any failure to comply with this o rd inance and create a material .Jreach 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. -Printed Signature . . ~ . ·. ' ·. V, C.E. -~ Rz.E. s;~Ct.N\ "itle Contact NamefTitle (if different) :ompany Name . . I e,\ :\-~4-3-2086 Telephone and/or Fax . P. D . ~ o )(1 ~~r-,~. he."'de.rsone, $-b:\'o~ \e..w ton.u, E-mail Address P"\ddress .. S A-c;Jµf\--W . 'Tx1 , ity/State/Zip I /+ua. Date 3, UJD/o -I I . I I City of Fort Worth Good .Faith Effort Form ATIACHMENT 1C, Page 1 of 3 PRIME COMPANY NAME : Check applicable block to describe ,\.....£. PROJECT NAME: L. MN//DBE ON -M/VV /DBE , l I . 'i:> , \ l"\ BID DA TE -:I' 2-00..., c.,, i> -L-'-/...i""' OA-\..e.-, L-;.-~e.o ~ .v-< v(L. "\. " z. ":h U>o Jo City's M/WBE Project Goal : PROJECT NUMBER 21 % Do .E-~-L-}s +'-/ If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation Is less than the City's project goal, you must complete this form. If tt,e bidder'5method of compliance with the M/WBE goal is based upon demonstratic;m 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 misrepresent~tion 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 cm or before 5:00 p.m. five (5) City business days. after bid opening, exclusive of bid opening date, will result in the bid bei ng considered non-responsive to bid specifications . . Please list each and every subcontracting and/or supplier opportunityl 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 nd · 2 tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities , )6 lcuJ .. C... I I I I I I ATTACHMENT 1C Page 2 of 3 2.) Obtai~ ~ current (not more than th;ree (3) months old from th~ bid open date) list of M/WBE ' subcontractors and/or suppliers from the City's M/WBE Office. ' _6es __ No ' . Date of Listing __!e__t °\ I D\o 3 .) Did you solicit bids from M/WBE firms , within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclus ive of the day the bids are opened? _Lves __ .No (If yes, attach M/WBE mail l i sting to i nclude name of firm and address and a dated copy of letter mailed .) 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously iisted, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? ~s (If yes, attach list to include name of M/WBE firm, person contacted, phone number and date and time of contact.) __ No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the iist 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 subc ontracting/supplier opportunity is ten (10) or more; the bidder must contact at least two- thirds (2/3) of t h~ list . within such area of opportunity, but not less than ten to be in compliance with questions 3and 4 .. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of · ?1e:andspecifications i~ order to assist the M/WBEs? __ 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 consider ed 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. (Pl ease use a dd". I h ts "f 1t10na s ee ' I necessary, an d attac . h ) Company Name Telephone Contact Person Scope of Work Reason for Rejection M,t:. \!> ...... --'&\°T Lll.f~-oi'\z... Do-..~,\, "~~ U"T\\.\~Cr..._ ..i,.,--"--3-,~ t_ . -.. , . JJ: ... ·-·· . .. " ' \;: < .. ·.• ' ~ . , . ... . . ~ ' ADDITIONAL INFORMATION: , ATTACHMENT 1C Page 3 of 3 Please provide addi.tional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. / 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 int~ritional and/or knowing misrepresentation of facts will be grounds for ·· terminating the contract or debarment from City work for a period of. not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offerer 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 M/WBE Office. .Title _., - · S,A~,LL~ \J ,u j Company Name · y\0. eo)O ~3tbD Address ,. ?A-G,J_v~·Tx, ~J-=J-i · , __ ~1ty/Stat~/~1p · .. : .. .. . . >· .. ~~ ~~o,j P r inted Signature Contact Name and Title (if different) Q.\~-S\..\l-i.oS6 2>\"+-~4':\--"?-Cq~ Phone Number Fax Number -lt2.f'"r~, he.1"'0le.-$Qn e. ~ b'i \ewt. Y"\r'), t.>tn Email Address Date 11 SPECIAL INSTRUCTIONS TO BIDDERS (WATER DEPARTMENTI 1) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to b e 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 ex1>erience 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 casruer'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 tl1e bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as ,a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 3 . BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3 .7 . 09/10/04 1 4 . WAGE RA TES: 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 _p~~ to --iiii'~i~v~=ij==m (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. "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: Jfthe 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 co venants that neither it nor any of its officers , members, agents employees, program participants or subcontractors , w hile engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions 09/10/04 2 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 full y comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against Ci ty arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with AD A's provisions and any other applicable federal , state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No . 15530 , the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts . A copy of the Ordinance can be obtained from the Office of the City Secretary . The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AIYER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTIJRE FORM as appropriate . The Documentation must be received by the managing department no later than 5:00 p .m ., five (5) City business day s 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 b y 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 ci ty for each pay period . 09/10/04 3 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. 09/10/04 4 SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1. BID SECURITY: 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%) per cent of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas . In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law ; or (2) have obtained reinsurance for any liability in excess of $100 ,000 from a re insurer 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 . PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded . In this connection, the successful bidder shall be required to furnish a performance bond and a payment bond, both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City . All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law . Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City , notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City . If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from defects in workmanship and/or material . l 3 . LIQUIDATED DAMAGES: The Contractor 's attention is called to Part l , Item 8 , paragraph 8 .6 , of the "General Provisions" of the Standard Specifications for Construction of the Ci ty of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 4 . AMBIGUITY: In case of ambigui ty or lack of clearness in stati ng prices in the proposal , the Ci ty reserves the right to adopt the most ad vantageous construction thereof to the Ci ty or to rej ect the proposal . 5 . EMPLOYMENT: All bidders will be required to compl y with City Ordinance No . 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-a-29) prohibiting discrimination in employment practices . 6 . WAGE RATES: Section 8 .8 of the Standard Specifications for Street and Storm Drai n Construction is deleted and replaced with the following : (a) The contractor shall compl y 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 Ci ty ofFort Worth to be the prevailing wage rates in accordance with Chapter 2258 , Texas Go vernment 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 the special provision titled "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 Go vernment Code . (e) The contractor shall post the prevailing wage rates in a conspicuous place a t the site of the project at all times. Section 8 .9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted. 7 . FINANCIAL STATEMENT: A current certified financial stat ement may b e required by the Department of Engineering if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropria!~.!?.9pq~:.P!~9f.~f.~~-~f.9.r .... ..., i~ii~~:&-1,fi~i.G.~-&iMA~Btii~i.11111!1~11:lilm~t~m ~#.®.}i. The City reserves the right to request an y other insurance coverages as may be required by each individual project. 2 9. 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 Ci ty 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 waiv er 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 hav e 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 mu~t 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 . Contractor's liability shall not be limi ted to the specified amounts of insurance required herein . m . Upon the request of City, Contractor shall provi de complete copies of all insurance policies required b y these contract documents. 10 . NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes , the City of Fort Worth will not aw ard this contract to a non resident 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 is located. 3 "Nonresident bidder" means a bidder whose principal place of business is not in tltis state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in tltis state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in tltis state. This provision does not appl y if tltis contract involves federal funds . The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications . The failure of a nonresident contractor to do so will automatically disqualify that bidder. 11 . MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No . 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UT1LIZA TION 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 recei v ed 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 (WEE) 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 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 that three (3) years . iJf AW ARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City -~if,~faiB.i ; 13 . PAYMENT: The Contractor will receive full payment {ifilijffii)J¢:~j~j from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. 4 14 . ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the pffiij~Jli)&tu®. Department of Engineering Construction Division at (817) 871-7910 . Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 15. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a . Definitions: Certain 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 worker's compensation insurance coverage for the person 's or entity 's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers , owner-operators , employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or deliveri11g equipment or materials, or providing labor, transportation, or toner 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 provided coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the contractor providing services on the project, for the duration of the project. c . The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d . If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 5 (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter g . The contractor shall notify the governmental entity in writing by certified mail or personal delivery , within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. h . The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker 's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage . I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011 ( 44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring 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 co verage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage , the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by 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 co ve rage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured, with the commission 's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative , criminal, civi l penalties or other civil actions . k. The contractor 's failure to compl y with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker 's Compensation Commission rules . This notice must be printed with a title in at least 30 point bold type and te>..1 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 an y additional words or changes : "REQUIRED WORKER 'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker" compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Call the Texas Worker 's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage , to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 16 . NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex, race, religion, color, or national origin and shall comply with the provisions of City Ordinance 7278 , as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment practices . 17 . AGE DISCRIMINATION: 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, or employees, will engage 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 person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers , members, agents , or employees , or person 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 requirement. Contractor warrants it will full y comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations asserted by third parties against Ci ty arising ou t of 7 Contractor 's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 18 . DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfull y 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 current employees of Contractor. Contractor warrants it will fully comply with AD A 's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor 's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. 19. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT 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 . TO: Mr. Charles Boswell City Manager Fort Worth , Texas UNIT I -PROPOSAL ' FOR: PAVEMENT CONSTRUCTION, WATER AND SEWER REPLACEMENT 1. L YNNDALE PLACE (VEGA DRIVE TO TRAIL LAKE DRIVE) 2. WEDGWAY DRIVE (S.W. LOOP 820 TO ODESSA AVE.) Unit I -Water Improvements WATER PROJECT NO . P253 541200 60617 00163 Unit I -Sanitary Sewer Improvements SEWER PROJECT NO . P258 541200 70617 00163 Unit II -Paving and Drainage Reconstruction PAVING PROJECT NO . C200 5412000 20640 00163 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 Director, Department of Engineering of the C ity of Fort Worth. The Contractor must be pre-qualified in accordance with the Water Department of the C ity of Fort Worth requirements. Upon acceptance of the Proposal by the City Council , the b idder is bond to execute a contract and furn ish Performance, Maintenance Bond for the water replacement contract only , and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities , but re present the best accuracy based on a reasonable effort of investigation ; however, they are given for the purpose of bidding on and awarding the contract. (Furnish and install , including all appurtenant work , complete in place , the following items .) (D-No . refers to related items in the Part D Special Cond itions .) -... ._ - PAY ITEM APPROX . QUANTITY DESCRIPTION OF ITEMS WITH BID PRICE WRITTEN IN WORDS UNIT PRICE TOTAL AMOUNT BID UNIT1 -WATER IMPROVEMENTS 1 . 1509 LF 8" PVC DR14 Water Line ( Including Remove/Abandon Exist. Pipe) 00 !"-.IF~'t'\' f,...,a Dollars & -3":t "":\-2.S t'-).,o Cents per I LF $ 25 $ 2. 7 EA 8 " Gate Valve w ith Box T, ,5-\."L Dollars & °'" ~ ~"~t>a.'E..-~ \ -"1..00 ~.Lfoo 3 . 10 LF \K 4. 1 EA 5 . 1 EA ,..).<, Cents per I EA 6" PVC DR14 Water Line ( Includ ing Remove/Abandon ~st. Pn) ~ ... ·~ ~'-"CL Dollars & ~~ Cents per I LF Standard Fire Hydrant: 3'6" Bury IT""'~T"'t ~')(' u .... ~, --.c.i-. Dollars & ..l. ..... Cents per I EA 6" Gate Valve with Cast Iron Box & Lid OA118.. Tt+ow••ND .... 1,, Dollars & Cents per I EA PROP OS AL1 (Rev . 6/3 0/06) $ $ L{~ ao I'( 2-.-.. lf\r z.40- ~ -e $ $ ~ 00 ~ $ i., eooo-$ Z, 1.900 I, ooo ~ ~ $ $ I ooo PAY ITEM 6 . 7. 8 . 9 . 10 . 11 . 12. 13. 14 . 15. 16 . 17 . 18. APPROX. QUANTITY 1 TON 13 EA 215 LF }(¥ 21 EA 1 LS 5 CY 20 CY Jff 20 CY )ft 20 CY µt 20 CY ,~ 1509 LF 644 LF 9 ~·..,i. i6"'....-, ,, 1080 LF ,,,.,, ;., A-,,~9 DESCRIPTION OF ITEMS WITH BID PRICE WRITTEN IN WORDS Cast Iron / Ductile Iro n Fittings F,ve. l\+O\.\.~M'°' Dollars & ...1 ... Cents per I TON 1" Water Service La teral Taps to Ma in \\o\lZ..e.~ 1. .. L ·-G.-.o Do ll ars & t-J\o Cen ts per I EA 1" Copper Service , Main to Meter '"'°' ~ "'U,Eh.J • Dollars & ...l.o Cents per I LF Class A Meter Bo x O..a11,. t1 .. ..i---" v:, ... T'"'i Dollars & l'-\c:o Cents per I EA 2" Pipe and Fittings for Temporary Service , Entire Project It.I'"'~,...., ~"~ ~~MOQ..a.O Dollars & ..i .. Cents per I LS Type "B" Backfill r,11--r~~,l Dollars & "'1.o Cents per I CY l;fype "B" (25SO# PSI) Concrete for Misc. Placement f lF-T~~...: ~ _ Dollars & "1o Cents per I CY Type "E" (150.;f PSI) Concrete fo r Misc. Placement f,r-TI!. .. e1o I~ Dollars & ...lo Cents per I CY ~llaistone I f="'Te6 ..t o.,e Dollars & -.lo Cents per I CY Crushed Lime S~ne for Misc. Placement F ,~.,.~e, t9 AC Dollars & .._ Cents per I CY Trench Safety for Water Construction (G.T. 5' Dj~ DME--Dollars & • ...._i_ Cents per I LF _ ·-· -· Asphalt Pavement Repair per Figure~ P£•1'111 .. ,.,,. "Tl+1l2,.T"( F1...,e.. ~-.,A i-"' -.-.w --Dollars & ~""' Cents per I LF Temporary Paveme nt Repair per Figure~ ~ t.eoo-1e.. • f, 'f'TetJ Dollars & ,.\~ Cents per I LF UNIT PRICE ~ $ 5000 ao $ 2:>oo- 00 ~ \"!>- "'5!I::.. $ ~- (IQ $ \So- 00 °'.soo -$ $15.00 QC) /tt-ts- ..J::ICt:- $ ~ ff\'r \5~ -$ -=F- co ~\s- ~ $ * ~ ,00 1s-... $ ~ ,~ µ\Y~ $ "'° Jrt-1>5-= $ ~G 00 /flu I>~ $ ~ TOTAL UNIT I -WATER IMPROVEMENTS : D.O.E. 4874 TOTAL AMOUNT BID QO $ G' ooo- -$ ~ C\oo- ~ +CfS~ I e. $ 00 $ 3.ISD- QO $ C, 500- $75 .00 )lt-300 99 ... -$ '-e )ft-300~ -$ ze:, ao JM-"'600-... $ ~e1=- ~ 3DOce. ~ $ ~ lflf-1 1 S09 ~ . -~ $ -. -- /l*z:z.. I 5 4-0 !f!_ ~ $ 3~ liti=i , ~lb "'2-01!) ~ I ~ $ \~, 9;B&l : ~ (TRANSFER TOTAL TO PROPOSAL 11 -SUMMARY)$ ll S-: fo34- PROP qSAL 2 (Rev. 6/30/06) PAY ITEM APPROX . QUANTITY DESCRIPTION OF ITEMS WITH BID PRICE WRITTEN IN WORDS LIST OF CAST IRON FITTINGS UNIT PRICE AS REQUIRED BY E2-7, 11A TO BE SUBMITTED WITH BID NO . OF FITTINGS SIZE OF FITTING TYPE OF FITTING WEIGHT EACH FITTING (lbs) 1 8" x6" Anchor Tee C\ \c, 4 6" M.J . So li d Sleeve 6 8" x6" Reducer 2 8" Cleaning Wye TOTAL AMOUNT BID TOTAL WEIGHT (lbs) Contractor shall fill in blanks for "Weight per Fitting : and "Total Weight" as a part of his bid (we ight will be based on M.J. fittings .) PRO P0SAL3 (Rev . 6/30/06) PAY ITEM APPROX. DESCRIPTION OF ITEMS WITH .BID QUANTITY PRICE WRITTEN IN WORDS UNIT1 -SANITARY SEWER IMPROVEMENTS 1. ~LF :J4S" Pe IL-Aoowo,,i. I 2 . 150 LF ~ 3 . 8 EA 4. 8 EA t 5. 4 EA , 6 . -B" EA 5 tu .. Ao"°'o 1'-1 7 . 1 EA 8 . 6 VF ,~ 9. 1 EA 10. 4 EA 11 . 4 EA ,~ 12 . 4 EA ~ 13 . 5 CY 14. 20 CY ,~ 8" San ita ry Sewer, all depths \ \--\· \ rz-T"1 Dollars & H<» Cents per I LF [j" Sanitary Sewer Service Line -TWEL.v'r-Do ll ars & ~'O Cents per I LF 4" San itary Sewer Taps T~-... c: \l.uM,---Dollars & ,-.}. 0 Cents per I EA p:w0-Way Sanitary Sewer Service Cleanouts 14£. --.:_ ,i~ -A .,,_....... Dollars & ~ c:, Cents per I EA ~emove Exi sting Manholes ONe--\.\u..1""' ~ 0 Dolla rs & ~~ Cents per I EA Standard 4' Sewer Manhole ( O' -6 ' ) 1'1\ •t= ..i'"t"'< <;,,.., \~ ..... na.e.o Dollars & No Cents per I EA Standard 4' Sewer Manhole ( O' -6' ) (Drop) l\~\CL.T"'( $\l' ~ ·----, Dollars & .. ' ... Cents per I EA Extra Depth for Standard 4' Manhole ~f "'-"'"'~~ F1J:T"( Dollars & ~= Cents per I VF 6" x 8" Reducer ~ \ y'T'-f Dollars & e.cl ....... Cents per I EA Vacuum Test Sewer Manholes 01'tt. \.\~M.'°'...._~ Twe..n"f fiifo11ars & .. \.o Cents per I EA iWatert;t Gasketed Manhole Insert Ot-tE. t.1~ 1\.111,.rr"f FN~ • Dollars & "'1Q Cents per I EA Concre~ Ma n ho le Colla rs ~WO .i~ i=-t,:.."T'( . , Do ll ars & -ln Cents per I EA Type "B" Backfill r' """'(' ~ 'i.-j Dollars & .. \o Cents per I CY T~e "B" (2500# PSI ) Concrete fo r Misc. Pla cement .., ,F-Te-~ .... -Dolla rs & ..lo Cents per I CY PROPOSAL4 (Rev . 6/30/06 ) UNIT PRICE $ ~ 30 00 ~,2-~ --$ 00 $ 'bo&- ex:> J(\\-loo-~ 21 11;1 $ 00 ~ \()Q~ $ ,,.~- 00 $ Z, \oOO (JO -$ °3,\oOO 00 ,.~ \50- $ ~~=~ ()C) loo -$ 0:7 ·-$ \"Z..5 CIC> w\z..s~. -$ "'219 0-0 ::-Z...50 ~ ~ .... $ 5 C'J~ $15 .00 ClO lt-r I~- ~ $ ::t_ TOTAL AMOUNT BID 0() -$ 2.2, ~St:> QO JN-1,~00= -$ , ~ J 00 $ 2,400- /QC >~ e,oo;. $ - ~L/-00~ $ " ~-.lJ,1~'618 00 $ \3,'000- 0::, $ "3. \ooo- QO JH--C\ro- --~ $ 00 (s;,O -$ 00 $ soo- 00 )Ii-£;00-:.,_ $ ~q§- If I, ooo,e.. ~ $ aee~- $75 .00 /It}-3 0 o '2E.. ~ $ 2tf: - 1 ., ~ r- r r- ~ PAY ITEM 15 . 16 . 17. 18. 19. 20 . 21. 22 23 . 2.-: 25 I .. APPROX . DES CRIP T ION OF ITEM S WITH B ID QUA NTITY PR IC E WRITTEN IN WOR DS 2~ CY Type "E" (1500# PSI) Con e ete for Misc. P lacem ent f 11:-TL 1!-.J. Do ll ars & M-Ce nts i:,e r I CY 20 CY C rus he d Lime Ston e fo r M i~c . P lac e m ent f \ ~"t 1!. e. .J Do llars & ...i .... C ents pe r ! CY 6 45 LF Tr er,ch S afety S ytem fo r Sewer Constructio n (G .T . Depth ) 09"'e. Oo ll er'S & ...l.o Cenls pe r I LF 645 LF Te;mpor ary Pave me nt Re p a ir per F igu re 2 00 1·1 E, ~~ 1'f=..'i=-J Do ll ars & \..ln Can ts oe r I LF 1 EA P re-C onstruction E;,p iorato ry !::x ca vation DME \l.."'"'~ Doll ars & "'--1.., Cents pe r f EA G4S LF Post C ons tr uc ti o n TV ln S;)ec tion of Sanitary S ewer Pipe l\+~E.. Do ll ars & ~o C ents pe r f LF 112 SY Proposed G ra s s ed Sod E. \..e.ve...l Do ll ars & ...i .... Ce nts i:,e r f S Y 50 LF Bore 8" S .:nit a ry Se w ~r (0+92 .00 to 1 +42 .00) l"f•·-.... \b '°'oa.eo \'4-\•!1Doll ars & u ... C e nt s per ! L F 240 LF Re move 6' Woo d en Fencs o n Steel P o sts T 't.l "-u.'T"f n."e. Doll ars & t....1 e. Cen ts per ! LF 240 LF Con s truct New 6 ' W ooden Fer,ce on Stee l Posts F, c:."1"( f\.,£ Dollars & ..1 ... Cents oar E LF 5 EA Rep lace C r8 p@ Myrtis Trees Sw. """~o~ D oll ars & ...i ... Cen ts per ! EA 5' UNIT PR ICE $ s s $ s s s $ i s s 00 ,s- 00 ,s- ~ \ 00 -\'c (IQ \00- 00 ~- oQ \\ O;) -~~o 00 z..s- «> 55- G:) ~00 - TO T A!. U NIT I - S ANIT ARY SEWER IMPROVEMENTS D.O .E . 4874 I TOTAL AMO UNT 6 10 00 $ 300- 00 300 -$ ~ <o4-S s - $ \\,\o\\) !!. 00 $ \00- 00 $ 1,cr~s- QC) s \,2~2-- ciO s 11,,S'OO- QIQ b,000 -$ CIO $ l3. z..co - eo - $ 3,000 f1i) (TRAN SFER T OTAL TO PROP O SAL 11 • SUMMARY S l oz., ,;o-=r PR O POSA L 5 (~ev . 7'2€106 ) I I PAY ITEM APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICE WRITTEN IN WORDS UNIT II -PROPOSAL TO : Mr. Charles Boswell City Manager Fort Worth , Texas UNIT PRICE FOR: PAVEMENT CONSTRUCTION, WATER AND SEWER REPLACEMENT 1. L YNNDALE PLACE (VEGA DRIVE TO TRAIL LAKE DRIVE) 2. WEDGWAY DRIVE (S.W. LOOP 820 TO ODESSA AVE.) Unit I -Water Improvements WATER PROJECT NO . P253 541200 60617 00163 Unit I -Sanitary Sewer Improvements SEWER PROJECT NO . P258 541200 70617 00163 Unit II -Paving and Drainage Reconstruction PAVING PROJECT NO . C200 5412000 20640 00163 TOTAL AMOUNT BID 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 Director, Department of Engineering of the City of Fort Worth . The Contractor must be pre-qualified in accordance with the Water Department of the C ity of Fort Worth requirements . Upon acceptance of the Proposal by the City Council , the bidder is bond to execute a contract and furnish Performance , Maintenance Bond for the water replacement contract only , and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums , to wit: Total quantities given in the bid proposal may not reflect actual quantities , but represent the best accuracy based on a reasonable effort of investigation ; however, they are given for the purpose of bidding on and awarding the contract. PAY ITEM APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICE WRITTEN IN WORDS UNIT II -PAVEMENT CONSTRUCTION (ALTERNATE A: 6" HMAC PAVEMENT) 1. 4 EA Project Designation Sign 2 . 3 . 4 . 5 . UNIT PRICE $ $ TOTAL AMOUNT BID $ $ PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID 6 . 1398 CY Unclassified Street Excavation Dollars & Cents er I CY $ $ 7 . 263 CY Topsoil as Directed by Engineer Dollars & Cents er I CY $2 ,896.00 8 . 385 SF 4' Concrete Sidewalk Dollars & Cents er I SF $ 9. 1781 LF 7" Reinforced Concrete Curb and 18" Gutter 10. 2631 SY 6" HMAC Pavement $ $ 11 . 3259 SY $ $ 12 . 75 TON Lime for Stabilization Dollars & Cents er I TON $ 13. 84 TON HMAC Transition Dollars & Cents er I TON $ $ 14. 4 EA $350 .00 $1 ,400 .00 15 . $300.00 $7 ,800 .00 16. $35 .00 $735 .00 17. 3260 SF Dollars & Cents er I SF $ $ 18. 10 LF 3' Wooden Fence on 8" Concrete Footer Dollars & Cents er l LF $ $ 19. 1 LS Proposed Traffic Control Plan Dollars & Cents er I LS $ $ PROPOSAL ? (Rev . 6/30/06) PAY ITEM 20 . 21 . APPROX. QUANTITY 1579 SY 1 LS DESCRIPTION OF ITEMS WITH BID PRICE WRITTEN IN WORDS Cents Preven tion UNIT PRICE TOTAL AMOUNT BID TOTAL UNIT II -PAVEMENT CONSTRUCTION (ALTERNATE A: 6" HMAC PAVEMENT): D.O.E. 487 (TRANSFER TOTAL TO PROPOSAL 11 -SUMMARY $ UNIT 11-PAVEMENT CONSTRUCTION (ALTERNATE B: 6" REINFORCED CONCRETE PAVEMENT) 1 . 4 EA 2 . 1 LS Ve,.&-~o\l,lQ, t,-\ 3 . 1781 LF 4 . 3645 SF 5 . 10 LF 6 . 1398 CY 7 . 263 CY 8. 385 SF 9. 1781 LF 10. 3 027 SY Project Designation Sign T p--n f;."' \-l. "'~ n a..e.c:::. Dollars & N.O Cents per I EA Util ity Adjustments f,v~ '~"'~"'""s::,, Dollars & a..l.o Cents per I LS Remove Existing Curb and Gutter 0t4E. Dollars & Nb Cents oer I LF Remv Ex. Cone. Drvwy, Va lley , Slabs , Sidewalks , Walks , Wheel Chair Ramps 0'f'Jl.a. Dollars & ~ Cents per I SF Remove 3' Wooden Fence on 8" Concrete Footer \e-~ ....l..-,, Unclassifie d Street Excavation \,...ic: .~-r< ~..:> Topsoil as Directed by Engineer F-\..~~......) .,_L,, 4' Concrete Sidewalk r'\ve. ~o 7" Integral Curb -,--'-• 0 -1 C) 6" Reinforce Concrete Pavement Ttt,a..T" ~,..a.1:-. ~ ....... 'T't fi..-ta.- Dollars & Cents per I LF Dollars & Cents per I CY Dollars & Cents per I CY Dollars & Cents per I SF Dollars & Cents per I LF Dollars & Cents per I SY PR OPO SAL B (Rev . 6/30/06) $300 .00 $1 ,200.00 -~ -$ s;ooo $ s ooo ~ ~ $ \ $ \.-=\~\ 0,0 ~ -$ \ $ 3. \o 4c; oo 00 -$ \0 $ \~o- 00 QO -"ZO 2:+ °'l \oO -$ $ h J--" 00 z., '2,Gt" 3 - $11.00 $l!,898 ."~ 22 00 $ 5 $ \ IC\"?.5"- ~ 00 -$ z. $ ,, >lo "2... C\4 ~~ $ 3q-$ \Z.0 ~qs- PAY ITEM 11 . 12. 13. 14. 15. 16 . 17 . 18. 19. 20. 21 . 22 . APPROX. QUANTITY 3259 SY 59 TON 84 TON 4 EA 26 EA 21 EA 3260 SF 1214 LF 10 LF 1 LS ~-a79 S¥ ?e-e-~, A-99~0. 1 LS DESCRIPTION OF ITEMS WITH BID PRICE WRITTEN IN WORDS 6 " Subgrade Stabilization@ 36 lbs per s .y . ,, 1 ,0 Dollars & ":. ,;. " E. ~ ""r"( F' \"' e.. Cents per I SY Lime for Stabilization D 9ol.~ \.+u ·---.r-.. Dollars & ....._\o Cents per I TON HMAC Transition )~ n .... u•_ \4.u ·---~ -nollars & ..... \ ..... Cents per I TON Adjust Ex isting Sewer Manholes to Grade 1'~-..e.~ i.L.... .... ,.. ..... _-. fl\~ Dollars & .-..l e::, Cents per I EA Adjust Ex isting Water Valve Boxes to Grade ~ ..... \ \ ----Dollars & ~. Cents per I EA Adjust Ex isting Water Meters to Grade ,,,..,,z,...~ r ,...,~ Dollars & L.l.C:. Cents per I EA 6 " Concrete Driveways ~t"e Dollars & =· c-,-A.( Cents per I SF S il icone Joint Sealant o~e. Dollars & F,~ Cents per I LF 3' Wooden Fence on 8" Concrete Footer F, ~-rt Dollars & ~ ..... Cents per I LF Proposed Traffic Control Plan '""'~"""T'( r,"fl. "'"°"'~.b Dollars & "'---1 0 Cents per I LS Proposed Grassed Sod \)E. \...c..,. E-. Dollars & Cents per I SY Storm Water Pollution Prevention 0 9').E. \4 U.lol t)a..E.C:) Dollars & ...l o Cents per I LS UNIT PRICE $ $ ~S' --z_ 00 \oo- oQ \co - $ >"~ ~~i1F $350 .00 $300 .00 $35 .00 50 $ s- i;o $ \- 0.0 $ so- oo $ -Z.~500- $ Dc_L.E:.-T~ ~ $ too TOTAL UNIT 11-PAVEMENT CONSTRUCTION (ALTERNATE B: 6" REINFORCED CONCRETE PAVEMENT): D.O.E. 4874 TOTAL AMOUNT BID "2. cs $ ib ci1o-z. - 00 $ S.°ioo- 00 9,\.\oo -$ $1,400 .00 $7 ,800.00 $735 .00 00 I+ Ci:>O -$ . ID'° $ \<o'2-\- 00 $ s-oo- Co $ Z., '5'00 _, $ De:L-£-,-E 00 $ \00- lo> (TRANSFER TOTAL TO PROPOSAL 11 -SUMMARY)$ 2-'ZS , 0\-Z-- PROPOSA L9 (Rev. 6/30/06) * CITY APPROVED PRODUCT * CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED STANDARD SPEC . NO . E1-31 ~1-25 __ E1 -27 __ E1 -28 __ E100-2 SIZE 4 " thru 30" 4" thru 15" 4" thru 15" 18" thru 27" 18" thru 48" Consult the "City of Fort Worth , Texas, Texas Standard Product List'' to obtain the Generic/ Trade Name and the Manufacturer for the pipes listed above . Failure to provide the information required above may result in rejection of bid as non-responsive . Only products listed above will be allowed for use in this project. Any substitution shall result in rejection of bid as non-responsive. PROP0SAL10 (REV. 6/30/06) SUMMARY OF BIDS UNIT I -WATER IMPROVEMENTS UNIT I -SEWER IMPROVEMENTS UNIT II -PAVEMENT CONSTRUCTION -ALTERNATE A UNIT II -PAVEMENT CONSTRUCTION -ALTERNATE B PROJECT BID TOTAL 1 UNIT I WATER , UNIT I SEWER & PAVEMENT CONSTRUCTION -AL TERNA TE A PROJECT BID TOTAL 2 UNIT I WATER , UNIT I SEWER & PAVEMENT CONSTRUCTION -ALTERNATE B PROPOSAL 11 (REV 6/30/06) ao $ \02...5'03:- ' $ ,-.\o ~\D '-1" $ 2-z..s er2 ... - $ "lo ~'D PART A -PROPOSAL (Contd.) Within ten (10) days after notification by the City , the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contra ct Documents , for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth , as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978 , and that he has read and thoroughly understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans . The undersigned assured that its employees and applicants for employment and those of any labor organization , subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No . 7278 as amended by City Ordinance No . 7400 . The Bidder agrees to begin construction within 10 calendar days after issue of the work order , and to complete the contract within 90 working days after beginning construction as set forth in the written work order to be furnished by the Owner . (Complete A or B below , as applicable :) A. The principal place of business of our company is in the State of Nonresident bidders in the State of , our principal place of business , are required to be percent lower than resident bidders by state law . A copy of the statute is attached . Nonresident bidders in the State of , our principal place of business , are nor required to underbid resident bidders . ~ The principal place of business of our company or our parent company or majority owner is ~ State of Texas . Receipt is acknowledged of the following addenda : Addendum No . 1 J/t}-(SEAL) If Bidder is Corporation Addendum No . 2/tf- Addendum No . 3 Respectfully submitted , S1'A<!>I '-'=-..-W"',.J, '""c.. B~~ Title : V,c.f.. ~E..<:,.1oe.,.JT"" Address: eo. &Jc? '3:9"?»&D S4tw1uAW T)(. +lot'+'\ I PROPOSAL1 2 (REV . 6 /30/06) / 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 . This law provides that, in order to be awarded a contract -as low bidder, non-resident bidders (our-of-state contractors whose corporate office or principal place of business are outside of the state of Texas) bid projects for construction, improvements , supplies or services in Texas at an amount lower than lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located . The appropriate blanks in Section A must be 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-resident vendors in ____ (give state), our principal place of business, are not required to underbid resident bidders . V Our principal place of business or corporate offices are in the State of Texas . BIDDER: Company (Please Print) City 5tate -I Y. . Title : Zip Pe..E-s, oE...t-[J (please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION VC-1 SECTION B UNIT I: WATER DEPARTMENT PART C -GENERAL CONDITIONS SECTION C1 -SUPPLEMENTARY CONDITIONS TO PART C GENERAL CONDITIONS PART D-SPECIAL CONDITIONS PART DA-ADDITIONAL SPECIAL CONDITIONS MATERIAL SPECIFICATIONS ' ; .. ' ,, . ' PARTC GENERAL CONDITIONS "' '., ' , . r 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.B Cl-1. 9 Cl-1.10 Cl-1.11 Cl-1.12 Cl-1.13 Cl-1 .. 14 Cl-I.ts . Cl-1.16 Cl-1.17 Cl-1.18 Cl-1.19 Cl-1. 20 Cl-1. 21 Cl-1. 22 Cl-1.23 Cl-1.24 Cl-1.25 Cl-1. 26 Cl-1. 27 Cl-1.28 Cl-1. 29 Cl-1. 30 Cl-1. 31 Cl-1 .32 C2-2 C2-2.l C2-2 .2 C2-2.3 C2-2.4 C2-2.5 C2-2.6 PART C -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 C 1) Cl-1 (1) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (5) Cl-1 (6) Cl-1 (6) Cl-1 (6) Cl-1 (6) Cl-1 (6) Cl-1 (6) C2-2 ( 1) C2-2 ( 1) C2-2 ( 2) C2-2 ( 3 ) C2-2 ( 3 ) C2-2 ( 3) C6-6 C6-6.l . C6-6. 2 C6-6.3 C6-6.4 C6-6.5 C6-6.6 C6-6.7 C6-6.8 C6-6.9 C6-6.10 C6-6.ll C6-6.12 C6-6.13 C6-6.14 C6-6.15 C6-6.16 C6-6.17 C6-6.18 C6-6.19 C6-6.20 C6-6.21 C7-7 C7-7.l C7-7.2 C7-7.3 C7-7.4 C7-7.5 C7-7.6 C7-7.7 C7-7.8 C7-7.9 C7-7_10 C7-7.ll C7-7.12 C7-7.13 C7-7.14 C7-7.15 C7-7.16 C7-7.17 C8-8 C8-8.l C8-8.2 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Laws to be Observed Permits and Licenses Patented Devices, Materials and Processes Sanitary Provisions Public Safety and Convenience Privileges of Contractor in Streets, Alleys, and Right-of-Way Rail way 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 Charg e s of Water Furnished by City Use of a Section of Portion of the Work Contractor's Responsibility for Work No Waiver of Legal Rights Personal Liability of Public Officials State Sales Tax PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of the Work Limitations of Operations Character of Workman and Equipment Work Schedule Time of Commencement and Completion Extension of time of Completion Delays Time of Completion Suspension by Court Order Temporary Suspension Termination of Contract due to National Emergency Suspension of Abandonment of the Work and Annulment of Contract Fulfillment of Contract Termination for 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 C 1) C6-6 ( 2) C6-6 (2) C6-6 C 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 ( 1) 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 ( l) C8-8 (1) '·- PART C -GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the followLng terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc ., which govern the terms and performance of the contract. These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items: PART A - PART B - PART C - NOTICE TO BIDDERS PROPOSAL GENERAL CONDITIONS (Sample) (Sample) (CITY) White White (Developer) Canary Yellow Brown PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRAC7 Green El-White E2-Golden Rod E2A-White Blue ( S-\rnry 1..e) White ( ~a .npJ e) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A -NOTICE TO BIDDERS (Advertisement) Same as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT PART H -PLANS (Usually bound separately) Cl-1 ( l) faithful perf.ormance 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, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from other parts of the Contract Documents, but they are a part of the Contract Documents just as though they were bound therein. Cl-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manger, each of which is required by charter to perform specific duties. Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his ab_sence, the Mayor Pro tern of the City of Fort Worth, Texas. Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1 (3) ( - 1. 2. 3. 4. 5. 6. 7. 8. 9. New Year's Day M. L. King, Jr. Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monday in May July 4 First Monday in September Fourth Thursday in November Fourth Friday in November December 25 When one of the above named holidays or a special holiday is declared by the City Council, falls on Saturday, the holiday shall be observed on the preceding Friday or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations. Ernploy~es working calendar day operations will consider the calendar holiday as the holiday. Cl-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents, the intent and meaning shall be as follows: AASHTO - ASCE LAW AS'fM AWWA ASA HI Asph. - Ave. Blvd. - CI CL GI Lin. lb. MH Max. American Association of MGD State Highway Transportation Officials American Society of Civil Engineers In Accordance With American Society of Testing Materials American Water Works Association American Standards Association Hydraulic Institute Asphalt Avenue Boulevard Cast Iron Center Line Galvanized Iron Linear or Lineal Pound Manhole Maximum Cl-1 (5) -Million Gallons Per Day CFS -Cubic Foot per Second Min. -Minimum Mono.-Monolithic % -Percentum R -Radius I.D. -Inside Diameter O.D. -Outside Diameter Elev.-Elevation F -Fahrenheit C -Centigrade In. -Inch Ft. -Foot St. -Street CY -Cubic Yard Yd. -Yard SY -Square Yard L.F. -Linear Foot D.I. -Ductile Iron SECTION C -GENERAL CONDITIONS C2~2 INTERPRETATION AND ·PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.l PROPOSAL FORM: The Owner will furnish bidders with proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and not more than one (1) year old. In the case t~at a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten (10%) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been on projects completed not more than five (5) years prior to the date on which are to be received. The Director of the Water department shall be sole judge· as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal C2-2(1) Owner nor the Engineer guarantee that the data shown is representative of conditions which actu~lly exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do the work contemplated or furnishe the materials required. All such prices shall be written legibly. In case ·of discrepancy between the price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his Cher) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given, and the proposal must be signed by a member of the firm, association, or partnership, or by a person duly authorized. If a proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly 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, con~itional er uncallen f0r alternate bids, incomplete bids, erasures, or irregular~Lie5 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 accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders• and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2(3) Owner reserves the right to waive any and all irregularities and to make the award of the contract to the be.st interest of the City. Tendering a proposal after the closing hour is an irregularity which cannot be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reason: a. Reasons for believing that collusion exists among bidders. b. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. c. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d. The bidder being in arrears on any existing contract or having defaulted on a previous crintract. e. The bidder having performed a prior contract in an unsatisfactory manner. f. Lack of competency as revealed by the financial statement, experience record, equipment schedule, and such inquiries as the Owner may see fit to make. g. Uncompleted work which, in the judgment of the Owner, will prevent or hinder the .prompt completion of additional work if awarded. h. The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions. 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2(5) PART C -GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.l CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and or a a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by Owner, to allow and audit and/or an examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinance prohibiting discrimination in employment practices. C3-3 (1) bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall ·remain· in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph CB-8.10. c. PAYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344 Acts 56th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a C3-3 (3) 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 shall procure and shall maintain during the life of this contract Contractor's Comprehensive General Liability Insurance {Public Liability and Property Damage Insurance) in an amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in ~n 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 sep&ra ~e policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation (if excavations are to be performed adjacent to same). 4. Damage to underground utilities for $500,000. C3-3 (5) City of Fort Worth, Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom service of process may be had, and must have authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, any claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth-Dallas area. The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7} days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of ~he Contract. Copies of the wage rates will be furnished the Contractor, by tje Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditures, all claims against the work or any other C3-3 (7) SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4.l INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in th e se Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, then "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits nor shall such changes be considered as C4-4 (1) r . suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual r e asonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for 'extra work' whether or not iniitiated by a 'change order' shall be a tull, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result or the change or 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 shown the estimated monthly cost of work for which estimates are to be expected. There C4-4 (3) c. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. f . Thirty days shall be used for submittal review unl e ss otherwise specified. The construction schedule shall as a minimum be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen (14) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and preacceptance activities and events in their logical sequence for equipment and matErials. 1. Preparation and transmittal of submittals. 2. Submittal review periods. 3. Shop fabrication and delivery. 4. Erection or installation. 5. Transmittal of manufacturer's operation and maintenance instructions. 6. Installed equipment and materials testing. 7. Owner's operator instruction (if applicable). 8. Final inspection. C4-4 (5) . . PART C -GENERAL CONDITIONS CS-5 CONTROL OF WORK AND MATERIALS SECTION CS-5 CONTROL OF WORK AND MATERIALS CS-5.l AUTHORITY OF ENGINEER: The work shall be performed to t~e 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 between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's mean5, methods, techniques, sequences or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. He shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the Owner and Contractor, a written decision on the matter in controversy. CS-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. CS-5 (1) adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all fa~ilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. CS-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or on a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or corrections necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall then deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. CS-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 by 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather-proof, so that documents will not be damaged by the elements. CS-5.7 CONSTRUCTION STAKES: The City, througn its Engineer, will furnish the Contractor with all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. CS-5 (3) CS-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should be work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. CS-5.10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at hi s own expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specifically provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof · may be deducted from any money due or to become due to the Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works. CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference, make written application to ENGINEER for ' approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of e qual substance to that specified and be suited to the same use and capable of performing the same function as that specified; and identifying all variations of the proposed CS-5 (5) ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. CS-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the Plans relative to existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of , existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such 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 e ncount e r e d is such as to n e cessitate changes in the lines a nd grades of considerable magnitude or requires the building of special works, provision for which is not made in the Contract Documents, in which case the provision in these Contract Documen t s for Extra Work shall apply. It shall be the Contractors responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures and service lines. Verification of existing utilities, structures and service lines shall include notification of all utility companies at least · forty eight (48) hours in advance of construction including exploratory excavation if necessary. All verification of existing utilities and their adjustment shall be considered as subsidiary work. CS-5.15 INTERRUPTION OF SERVICE: a . Normal Prosecution: In the normal prosectuion of work where the interruption of service is necessary, the Contractor, at least 24 h o urs in · advance , shall be required to: 1. Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption. CS-5 (7) 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, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polish ed and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. CS-5.18 FINAL INSPECTION:· Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final cleanup performed, the Engineer will notify the proper officials of the Owner and request that the Final inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment ate found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. CS-5 (9) PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.l LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its ·officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful pro~ecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract prices shall include all royalties or cost arising from patents, trade-marks, and copy rights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trade-mark or copy right in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon by the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6 (1) 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 Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and, when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are 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 connect ion with such crossings shall include the roadway approaches as well as the structures of such crossings. The Contractor shall at all times conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or stacked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railway tracks, the work shall be C6-6 (3) The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works department, Signs and Markings Division (phone number 8780-8075), to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held responsible for all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or for salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in C6-6 (5) r" 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 lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences, and to all other public or private property along adjacent to the work. The Contractor shall notify the proper representatives of owners or occupants of public or private lands or interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or e xecution of the work, or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof on the part of the Contractor, he shall restore or have restored at his own cost and expense ~uch property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross braced posts on either side of permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross braced posts at point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project C6-6 (7) 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 hereby, indemnify and hold harmless Owner from and against any and all injuries,loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in part, any and all alleged acts or omissions of officers, agents, servants, employees, contractors, subcontractors, licenses, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the 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 semi-final payment to be in an amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of the performance of such work, and such .semi-final payment may then be recommended by the Director. The Director shall not recommend final payrnen,t to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory to the Director that: 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition (1) above is period, the Director shall the Contractor be made. time within the six month that the final payment met at any time within the six month recommend that the final payment to If condition (2) above is met at any period, the Director may recommend to the Contractor be made. At the C6-6 (9) r . 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 any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expe nse. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-l.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the City Ordinance, or where no ordinance applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written order of 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. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part C6-6 (11) f'\' t '. .. 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) .-i-,} I < •• PART C -GENERAL CONDITIONS C7-7 PROSECUTION AND PRcx;RESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.l SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workman under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced in the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject to the same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times; when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, convey, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any state, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operation, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of C7-7 (1) i • otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or refuses to comply with or carry out the directions of the Owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment 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 any portion of the work shall be such that no injury to the work, workmen or adjacent property will result from its use. C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as defined in Cl-1.23 "WORKING DAY" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents 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 respor.se to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined 1n Cl-1.24 and the Contractor may work as he so desires. C7-7 (3) any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall b~ final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the contract. Each bidder shall indicate in the appropriate place on the last page of the Proposal the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the Proposal section of the contract documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or the increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule, unless otherwise ·specified in other parts of the Contract Documents, will be deducted from monies due the Contractor, not as a penalty, but as liquidated darna9es suffered by the Owner. AMOUNT OF CONTRACT Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive $ 45.00 $ 15,001 to $ 25,000 inclusive $ 63.00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50,001 to $ 100,000 · inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 C7-7 (5) that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth.· The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly wheri notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the President of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigations, the Owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contract, then if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials and equipment within thirty days, the Contractor may request the Owner to terminate the contract and the Owner may comply wilh the requc3t, and the termination shall be conditioned and based upon 3 :inal settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include, but not be limited to, the payment for all work executed but no anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on writt~n order of the Engineer or the Contract may be declared cancelled by the City Council for any good and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. C7-7 (7) consent of the Owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered by the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determihe, the work herein described 6r 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 i~ such a manner as to not hinder or interfere with performance of the wor~ by the Owner. C7-7.15 FULFILLMENT OF CONTRACT: The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have C7-7 (9) a. the fabricated or unfabricated parts, work in process, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. 5. complete performance of such part of the work as shall not have been terminated by the notice of termination; and 6. take such action as may b e necessary, or as the Engineer may direct, for the protection and preservation of the property related .to its contract which is in the possession of the Contractor and in which the Owner has or may acquire the rest. At a time not later than 30 days aft e r the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list; certified as to quantity and guality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by the Engineer. Not later than 15 days thereafter, the Owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 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 deemed waived. C7-7 (11) (. H. equitable adjustment of the price or prices specified in the contract relating to the continued portion of the ~ontract (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 the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "Suspension of Abandonment of the work and Amendment of Contract" or any other right which Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from · injury, including death, or damage in connection with the work. C7-7 (13) PART C -GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.l MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and items installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, ma~hinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finished, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other causes, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all 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. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation, as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced undei these Contract Documents, for all loss and damage arising out of the nature of the work or from the actio~ of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work at any time C8-8 (1) r l . I. ,- / him as a guide in the verification or the preparation of partial estimates. It is understood that the partial estimate from month to month will be approximate only, and all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate,and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an ~cceptance 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. C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for the final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an a~ceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment therefor as outlined in CB-8.8 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 'the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimatei upon which payment has been made are subject to necessary corrections or revisions . in the final payment. C8-8 (3) pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified andshall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outline. The Owner will give notice of observed defects with reasonable promptness. C8-8.ll 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 i n the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are g e neral it e ms 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 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. 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) - SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C-GENERAL CONDITIONS A. General B. C. D. These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below . Provisions which are not so amended or supplemented remain in full force and affect. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period , less the appropriate retain age 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 infomrntion as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. Part C -General Conditions: Paragraph C3-3.11 of the General Condi6ons is deleted and replaced with D-3 of Part D -Special Conditions. C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AJ\TD 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 hannless 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 in;urv, damage or death is caused, in whole or in part, bv the negligence or allege,/ negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniurv or damage is caused in whole or in part bv the negligence or alleged negligence of Owner, its of{zcers, servants or employees. 1n the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not b e made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F . INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. Revised 10/24/02 Pg. 2 . - G . C 3-3 .11 INSURANCE: P age C3 -3 (7): Add subparagraph "h. ADDITIONAL IN SU RAN CE REQUIREMENTS'. a. Th e Cit y, it s offi cers . empl oy e es and servant s shal l b e endors ed as an additional insured on Contractor's insuranc e policies exceptin g employer's liability msurance co verage under C ontrac to r 's work er s' compensation insuranc e policy. b. C ertificates of insurance shall be delivered to the City of Fort Worth , contract administrator in the r es pectiv e department as specified in the bid documents, 1000 Throckmorton Stree t , Fort W orth , TX 76102 , prior to comm encem ent of work on th e contracted project. c. Any failur e on p art o f th e Cit y to r equest r equired in surance documentation shall not constitute a waiv er o f th e insuranc e requirem ents specifi ed h erein. d. E ach insurance policy sh all be endorsed to provid e the City a minimum thirty days notice of cancellation, non-renewal. and/or material chan g e in policy terms or coverage. A ten days notice shall b e acc eptabl e in the event of non-payment of premium. e . Insurers must b e authori zed to d o business in th e State of T exas and have a current A.M . Best ratin g of A: VII or equivalent measure of financi al strength and solvency. f. Deductible limits , or self-funded retention limits , on each policy must not exceed $10,000.00 per occurrence unl ess otherwise approv ed by the City. g. Other than work er 's compen s ation insurance, in lieu of traditional insurance , City may consider alternative coverage or risk treatment measures through insurance pools or risk r et ention 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 r esponsible 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 Joss recovery. k . In the course of the project, Contractor shall r eport, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability cl aim or law s uit or w hich could result in a property loss . Revised 10/24/02 Pg. 3 - 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: I. 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 CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.10 GENERAL GUARANTY: Delete C8-8.l 0, 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 0\\'Iler shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract Revised 10/24/02 Pg.4 whi ch sh all ass ur e th e per fo rman ce of th e g en eral g uaranty as ab ove outli ne d . Th e Owner w ill g ive n o ti ce o f observe d defec ts w i th r eas on able promp tn ess. Any reference to any sh011 er p er iod of time o f warranty c on ta in ed e ls ewhere within th e specifications sh all be r esol ve d in favor of thi s specific a tion s, it b ein g th e City's intent that the Contractor gu arante e it s work for a p eriod of two (2) year s followin g th e date of acc eptance o f the project. In the Special In structions to Bidders , TPW contracts place the follo w in g in lieu of the existing paragraph 2. J. Part C -General Conditions , Se ction C2-2 INTERPRET ATION 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 consid ere d 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 Bidd ers ." It is the Bidder's sole responsibility to deliver the proposal at the proper time to th e proper place. The m ere fact th at a proposal was d i spatch ed will not be c onsider ed. Th e B idd er s must hav e th e p roposa l actu all y d elivered. E ac h prop osal shall be in a seal ed envelo pe plainly marked with the word "PROPOSAL," and the n am e or description of the project as d esignat e d in th e "Notic e to B i dd ers ." The en velop e sh a ll b e a ddre ss ed to the Purchasing Manag er, City of F ort Worth Purchasing Division, P .O . Box 17027, Fort Worth, Texas 7 6102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals . A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration r eque sts have been properly fil ed may, at the option of the Owner, be returned unopened . C2-2 .9 TELEGRAPHI C MODIFICATION OF PROPOSA LS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provid ed such tel egraphic communication is rec e iv e d by the Purchasing Manager prior to the said proposal opening time , and provide d 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 r eceived within forty-eight ( 48) hours after the proposal opening time , no further consideration will be gi v en to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference P art C , General Conditions, dated November 1, 1987; (City let projects) make the following revisions : Revised 10/24/02 Pg . 5 - 1. Page C3-3(3); the paragraph after paragraph C3-3.7 d Other B ond s should b e revised to read: In order for a surety to be acceptable to the City, the surety must ( 1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law ; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2 . Pg . C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3 .l 1 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". L. RJGHT TO AUDIT: P art C -General Conditions , S ecti on C8 -8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits . (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities , and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article . City sha11 give subcontractor reasonable advance notice of intended audits. ( c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: Revised 10/24/02 Pg . 6 - 1. 50 copies and under -10 cents per page 2, More than 50 copies -85 cent s for the first page plus fifteen cents for each pag e thereafter M. SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations . The contractor's attention is directed to paragraph C6-6 .10 work within easements, page C6-6(4), part C -General Conditions of th e Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N . Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN : 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lin es five (5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures . 0. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3 -3 .2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request , Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE . The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating acbon under appropriate federal, state or local Jaws or ordinances relating to false statements; further, any such misrepresentation ( other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined t o 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.l3 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 Jess 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 wqrk, 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 shalJ 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 m~iude in its subcontracts and/or shall otherwise require all of it~ subcontractors to comply with paragraphs (a) and (b) above. '( d) W{th e~ch partial payment estimate or payroll period, whichever is less, an affidavit stating that the con!fact9r)?as complied with the requirements of Chapter 2258, Texas Government Code. Tpe contras:Jor shall post the prevailing wage rates in a ,conspicuqus place at the site of the PTOJeCt at all times . Revised 10/24/02 Pg. 8 .___ fD-1 D-2 D-3 D-4 D-5 0-6 D-7 D -8 D -9 D-10 D-11 D-12 D-13 D-14 D-15 D-16 D-17 D-18 D-19 D-20 . D-21 D-22 D-23 D-24 D-25 D-26 D-27 D-28 D-29 D-30 D-31 D-32 0-33 D-34 D-35 0-36 0-37 0-38 D-39 D-40 1 1/29104 PART D -SPECIAL CONDITIONS GE N ER AL .......................................................................................................................... 3 C OO RDINATION ME E T ING .............................................................................................. 4 CO NTRACTOR CO M PLIANC E WITH WOR K E R'S CO M P EN SA TI ON LA W .................... 5 COORDINATION WITH FORT WORTH WATER DEP A RTMENT .................................... 7 CROSSING OF EXI STING UTILITIES ............................................................................... 7 EXISTINGUTILITIES AND IMPROVEMENTS .................................................................. 7 CONSTRUCTION TRAFFIC O V ER PIPELINES ................................................................ 8 TRAFFIC CONTROL ......................................................................................................... 8 DETOURS ......................................................................................................................... 9 EXAMINATION OF SITE ............................................................................................... 9 ZONING COMPLIANCE ................................................................................................. 9 WATER FOR CONSTRUCTION .................................................................................. 10 WASTE MATERIAL ..................................................................................................... 10 PROJECT CLEANUP AND FINAL ACCEPTANCE ...................................................... 10 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ................................. 10 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ............................ 10 BID QUANTITIES ........................................................................................................ 11 CUTTING OF CONCRETE .......................................................................................... 11 PROJECT DESIGNATION SIGN ................................................................................. 1 1 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ...................................... 12 MISCELLANEOUS PLACEMENT OF MATERIAL ........................................................ 12 CRUSHED LIMESTONE BACKFILL ............................................................................ 12 2 :27 CONCRETE ......................................................................................................... 12 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ......................................... 12 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-1 9) FOR UTILITY CUTS ............ 14 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................ 15 SANITARY SEWER MANHOLES ...................................... .' ......................................... 15 SANITARY SEWER SERVICES .................................................................................. 18 REMOVAL, SALVAGE, AND ABANDONMENT OF E XI STING FACILITIES ................ 20 DETECTABLE WARNING TAPES ............................................................................... 2 2 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 .......... 2 7 SAMPLES ANDQUALITY CONTROL TESTING ......................................................... 2 9 TEMPORARY EROSION , SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................................................ 30 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................ 3 1 PROTECTION OF TREES, PLANTS AND SOIL ......................................................... 3 1 SITE RESTORATION .................................................................................................. 31 CITY OF FORT WORTH STANDARD PRODUCT LIST .............................................. 31 TOPSOIL , SODDING , SEEDING & HYDROMULCHI N G ............................................. 3 2 CONFINED SPACE ENTRY PROGRAM ..................................................................... 37 SUBSTANTIAL COMPLET ION INSPECTION/FINAL IN SPECTIO N ............................ 3 7 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS ) ...................... 37 CONCRETE ENCASEMENT OF SEWER PIPE .......................................................... 38 CLAY DAM ................................................................................................................... 38 E X PLORATORY EXCAVATION {D-HOLE) ................................................................... 38 SC-1 PART D -SPECIAL CONDITIONS D-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-lns .......................................................................................................................... 40 52 .5 Connection of Existing Mains ....................................................................................... 40 52 .6 Valve Cut-Ins ............................................................................................................... 40 52.7 Water Services .................................................................. : ......................................... 40 52 .8 2-l nch 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 Stat ion .................................................................................................. 44 · 52.12 Ductile Iron and Gray Iron Fittings ................................................................................ 44 D-53 SPRINKLING FOR DUST CONTROL ......................................................................... .45 D-54 DEWATERING ............................................................................................................ 45 D-55 TRENCH EXCAVATION ON DEEP TRENCHES ........................................................ .45 D-56 TREE PRUNING .......................................................................................................... 45 D-57 TREE REMOVAL ......................................................................................................... 46 D-58 TEST HOLES ............................................................................................................... 46 D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING D-60 D-61 D-62 D-63 D-64 D-65 D-66 D-67 D-68 CONSTRUCTION ........................................................................................................ 47 TRAFFIC BUTTONS .................................................................................................... 47 SANITARY SEWER SERVICE CLEANOUTS ............................................................. .48 TEMPORARY PAVEMENT REPAIR .......................... ; ................................................ .48 CONSTRUCTION STAKES ........................................................................................ .48 EASEMENTS AND PERMITS ...................................................................................... 48 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............................................... .49 WAGE RATES ............................................................................................................ 49 REMOVAL AND DISPOSAL OP ASBESTOS CEMENT PIPE ..................................... 51 STORM WATERPOLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ............................................................................................................. 51 COORDINATION WITH THE CITY 'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS .................................................................................... 53 D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................. 53 D-71 EAR LY WARNING ·sYSTEM FOR CONSTRUCTION ..................................................... 54 D-72 AIR POLLUTION WATCH DAYS ..................................................................................... 54 D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS .......................................... 55 11 /29/04 SC-2 PART D -SPECIAL CONDITIONS Thi s Pa rt D -Sp ecia l Cond it ion s is comp limenta ry to Part C -Genera l Condi tion s and Pa rt C 1 - Supplemen t ary Cond it ions to Pa rt C of t he Con t rac t. Anything con tained in thi s Part D tha t is additive to an y provision in Part C -Gene ral Condit ions and part C 1" -Supplemen tary Condi ti ons to Part C of the Contract are to be rea d together. Any confl ict between Part C -Gene ral Cond it ions and Part C1 -Supp lemen tary Conditions of th e Con t ract and th is Part D, Part D sha ll control . FOR: PROJECT DESCRIPTION xxxxxxxxxxxxxx xxx xxxxxxxxxxxxx xxx x FORT WORTH , TEXAS DOE PROJECT NO. XXXXX WATER DEPARTMENT PROJECTS NO. PW XXXXXX XXXXXX & PS XXXXXXXXXXX D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above . The Contractor shall be responsible for defects in this project due to faulty ma terials 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 , w ith latest revisions , are made a part of t he 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 perform ing any work on Fort Worth water or sanitary sewer facilit ies 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 appl icable , may a lso be governed by the two following publ ished specifications , except as modified by these Special Provisions : 1. STANDARD SPEC IFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 1 1/2910 4 SC-3 PART D -SPECIAL CONDITIONS 2 . STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents . A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street , 2nd Floor, Municipal Building , Fort Worth , Texas 76102 . The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If no t shown , then applicable published specifications in e ither of these documents may be followed at t he discretion of the Contractor. General Provisions shall be those of the Fort Worth documen t rather than Division 1 of the North Central Texas document Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered , accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered . Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fa.rt Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to mainta in the project on the desired schedule . The contractor shall be present at all meetings. 11 12 9104 SC-4 - , r PART D -SPECIAL CONDITIONS D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. De finiti ons: 1. Cert ification of coverage ("certi fi cate"). A cop y of a cert ifi cate of insurance , a c ertifi cat e of aut hority to sel f-insure issued by the commissio n, o r a coverage agreement (TWCC-8 1, TWCC-82 , TWCC-8 3 , or TWCC-84 ), showi ng statuto ry worke rs' compensa tion ins urance coverage for the person 's or ent ity's employees prov iding serv ices on a proj ec t , for the du rat ion of the project. 2 . Dura tion of th e project -includes the time from the beginn i ng of the work on th e proj ect unti l the contractor's /perso n's work on the project has been completed and accep ted by the governmental entity. 3 . Persons provid ing 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 di rectly with the contractor and regardless of whether that person has employees . This includes, without lim itation, independent contractors, subcontractors, leasing companies, motor carriers , · owner operators, employees of any such entity, or employees of any e ntit y which furnishes persons to provide services on the project. "Services" include, without limitation , providing, hauling , or delivering equipment or materials , or prov id i ng labor, transportat ion, 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 Con tractor shall prov ide coverage , based on proper reporting of classification codes and payroll amounts and filing of any coverage agreemen ts, which meets the statutory requ irements of Texas Labor Code , Section 401 .011 (44) or all employees of t he Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmen tal 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 cove rage has been extended. E. The Contractor shall obtain from each person providing services on a project , and prov ide 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 la ter than seven days after receipt by the contractor, a new certificate of coverage showing extens ion of co verage , if the coverage period shown on the curren t certi fi ca te of coverage ends during the duration of the project. F. The cont ractor shal l reta in all requi red certificates of coverage for the duration of the project and for one year thereafter. 11 /29104 SC-5 PART D -SPECIAL CONDITIONS G . Th e co ntract o r s hal l not ify t he g overnmental en tity in wri ti ng by certifie d ma il o r persona l delive ry, within ten (10 ) da ys after the contracto r k new or shoul d hav e known ,, of an y change th at ma ter ia lly affects t he prov is io n of coverage o f an y perso n pro vi d in g serv ices on t he project. H . The co nt ractor s hall pos t o n each proj ect site a notice , in the te xt, form and manner prescribed b y the Texas Worker's Compensation Commission , informing all persons provid ing serv ices on the proj ect tha t th e y are re quired to be covered , and stat ing how a person may verify coverage and report lac k of coverage . I. The contractor sha ll contract ually require each person w ith whom it contracts to provide services on a project, to: 1. Provide coverage , based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code , Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; 2 .. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project , for the duration of the project; 3 . Provide the Contractor, prior to the end of the coverage period , a new certificate of coverage showing extension of coverage , if the coverage period shown on the current cert ificate of coverage ends during the duration of the project; 4. Ob t ain from each other person with whom it cont racts , and provide to the Contractor: a .) A certifica te of coverage, prior to the other person beginn ing work on the project; and b.) A new certificate of coverage showing extension of coverage , prior to the end of the coverage pe riod, if t he coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6 . Noti f y 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 co verage 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 s igning this contract or prov iding or causing to be prov ided a cert ificate of coverage , the contractor is representing to the governmental entity that all employees of the contr actor who will pro vide serv ices on the project will be covered by worker's compensation cove rage for the dura ti on of the project , that the coverage will be based on proper reporting of class ification codes and payroll amoun t s, and that all coverage agreements wil l be filed w ith th e appropriate insurance carrier or, in the case of a self- insured, w ith the commission's Division of Self-Insurance Regulation. Provid ing fa lse or 11 129/04 SC-6 PART D -SPECIAL CONDITIONS misleading information may subject the contractor to administrative , crimina l, civ il 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 provid ing serv ices on the project that they are required to be covered , and stating how a person may veri fy 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 Te xas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of the ir employer or status as an employee ." Call the Texas Worker's Compensation Commission at (512)440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping . Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps . Backfill, fittings , tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures . However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans , or to show them in their exact location. It is mutually agreed that such failure shall not be 1 112 9/0 4 SC-7 PART D -SPECIAL CONDITIONS considered sufficient basis for cl ai ms fo r additional compensation for extra work or for increasing the pa y quantities in an y manner whatsoeve r. The Contractor shall be responsible for verifying the locations of and protecting all existing ut ilities , service lines , or other property exposed by his construction operations. Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection and/or temporary relocation of all utility poles , gas lines , telephone cables , utility services , water mains, sanitary sewer lines , electrical cables , drainage pipes, and all other utilities and structures both above and below ground during construction . It is understood thatthe Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed construction. The Contractor is liable for all damages done to such existing facilit ies as a result of his operations and any and all cost incurred for the protection and /or temporary relocation of such facil ities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED . Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of a ll 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 in terfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground . D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions . It will be the responsibility of the Contractor to protect both the new line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time , cross the existing or new pipe with a truck delivering new pipe to the site . Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without 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 11 12910 4 SC-8 PART D -SPECIAL CONDITIONS The contractor will be required to obta in a "Street Use Permit " prior to starting work. As part of the "Street Use Permi t" a traffic control plan is required . The Contracto r sha ll be responsible for providing traffic control during the construction of this project consistent with t he provisions set forth in the "Latest Edition Texas Manua l on Uniform Traffic Control Devices for Streets and Highways " issued under the authority of the "State of Texas Uniform Act Regulat i ng Traffic on Highways," codified as Article 6701 d Vernon 's Civil Statutes , pertinent sections being Section Nos . 27 , 29 , 30 and 31 . A traffic control plan shall be submitted for review to Mr. Charles R. Burkett . City Traffic Engineer at (817) 871-8770, at the pre-construction conference . Although wor k will not begin until the traffic control plan has been reviewed , the Contractor's time will begin in accordance with the time · frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign , instructional sign , street name sign or other. sign, which has been erected by the City . If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department , Signs and Markings Division , (Phone Number 871-7738) to remove the sign . In the case of regulatory signs , the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled , the Contractor shall again contact the S igns and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods " as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The cost of the traffic control is subsidiary work and the cost of same shall be included in the price bid for pipe complete in place as bid in the Proposal, and no other compensation will be allowed . D-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed . Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions , which may give , rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D-11 ZONING COMPLIANCE 11 /29/04 SC-9 PART D -SPECIAL CONDITIONS During the construction of this project , the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction . D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer . All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property . D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items . Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary , clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: . • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition , on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed . No more than seven days shall elapse after completion of construction before the roadway, right- of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials , and in general preparing the site of the work in an orderly manner and appearance . The City of Fort Worth Department of Engineering shall give final acceptance of the completed project work. D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract , it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipat ed time for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup . The Contractor sball not commence with water and/or sanitary sewer inst~llation until such time that the survey cut:sheets _have been received from the City inspector. D-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1112 9/04 SC-10 PART D. -SPECIAL CONDITIONS 1. A warning sign not less than five inches by seven inches , painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drill i ng rigs , pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm , except back hoes or dippers , and insulator links on the lift hook connections. 3 . When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCORE) who will erect temporary mechanical barriers , de- energize the lines , or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCORE, and shall record action taken in each case . 4. The Contractor is required to make arrangements with the ONCORE company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and . expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D-17 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities . There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts w ith this provision, this provision controls . No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D-18 CUTIING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. D-19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (d~ted 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted . Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades . Barricade signs shall be in accordance with Figure 30, except that they shall be 1 '-0" by 2 '-0" in size. The information box shall have the following information : For Questions on this Project Call: 11/2 9/0 4 (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 necessa ry for the furnishing of Projec t Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width , between existing construction or expansion joints with 3000 psi concrete with reinforcing stee l on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction , Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions . Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D-22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 -Materials and Division 2 Item 208 .3 -Materials Sources '. Trench backfill and compaction shall 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 multipl ied 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 Pub lic Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call- out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete . D-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots , driveways , gravel surfaced roads, within easements , and within existing or future R.O .W . shall be in accordance with Sections E1-2 Backfill and E2 -2 Excavation and Backfill of the General Contract 11/29/04 SC-12 L 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 wil l 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 Sa fety 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% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The top two (2) feet of 11 /29/04 SC-13 PART D -SPECIAL CONDITIONS sewer line trenches and the top e ighteen (18 ) inches of water line ma y be rolled in with heavy equipment tires , provided it is placed in lifts appropriate to the material being used and the operation can be performed withou t damage to the installed pip e. The City, at its own expense , wi ll perform trench compaction tests per A.S.T.M . standards on all trench backfil l. Any retest i ng requ ired as a resul t of fa ilure to compact the backfill material to meet the standards will be at the expense of the Con t ractor and will be billed at the commercial rates as determined by the City . These so il 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 continu ing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet . The Contractor will be respons ible for providing access and trench safety system to the level of t rench 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 sha ll 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 pavement as detailed in t he 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 stree ts, are provided in these specificat ions 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 wa lls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip of the exist i ng 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 t rench wall nearest the center of the street to the gutter line . The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving . If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date. A permit must be obtained from the Department of Engineering Construction Services Section by the Contract or in conformance wi t h O rdinance No . 3449 and/or Ordinance No . 792 to make utility cuts in the street. The Department of Engineering will inspect the paving repair after construction. This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Department of Engineering . 11 129104 SC-14 - ' ) ~-.) PART D -SPECIAL CONDITIONS D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5 ) feet in order to protect workers from cave-ins . The requirements of th is 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 s hall 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 -Exca vations , 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 des igned 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 dept~ 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 . P-27 SANITARY SEWER MANHOLES A. GENERAL: The installation , replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, 11 12 9/04 SC-15 PART D -SPECIAL CONDITIONS Valve Vaults , Etc., and E2 -14 Vaul t and Manhole Cons tr uct ion of the General Con t ract Documents and Specifications , unless amended o r superseded by requirements of this Spec ial Cond ition . For new sewe r line installations , the Contractor shall temporaril y plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines . The plugs shall not be removed until the applicable manhole complete with cone sect ion has been constructe d and the lid ins t alled t o keep out debris as a resu lt of add itiona l construction . 1. CONCRETE COLLARS : Concrete collars will be required on all manholes specified as per Figure 121. 2 . WATERTIGHT MANHOLE INSERTS : Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes . Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted and installed according to t he 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 cas t ing for not less than three (3) feet each direction to existing finish grade of the ground . The grade of all surfaces shall be chec ked 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: A ll lids shall have pick slots in lieu of pick holes . Manhole frames and covers shall be McKi nley, 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 w ithin the 100-year floodplain and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and Frames are acceptable fo r use where loc king lids are specified . 6 . SHALLOW CONE MANHOLES : Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built i n accordance with Figure 105 . All shallow cone manho les 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 st eps 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 "Bitumast ic Super Se rvice Black" Tnemec "46- 450 Heavy Tnemecol ," or equal to, a minimum or 14 mils dry film t hickness . 11 /2910 4 SC-16 PART D -SPECIAL CONDITIONS 9 . MANHOLE JOINT SEALING : All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department , excluding onl y the joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent- Seal , Ram-Nek, E-Z Stick , or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength . The Joint sealer shall remain totally flexible without shrinking , hardening , or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and man~ole sections for a period of at least five years. B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations . The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench . After removal of the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES : Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. 1 1/29104 Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced. Grade rings that are constructed of brick , block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame . If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface . If the inside diameter of the manhole is too large to safely support new adjustment rings or frames , a flat top section shall be installed. SC-17 PART D -SPECIAL CONDITIONS Joint surfaces between the frames , adjustmen t 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 ma terial. Position the butt joint of each length of joint material on opposite sides of the manhole . No steel shims , wood , stones , or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame . In paved areas or future paved areas , castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface . The top of the casting shall be 1/8 inch below the finished elevation . Allowances for the compression of the joint material shall be made to assure a proper final grade elevation . 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4 . The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and ma terials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D-28 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans , and/or as described in these Special Contact Documents in addition to t hose located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Con tractor 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 minimu m of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. 11129104 S C-1 8 ' 1 • l PART D -SPECIAL CONDITIONS D. SEWER SERVICE RECONNECTION : When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap . The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees . The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer . Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps . Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations (shown on the plans) at the building clean-out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route. All applicable sewer mains, laterals and affected service lines that are installed without pre-construction de- holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. All re- routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor 's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S.T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property . Permit (s) must be obtained 1 1129/04 SC-19 PART D -SPECIAL CONDITIONS from the City of Fort Worth Development Department for al l service line work on private property and all wor k re late d to the serv ice line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the p lumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route . Payment for work and materials such as backfill , removal of existing clean-outs , plugging the abandoned sewer serv ice 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 serv ice 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 Spec ia l Contract Documents in addition to those located in the field and identifie d 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 Condit ion . A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not Jess 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 vo id shall be backfilled and compacted in accordance w ith 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 va lve and va lve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance w ith 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 ex cavated material approved by the Engineer. Surface restora t ion shall be compa t ible with existing surround ing surface and grade . If the valve is in a concrete vault , the vault shall be demolished in place to a point no less than 18" below final grad e. 11 /29/04 SC-20 PART D -SPECIAL CONDITIONS E. ABANDONMEN T OF EX IST ING GATE V ALVE: Exis ti ng g ate va lve a nd bo x lid sha ll be abandoned by first clos ing th e valve to the full y closed pos ition and dem ol is hi n g the va lve bo x i n place to a poin t no t less th an 18 i nches below fina l grade . Conc rete sha ll then be u se d as backfill material to match existing grade . F. ABANDONMENT OF EXISTING VAULTS : Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point no t less than 18" below fina l grade . The void area caus ed shall then be backfilled an d compacted in acco rdance w ith backfil l method as specified in Section E2 -2.9 Bac kfill. Backfill mater ial shall be su itable excavated material appro v ed by the Engineer. Surface res toration shal l be co mp atible w ith the existing surrounding grade. G. ABANDONMENT OF MANHOLES : Manholes to be abandoned in place shall have all p ipes 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 po int not less than 18 inches below final grade . The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material may be either clean washed sand of clean , suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface . Paymen t for work involved in backfilling , plugging of pipe(s) and all other appurtenances requ ired , 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 sect ion , all fu ll barrel diameter section , and base section shall be removed. The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface . I. CUTTING AND PLUGGING EXISTING MAINS : At various locations on this project, it may be required to cut , plug , and block existing water mains/services or san itary sewer mains/serv ices in order to abandon these lines . Cutting and plugging exist ing mains and/o r 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 requ ired. J . REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required , it s hall be the Contractor's respons ibility to properly dispose of all removed pipe. All removed valves , fire hydrants and meter bo xes shall be delivered to Water Department Field Operation , Storage Yard. C. PAYMENT: Payment for all work and material involved in salvaging , abando ni ng and/or removing ex isting f acilities shall be included in the linear foot bid price of the pipe , except as follows : separate payment w ill 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 oth er exi sting fac ilit ies when said facil ity is not being replaced i n the same trench (i .e., when removal requ ires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construct ion of a new sewer ma in , the Con t ractor sha ll be responsible for TV inspection of 100 % of the ex isting sewer main to be ab an doned to m a ke a 1 1/29104 SC-21 PART D -SPECIAL CONDITIONS final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the ·existing ma in will be abandoned as indicated above in Item I. D-30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe . The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils , and the width shall not be less than two inches with a minimum unit weight of 21'2 pounds/1 inch /100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Water Sa fety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D-31 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors . Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. D-32 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Engineering Department, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain . Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-33 MECHANICS AND MATERIALMEN'S LIEN 11 129104 SC-22 PART D -SPECIAL CONDITIONS The Contractor shall be required to execute a release of mechanics and material men 's liens upon receipt of pa yment . 0-34 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 perm itted until the Contractor has received _written permission of the Engineer to make a substitution for the material , which has been specified. Where the term "or equal", or "or approved equal " is used , it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable , as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use , the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute . Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is , in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications. D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured-in-place pipe, fold and form pipe, slip-line , etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television . Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT : The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a soli.d stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer . The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible . 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high-velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the 11 /29/04 SC-23 PART D -SPECIAL CONDITIONS equipmen t shal l be se t up on the othe r manhole and cleaning aga in attempted . If , aga in , successful cleaning can not be performed o r equipment fails to traverse the entire manhole section , it will be assumed tha t a ma j or blockage exists , and the cleaning effort shall be abandoned . When addi t ional quantities of water from fi re hydrants are necessary to avoid dela y in normal working procedures , the water shall be conserved and not used unnecessaril y. No fi re hydrant shall be obstructed in case of a fire in the area served by the hydrant. Befo re using any water from the Ci ty Water Distribution System , the Contractor sha ll apply for and receive permission from the Water Department. The Contractor shall be respons ible for t he wat e r me ter and rela ted charges for the setup, including the water usage bill . All expenses sha ll be considered incidental to cleaning . 3. DEBRIS REMOVAL AND DISPOSAL : All sludge, dirt, sand, rock , grease, and other sol id or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned . Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells , or damage pumping equipment, shall not be permitted . 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City . 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES , CATCH BASINS , STORM DRAINS OR SANITARY SEWER MANHOLES . 6. TELEVISION INSPECTION EQUIPMENT : The television camera used for the inspection shall be one specifically designed and constructed for such inspection . Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe . The camera shall be operative in 100% humidity conditions. The camera , television monitor, and other components of t he 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 w ill 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 m inu te. 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 . 1112910 4 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 sect ion being inspected to ensure good communications between members of the crew . The importance of accu rate distance measu rements is emphasized . All television inspection videotapes s hall have a footage coun ter. Measurement for location of sewer serv ice t aps shall be abo ve ground by means of mete r device. Marking on the cable, or SC-24 ' ' PART D -SPECIAL CONDITIONS the like , which would requ ire interpolation for depth of manhole , will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter, ro ll -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 th e 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 Inspect ion 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 particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of 1 112 9/04 SC-25 PART D -SPECIAL CONDITIONS the tapes by the Eng inee r including co ll ection and remova l, transportation and disposal of sand and debris from the sewers to a lega l dump site . Te levision inspection shall include necessary cleaning (hydraulic jet or mechanica l cleaner ) to provide video image require d for line analysis . The pr imary purpose of clea ni ng is for telev ision inspection and rehab ilit at ion ; when a po rti on of a line is f")O t or canno t be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no paymen t shall be made . The City makes no guarantee that all of the san itary 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 Cont racto r, and the costs must be included in the bid price for TV Inspections . The cost of retr ieving the TV Camera , under all circumstances , when it becomes lodged during inspection, shall be inc idental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable , regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES D. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes . B. EXECUTION : 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place . Lift holes shall be plugged , and all drop-connections and gas sea ling connections sha ll be instal led prior to testing. 11/29/04 The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole . The plugs shall be installed in the lines beyond the drop-connections, gas sealing connect ions, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations . A vacuum of ten inches of mercury (1 O"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read afte r the required test time. The required test time shall be determined from the Table I below in accordance w ith ASTM C1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg -9"Hg) (SEC) Depth of MH . 48 -lnch Dia. 60-lnch Dia. (FT.) Manhole Manhole Oto 16 ' 40 sec. 52 sec. 18' 45 sec . 59 sec. 20' 50 sec. 65 sec. 22' 55 sec . 72 sec. 24' 59 sec. 78 sec . SC -26 ,. PART D -SPECIAL CONDITIONS 26' 64 sec . 85 sec . , 28' 69 sec . 91 sec. 30' 74 sec . 98 sec . For Each 5 sec . 6 sec . Additional 2' 1. ACCEPTANCE : The manhole shall be considered accepta ble, 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 re te sted 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 facil iti es connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system . Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or · replacement of the sewer line. D-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifi cally 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 : 11 /29/04 SC-27 PART D -SPECIAL CONDITIONS 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate , stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute . Manual winches, power winches, TV cable , and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer . When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. 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: Instan t 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 reco rding 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 with o ut the permission of the Engineer. 11 129/04 SC-28 PART D -SPECIAL CONDITIONS If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service con nect ions . the Contractor shall be requ ired to re- televise and provide a good tape of the line at no addit iona l cost to the Ci ty . If a good tape cannot be provided of such quality that can be reviewed by the Eng ineer, 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-construct ion 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 Eng ineer. 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 ce~ifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in-p lace material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 11/29/04 SC-29 PART D -SPECIAL CONDITIONS D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION : This item sha ll cons ist of temporary soil erosion sediment and water pollu tion control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute fo r the permanent control measures unless ot herwise di rected by the Engineer and the y shall not include measures taken by the CONTRACTOR to control conditions created by his cons t ruction operations . The tempo rary measures shall include d ikes, dams, berms , sediment basins, fiber mats, jute netting , te m porary seeding , straw mulch, asphalt mulch , plas t ic liners , rubble liners, baled-hay retards, dik e s, slope drains and other devices . B. CONSTRUCTION REQUIRE MENTS: The Engineer has the authority to define erodible earth and the authority to lim it 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 contami nation 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 dev ic es 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 , se eding , and other such permanent pollution-control measures current in accordance w ith the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary so il-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 cross ings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated i n liv e 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 ente ring a flow ing stream . Care shall be taken during the construct ion and removal of such barriers to minimize t he muddying of a st ream . 5. All waterways shall be cle ared as soon as practicable of false work, piling, debris or other obstructions placed during cons t ruction operations that are not a part of the finished work . 6. The Contractor s hall ta ke sufficien t precautions to prevent pollu t ion of streams, la kes and reservoirs with fuels, oils , bitumen, calcium chloride or other harmful materia ls . He shall conduct and schedule his operations so as to avoid or m inimize siltation of streams , la kes and reservoirs and to avoi d in te rference w ith movement of migratory fish . 11 /29/0 4 SC-3 0 PART D -SPECIAL CONDITIONS C. MEASUREMENT AND PAYMENT: All work , materials and equipment necessa ry to provide temporary erosion control shall be considered subsidiary to the contra ct an d no extr a pa y will be given for this wor k. D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays . The Contractor sha ll conduct his activities to minimize obstruction of access to drives and property during the pro g ress of construction. Notification shall be made to an owner prior to his drivewa y being removed and/or rebuilt. D-42 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees , etc., shall be preserved or restored after completion of the work, to a condition equal to or better than existed prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners ' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root prun ing) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738 . All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed 'using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D-43 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot. D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List , for the bid to be considered responsive . Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements . 11 129/04 SC-31 PART D -SPECIAL CONDITIONS D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications· for Topso il, Sodd ing and Seeding . 1. TOPSOIL DESCRIPTION : This item will consist of furnishing and placing a m inimum 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 t he Engineer. CONSTRUCTION METHODS : Topso il 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 stockpi led 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 sodd i ng are Pra irie and 609 . MATERIALS : Sod shall consist of live and growing Bermuda , Buffalo or St. Augustine grass secured from sources where t he soil is fertile. Sod to be placed during the dormant state of these grasses shall be · al ive 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 attac hed to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense , th ickly matted roots throughout a one (1) inc,h min i mum thickness of native soil attached to the mots . 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 ex isting lawn . Care shall be taken at all times to retain native so i l 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 requ ired prior t o excavating . Sod material shall be planted within three days aft er 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 t ype spec ified shall be performed in accordance with the requirements hereinafter described . Sodding sh all be either "spot" or "block"; either Bermuda , Buffalo or St. Augustine grass . 11129104 SC -32 f .. PART D -SPECIAL CONDITIONS a . Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings , shall be opened on areas to be sodded . In al l furrows, sod approximately three (3) inches square shall be placed on twelve (12 ) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2 ) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows . The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy , hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass . Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-s~ction previously provided and existing at the time sodding operations were begun . Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in .a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground , providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS: a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name , type of seed, and that the seed meets all requ irements 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. 11 /29/04 The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Germination SC-33 PART D -SPECIAL CONDITIONS Common Bermuda Grass Annua l Rye Grass Tall Fescue Western Wheatgrass Buffalo Grass Varieties Top Gun Cody 95 % 95 % 95 % 95 % 95 % 95 % Table 120.2.(2)a. 90% 95 % 90 % 90 % 90 % 90 % URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Dates Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total : 100 Total: 100 Table, 120.2.(2)b Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total: 100 TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total : 100 CONSTRUCTION METHODS : After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described . a. Watering . Seeded areas shall be watered as di rected 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 ex isting at the time planting operations were begun. BROADCAST SEEDING : The seed or seed mixture in the quantity specified shall be uniformly dis t ributed 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. "F inishing" 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 part icles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then 11 129/04 SC-34 r PART D -SPECIAL CONDITIONS be f in ished to line and grad e as spec ifi ed unde r "F inishi ng" in Sect ion D-45, Const ructi o n Methods . The seed, or seed mixture , specified shall then be planted at the rate requ ired and the application shall be made un iforml y. If the sowing of seed is by hand rat he r t han by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1 /8) inch . The planted area shall be rolled with a corrugated ro ll er of t he "Cultipacker" type . All roll ing of the slope areas shall be on the con tou r. ASPHALT MULCH SEEDING : The soi l over the area show n on the Draw ings , 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 t han one (1 ) inch in diameter , or they shall be remo ved . The area shall then be finished to line and grade as specified under "Finishing" in Sect ion 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 fert ili zer may be distributed at the same time, provided the spec ified 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 rap idly 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 insu re 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 wi t h a cul t pac ker wheel. 4. HYDROMULCH SEEDING : If hydro mulch seed ing is provided , seed mix shall have 95 % purity of Bermuda grass and have a germination rate of 90 %. Contractor shall ensure tha t the grass establ ishes. 11 /2 910 4 SC -35 PART D -SPECIAL CONDITIONS 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS : FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications . MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertil izer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law . A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings . The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemis ts . In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at ·the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". 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 comp lete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all 11 129/04 SC-36 ' 1 PART D -SPECIAL CONDITIONS rolling and tamping ; for all watering ; for d isposal of all surplus materials ; and for all materials , labor , equ ipment , tools and incidentals necessary to comple te the wor k, all in accordance w ith the Drawings and these Specifications . The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding ", or "Sodding ", of the type specified , as the case may be , which price shal l 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 pa id 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 ma intain a variable "CONFINED SPACE ENTRY PROGRAM " which must meet OSHA requirements for all its employees and subcontractors at all times during construction . All active sewer manholes, regardless of depth , are defined by OSHA, as "permit required confined spaces ". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces . D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete . 8. The inspector along with appropriate City staff and the City 's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected . 9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected . 10 . Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 11 . Final inspection shall be in conformance with general condition item "C5-5 .18 Final Inspection " of PART C -GENERAL CONDITIONS . D-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to min imize 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 equ ipment operating area at each work site shall , at the d irection 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 construct ion area . 1 112 9104 SC-37 PART D -SPECIAL CONDITIONS 3 . Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations . The Engineer shal l be notified at least 24 hours prior to any tree trimming work . No trimming work will be permitted with in private property without written permiss ion 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 min imum depth of 2 feet. 6 . At designated locations shown on the drawings , the "short tunnel" method using Class 51 0.1. pipe shall be utilized . 7 . Except in areas where clearing is allowed , all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilizat ion of the best agricultural .practices and procedures . 9. Short tunneling shall cons ist 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 meas ured 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 percolat ion through the pipeline trench . Construction material shall cons ist 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 installat ion . D-51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of fill existing utilities prior to construction , in accordance with item 0-6 . 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 confl ict with a proposed facility alignment. The exploratory excavat ion shall be conducted prior to construction of the entire project only at locations denoted on t he plans or as directed by the engineer. Contractor shall submit a report of find i ngs (including surveyed eleva ti ons of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the cont r actor determ ines an existing utility is in confl ict with the proposed facil ity , the cont ractor shall contact the engineer immediately for appropriate design modificat ions . 11/29/04 SC-38 PART D -SPECIAL CONDITIONS The contractor shall make the necessary repairs at the exploratory excava t ion (D -Hole ) to obta in a safe and proper driving surface to ensure the safety of the gene ra l p ub lic and to me et t he approval of the City inspector. The contractor shall be liable fo r an y and all damages incurred due to the exploratory excavation (D-Hole ). Payment shall not be made for verification of existing utilit ies per item D-6 . Pa ymen t for exploratory excavation (D-Hole), at locations identified on the plans or as d irected by the Engineer, shall include full compensation for all materials , excavation , surface restoration , fie ld surveys , and all incidentals necessary to complete the work , sha ll be the uni t pr ice bid . No , , payment shall be made for exploratory excavation(s) conducted after construct ion has begun. L 0-52 INSTALLATION OF WATER FACILITIES 52.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on th is 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 E 1-15, E 1-5 and E 1-9 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 wi t h 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 ma t erial standard E1-15 and Construction standard E2-15 as per Fig. 110 of t he 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 b id pe r foot. 11 129104 SC-39 11 12910 4 PART D -SPECIAL CONDITIONS 52.4 Tie-Ins The Contractor shall be responsible for making tie-ins to the exist ing water mains . It shall be t he responsibility of t he Contractor to verify the exact location and elevation of the existing line tie-ins . And any differences in locations and ele vation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construc ti on . The cost of making tie-ins to existing water or sanitary sewer mains sha ll 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 Eng ineer, and all efforts shall be made to keep this down time to a minimum. In case of shutting down an existing main, the Contractor shall notify the Manager, Construction Services, Phone 871-7813, at least 48-hours prior to the required shut down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION OF SERVICE, Page C5-5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection . Un less bid separately all cost incurred shall be included in the linear foot price bid for the appropria te pipe size . 52.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the exte nsion 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 const ructed 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 . SC-40 I 1 ' ' PART D -SPECIAL CONDITIONS All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade . All ex isting 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 corporat ion from the main line to the meter bo x. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5 . 15 INTERRUPTION OF SERVICE . All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the . · outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS : Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 1. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service . is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line . 11 129104 SC-41 PART D -SPECIAL CONDITIONS When relocation of service meter and mete r bo x is required , payment for all work and materials such as backfill , fittings , five (5 ) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation . All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter bo x 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), corporat ion 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 sma ll er . The reinforced plastic water meter boxes shall comply with section E 1-18A -Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5 ) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 1. MULTIPLE SERVICE BRANCHES : When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service . meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 52.8 2-lnch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work . The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and 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 . 11 /29 /04 A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply . The 2-inch temporary serv ice rnain and 3/4-inch serv ice lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" SC-42 . ' PART D -SPECIAL CONDITIONS temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH ) prior to installation . The out-o f-service meters shall be removed , tagged and co llected by the Contracto r 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 bo x shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer . The temporary serv ice layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. When the temporary service is required for more than one location the 2-inch temporary service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location . Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades , all service · connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item . B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations. After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only . Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. 11 /29/04 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 (HTi-l) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system . Should a sanitary sewer not be available, chlorinated water shall be "de-chlorinated " prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity . SC-43 11 129/04 PART D -SPECIAL CONDITIONS Purg ing and steri li zation. of the water lines sha ll be cons id ered as incidental to the project and al l costs incurred wi ll be cons idered to be include d in the linea r foo t bid price of the pipe . 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an exi sting pressure plane boundary . Care shall be taken to ensure al l "pressure plane" valves installed are ins talled 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 fo r copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block , curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations . PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations . 52.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials , Sub section E2-7.11 Cast Iron Fittings: E2-7 .11 DUCTILE-IRON AND GRAY-IRON FITTINGS : All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7 . The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete crad le necessary for construction as designed. All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polye t hylene wrapping conforming to Material Specification E 1-13 and Construction SC-44 ' 1 PART D -SPECIAL CONDITIONS Specification E2-13 . Wrapping shall precede horizon tal con cr ete bloc ki ng, vertical ti e - down concrete block ing , and concrete cradle . Pa y men t fo r the pol yethylene wra ppin g , horizontal concrete blocking , vertical tie-down concrete blocking , and concrete cradl e shal l be inc luded in bid items for vales and fittings and no other pa yments w ill be allowed. D-53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 2 00 , "Sprin k ling for Dust Control " shall apply. However; no direct payment will be made for this item and it shall be considered to th is contract. D-54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations . The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be d ischarged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price . D-55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction . Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation . No extra payment shall be allowed for this special cond ition. D-56 TREE PRUNING A . REFERENCES : National Arborist Association 's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2 . VermeerV-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel "T" = Bar stakes , 6 feet long. 4. Smooth Horse-Wire: 14-1 /2 gauge (medium gauge) or 12 gauge (heavy gauge). 5 . Surveyor's Plastic Flagg ing: "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 Draw ings . D. ROOT PRUNING 11 129104 SC-45 PART D -SPECIAL CONDITIONS 7 . Survey and sta ke locat ion of roo t pruning trenches as shown on drawings . 8. Using the approved spec ified equipment , make a cut a min imum of 36 inches dee p in order to minimize damage to the undisturbed root zone . 9. Backfil l and compact the trench immediatel y after trenching . 10 . Place a 3-foot w ide by 4-inch deep cover of mulch over the trench as required by the Engineer . 11 . Within 24 hours , pru ne flush w ith ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and m in imize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inch ma x imum cut or fill , with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING : Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. D-57 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt ex isting utilities both overhead and bu ried . The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer serv ices , pavement, fences, walls , sprinkler system piping , etc ., at no cost to the Owner. All costs for tree removal , including temporary service costs , shall be considered subsidiary to the project contract price and no additional payment will be allowed. D-58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils , including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders pe rform this subsurface exploration jo i ntly or independently, and whether they make such determination by the use of test holes or other means , shall be left to the discretion of such prospective bidders . If test borings have been made and are provided for bidder's information , at the locations shown on the logs of borings in the appendix of this specification , it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation , as shown on the boring logs . It shall be the responsibility of the bidder to make such subsurface investigations , as he deems nece ssary to determine the nature of the ma terial 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 . 1112 9104 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 beg inning construction on an y block in the project, the contractor shall , on a bloc k by block basis , prepare and deliver a notice or flyer of tt)e pending construction to the front door of each residence or business that will be impacted by constructio n. The not ice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construct ion 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 with in the block , the name of the contractor 's foreman and his phone number, the name of the City 's inspector and h is 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 res idents 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 subs idiary to the contract price and no additional compensation shall be made. D-60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibili ty of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings , the contractor shall contact SSMD at (817 ) 871-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. 11/29/04 SC-47 PART D -SPECIAL CONDITIONS D-61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced , the Contractor sha ll i nstall 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 no t possible , the cleanout stac k 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 . D-62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base . The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary 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. D-63 CONSTRUCTION STAKES The City, through its Surveyor or agent , will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction , and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes , and one set of stakes for curb and gutter/or paving. It shall be the so le responsibil ity 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 d isturbed , to prevent the proper prosecution and control of the work contracted for in the Contract Documents , it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted , and time will continue to be charged in accordance with the Contract Documents . D-64 EASEMENTS AND PERM ITS 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 acti vi ty is necessary on C ity owned facilities , such as sewer lines or 11/29/0 4 SC-48 PART D -SPECIAL CONDIT IONS manholes . For locations where the C ity was unable to ob t ain the easement or ri ght-of-en try , it shal l be the Contractor's responsibility to obtain th e agreeme nt pr io r t o beg in n ing work on subj ect property . This shall be subsidiary to the contract. The agreements , which the City has obtaine d, are available to the Contractor fo r review by contacting the plans des k at the Departmen t of Eng inee ring , City of Fort Worth . Also , it shall be the respons ibility of the Con t ractor to obta in written permission from property owners to perform such work as cleanout repair and sewe r service replacement on private property . Contractor shall adhere to all requirements of Paragraph C6-6 .1 O of the General Contract Documents . The Contractor's attention is d irected to t he agreement terms along with any specia l cond itions that may have been imposed on these ag reements , by the property owners . The easements and/or pr ivate property shall be cleaned up after use and restored to its origina l condition or better. In event add itional work room is required by the Contractor, it shall be the Contractor's responsibil ity to obtain written permiss ion f rom the property owners i nvolved for the use of additional property required . No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be respons ible for t horoughl y re v iewing , un"i;l.erstantjing c1n.d. complying with all provisions of such permits , including obtain ing the requisite insurance , and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way . For railroad permits, any and all r ~ilrciaHJnsurance costs ' and ·:'any oth$r°"in 'ciderital cOsts necessary to :m·eet the condifio ns assodatedwith permit(s) compliance ~ including payment for f l9gmen , shall .be subsidiaryJq the big tl em pri ~e for bo r ing under the,-r9 ilroad . No additional payment will _be allow~d fodhi~, item ;· D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to beg in on th is project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall mee t 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 w ith and Enforcement of Prevai ling Wage Laws Duty to pay Prevailing Wage Rates . The contractor shall comply w ith all requirements of Chapter 2258 , Texas Government Code (Chapter 2258), includ ing the payment of not less than the rates determined by the City Counc il 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 Viotation . 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 ca lendar day or part of the day that the worker is paid less than the prevailing wage rate s stipulated in these contract 1112 9/04 SC-49 PART D -SPECIAL CONDITIONS docume nts . This penal ty shall be retained by the City to offset its administrative costs , pursuan t to Texas Government Code 225 8.023. Complaints of V iolations and City Determ ination of Good Cause . On receipt of information , includi ng 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 ini ti al determination , before the 31st day after the da te the City receives the information , as to whether good cause exists to believe that the v iolation occurred . The City shall notify in writ in g 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 s hall 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 re lating 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 Gene ral Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the da te 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 jurisd iction. 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, mainta in records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii ) the actual per diem wages paid to each worker. The records shall be open at all reasonaple 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 estima te 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 . Post ing 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 Compl iance. 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) 11129/0 4 SC-50 PART D -SPECIAL CONDITIONS D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to compl y with the requirements of the Asbestos National Emiss ions 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 vo id any provision of a contract or other law , ordinance , regulation or policy whose requ irements are more stringent. B. ACP is defined under NESHAP as a Category 11, non-friable material in its intact state but which may become friable upon removal , demolition and /or disposal. Consequent ly , 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 heal t h regulat ions including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs , which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations , a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state .tx .us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can 11/2 9104 SC-51 PART D -SPECIAL CONDITIONS be obtained through the Interne t at www .dfwstormwater.com /runoff.html . No t all of the structura l controls d iscussed in the BMP Manual will necessaril y appl y to this pro j ect. Best Managemen t Practices are construction mana g ement techn iques that , if proper ly ut ilized , can minimize the need for physical controls and poss i ble reduce costs . The methods of control shall result in minimum sediment retention of not less than 70 %. NOTICE OF INTENT (NOi): If the proj ect will result in a total land disturbance equal to or grea ter than 5 acres , the contractor shall sign at the pre-construct ion meeting a TCEQ Noti ce of Intent (NOi ) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment t hat the contractor understands the requirements of the permit for storm water discharges from construction act ivities 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 Q uality . LARGE CONSTRUCTION ACTIV ITY -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 11 129104 SC-52 PART D -SPECIAL CONDITIONS must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SW PPP . Modifica t ions ma y be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SW PPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee , or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required . However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP , prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SW PPP . 0-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line valves of existi_ng 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. 0-70 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 successfull y complete projects fo r the amount bid within t he stipulated time frame. Based upon 11 129104 SC-53 PART D -SPECIAL CONDITIONS the Cit y's assessm ent of the sub mi tted infor mation , a recommendation re gard ing the award of a contra ct wi ll be mad e to the C ity Cou nci l. Failure to submit the addit iona l informatio n if req uested may be grounds fo r rejecti ng t he ap pare nt low bidder as non-respons ive . Affected co ntractors w i ll 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 comp letion of this contract. In order to insure that the contra ct or is responsive when not ified of unsa t isfactory performance and /or of failure to maintain the contract schedule, t he following process shall be app licable : The work progress on al l co nstr ucti on proj ect s w i ll be closely mon it ored. On a bi-month ly bas is the percentage of wor k comp leted will be compare.d to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10 % of the work completed in 30% of the stated contract time as may be amended by change order ), the following proactive measures w ill be taken : 1. A letter will be ma iled t o the contractor by certified mail , return receipt requested demanding that, withi n 1 O 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 comp leted wi thin the contract time. 2 . The Project Manager and the D irectors of the Department of Engineering, Water Department , and Department of Transportation and Public Works will be made aware of the situation . If nece ssary , the City Manager's Office and the appropriate city counc il 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 Eng ineering Department's Pub lic 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 sa t isfactorily a second time prior to the completion of the contract, the bonding company will be notif ied appropriate ly . D-72 AIR POLLUTION WATCH DAYS The Contractor sha ll be requ ired t o observe the follow i ng guidelines relat i ng to work ing o n C it y construction sites on days designated as "AIR POLLUTION WATCH DAYS ". Typically , the OZONE SEASON, within the Me t rople x area , runs from May 1 , through OCTOBER 31 . w ith 6 :00 a.m . -10 :00 a.m . being crit i ca l BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH T IME TO BAKE IN THE HOT AT MOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. 1 1129/04 SC-54 PART D -SPECIAL CONDITIONS The Texas Commission on Environmental Quality (TCEQ), in coord in ation with the National Weather Service , will issue the Air Pollution Watch by 3:00 p .m . on the afternoon pr io r to the WATCH day. On designated Air Pollution Watch Days , the Contractor sha ll bear the responsibility of being aware that such days have been designate d Air Pollution Watch Days and as such shall not begin work until 10 :00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10 :00 a.m . if use of motorized equipment is less than 1 hour , or if equipment is new and certified by EPA as "Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD ), diesel emulsions , or alternative fuels such as CNG . If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m ., on a designated Air Pollution Watch Day , that day will be considered as a weather day and added onto the allowable-weather days of a given month . D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction , such as driveways, sidewalks, etc., will be required. The fees are as follows: 1. The street permit fee is $50.00 per permit with payment due at the time of permit application. 2 . A re-inspection fee of $25 .00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection . Payment by the contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensa ti on shall be made. 11129/04 SC-55 PART D -SPECIAL CONDITIONS r- 11 129/0 4 SC-56 - Date: ____ _ FORT WORTH DOE MO. XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON--------- BETWEEN THE HOURS OF _______ AND _____ ~ IF YOU HA VE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT __________ _ (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. ____________ AT __________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ------------' CONTRACTOR F 0 0 H C 0 u s e 0 n I y :i T A H p A :J N E s .H A p 11 /29/04 T :J H :i L V ' 0 I a ti o: n ?' J ' y . E s G N PART D -SPECIAL CONDITIONS TEXAS DEPARTMENT OF HEAL TH DEMOLITION I RENOVATION NOTIFICATION FORM NOTE : CIRCLE 1TEMS THAT ARE AMENDED NOTIFICATION# _________ _ 1) Aba:emem Contr,acto~: ______________________ TDH Lice:,se Nurr.ber : ______ _ Adcress : City: St:i1e : Z,p: ----·· Orricc Phone Number:,._/ _,_ ____________ Jon Site Phone Nt:mbc;: ______________ _ Site Superv.sor : T O H License Number:---------------._ Site s~µ<:rv-,SOr : TOH License Numoe r ______________ _ Trained O:i-Site NESHAP lnd1vi<Jual ; _______________ Ce r.i ;icat ion Dale : _________ _ D~molitio:, Contractor: ______________ Ofhcc Phc:1c Nurnl:or..._~----------- Adcre55 : ________________ Cii;·: __________ StF.le: ____ Zip : _____ ~. 2) Project Consullani c ; Operctor: _________________ TDH Licansl! Number.. ______ _ Ma ilin g Address; ___________________________________ _ City: S :ale: ____ Zi?: ____ Office Phone Numl.l<:r; ...__.._ _____ _ 3) i=acili~· 0·.1,:ne r:. _____________________________________ _ Allcnlion: _______________________________________ _ Mauing Add;ess : _____________________________________ __ City; State: Zip : Owrte r Phone t>:urnbcr~-------- ··Noto: Tho ln¥oi1;0 for tho notificiilUon foo wlll bo $1!nt to the owner of the bulltllng :ind 1he billing oddrc:.:.1or1hc invoic:o will t obtalnC!d from 1he lnlorrnolion 1h;:,t l::; provided in.thi:. .Hction. ~) Descri~tion or F.:ici l ity Name:'----------------------------------~~ Physical Adcre!;s: _ ___,,....,. __________ County: Clt~·: _______ Zip : ____ _ Faclt ,1y Phone Numl)er Facility Contact Person ; ______________ _ Ooscrip~ion of AreaJRoom Num::>1:r:'---------------------------------Prior Ui;e: ________________ Futurc U1,e; _________________ _ Age o: B~ilding lfacilil)': Si.w: Number of Floors : _____ Sc'lool (K • 12): C YES O NO 5) Type of Work: O Demolition '.1 Rcnovatlon {Abntcmcnt) '-.'. Annual Consolidated Work wil! be curing: O D8y O E•:c;ling -Nighl :-Pha satl Projec! Descri;:i:ion of work $C."lcdu.c : _______________________________ _ 6} Is !his cl Public Building? :; '{ES NESHAP-Only Facility"? D YES lJ NO Federal F.acliity? :' YES : NO industrial Site? .. YES l I NO 0 NO Is 8~ildir.g!F.iCilily O=cu;:,ied? :J YES : I NO 7) Nclifi("'..3tio~1 T>•;>e CHECK ONLY ONE : Otigin31 (10 Working Dayi;) :: C.ancellation r Amendment rJ Emergency/Ordered ll lh is is tin c1rnar.dme:il wr1ich .amendmen1 nJm ber is this?_ (Enclo~c copy of ori ginal .ind/or l.ist amendment) If an emergency, who cid ~'CU talk with .at TDH? Emergency#: _____ _ Date ar,cJ Hour of Efl,er1,1mc:y {HH:Mt.1/DDIYY ):. _______ _ Q!:)$cripl icn of lhe s ucden , u.neicpected even1 end explcn:!L,on o: 110w the ,event caused unsafe conditions or Woul d C<'l tJSe equ ipmen1 oar:-iage (co:npu:c-:s. machinery. etc:. _________________________ _ 8 ) Dcscrip1ion of proc:edi.:res to be followed in lhe e•;e .-it that uncxpcctc.,<J as::ie st:is is found or p!e·.r:Qus.iy non-fri<'!:il e asbestos ma1erial tJecc;ni;s c 1u1i1bh:.-d. pul•.·e :ized. or reduced lo powder:-----------------. 9) 1Nas an Asbesios smve1 perfor med? '.J YES !:: NO Da~e : J TOH lnspec:or Licer.~e No: _____ _ Ana l yiical Melhcd · G f>LM G TE,'.1 r A:.:.i:mctJ TOH uib::ira:o!"/ license No :------- (ForlAHPA (;'.)ublic bui;:fo,t;) prcjeds: an assum;:ition mus: be maC!e by a "tDH Lic1~;1scd Jns;,e:lor) :0) De!:.cripfon of pkm ne:J ccmoli t::m or r cncvalio:i work. type of m;:;te ri;;I, i;nc !'fletho d{&) to be u~cd,_: -------- i 1) Du~criµlion o f w::irr-prac'.ic:es -l'!:-,r1 engir::eerir.G conlr ol:; lo DC used to prcvc."11 crr;i:;:;ions of asbesio:. a: th e de molitic,:i/renovl'!1inn:_~-~----------------------------- SC-58 11 /29/04 PART D -SPECIAL CONDITIONS 12} ALL opplicab!c item:; ir : :he fo11cwing table must be com;::,leter.: IF NO ASBESTOS PRESENT CHECK HERE: Approximate amount of Check unit of measurement Asbestos-Containing Building Material Asbestos Type I Pipss Surface Area L11 Lr1 so so Cu Cu ;:1 ' \I Ft M Ff r,,, ... RACl,1 to be removed I '\. RA.CM NOT remo\•Cd ' ·1, ,: I '·'·. ' lr.ter1or Catcoorv I non-f1iali:u rern:i\·t>tl h Ext~:ior Cale:iorv I non-friab!e remo·,•e:l I~ I I ·. Catecorv I non-f:iable NOT remo\•cd ·-I 1, , •. i l:iterior C.itooor-,• JI non-friable remo,·ed , ,-~~ ~--... Exl~rior Cateocrv II non-fri.oble remO'.·e:l l .. - Cate~or>/ II no.,-frlc:>te fl:OT remo\•Cd I I I ' -~ ~-' 1{ RACM Qtf.:=acllily Compcneni . ' ~ 13) 'Waste Transporter Ncmc: __________________ TOH License Number: _____ _ Address : ____________ City: __________ Sta:e: _ Zip: ___ _ Cc:1tac1 Person: Ptiona Number. ...__.._ _________ _ i4) Wasta D isposal S ite Name: _______________________________ _ Address : _______________ Ci ty : ----------Stale: ___ Zip: ___ _ Tel ephone : TNRCC Pe:mi t Number::-------- 1fi) For l!tni cttirally l•nsound facilities, ;;itt.:sco.:, copy o~ demolition order anc k!enlify Govemmental Officia! ':>elow: N.:m(!: Registrotion No :---------------Ti:le : ________________ _ D~1e oi order (MMlDDlYY) f ; Dale .order to begin {MM.rDD/YY) I 16) Scheduled Dates of Asbestos Abate:nen: (r.lMiDDIYY} Start: __ __,_ _ __,_, __ Ccmplei e .: 17) Scheduled Dclas Demolition!Renov1:1tion (MM/OD/YY) S:crt: I Complota:._--"l---'-; ___ _ ... Note: If thl' start date on this notillc.ati<>r, c:sn net bo mol, thg TOH Regional or Local Program office Mutsl bo contactod by phone prior to the &tart date. Failure lo do s.o is. a. viola.lion in acc:ordtir,cc to TAHPA. Section ;;?95 .61. I hereh;• r.er1i~~· lhF.I ell inform~fon I have :>rovldcd ,s co:fect. complete. a:u: 1ruo 1o be best or m>· knowledge. I acknC'A"-lecge that I cm respons ible 1or an as;,<a·c::ls of the notifi:;a1ion forn:, incl\id:ng, bl1I no1 limiting. co:itent and s1.:b~iss1on Cl.lies . Ttic rnaximur.i ;,enalty is $10.000 per day per v:olatie>:-i . (Signa:ure of Building Owner/ O;ieretor o.· Oelei:;ated Consu!tar.L'Conltae.or} ~.!A IL TO: (?tinted Name) {Dale} ASBESTOS NOTIFICATION S:.CTION TOXIC SUBSTANCES CQt,JTRCL DJVIS!OIJ TEXAS DEPARTMENT OF t·lEALTli PO BOX 1t.3f,36 .AUSTll'J, TX 787i4-353B PH: 51.2.:S3-Hi600, 1-SIXl-572-55~8 (Telep:10ne) {Fc.x Numb.er) ~Fz,xcs arc not accepted• Form APBti:i. dated 07/2.9/D2, Repl."ices TOH fo:m a::itud 07,'13/01. For as:s:islanci? in compf;;,/ing form, c2.1'/ 1-800-572,5548 SC-59 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-11.2 DA-113 DA-114 DA-115 DA-116 DA-117 DA-118 11 /02104 PART DA -ADDITIONAL SPECIAL CONDITIONS REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) ....................................... 113 "QUICK-SET" CONCRETE (UTIL. CUT) ................................................................... 114 UTILITY ADJUSTMENT (UTIL. CUT) ........................................................................ 114 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) ... 114 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) .................................. 115 CONCRETE CURB AND GUTIER (UTIL. CUT) ................................. : .................. 115 PAYMENT (UTIL. CUT) ......................................................................................... 115 DEHOLES (MISC. EXT.) ........................................................................................ 116 CONSTRUCTION LIMITATIONS (MISC. EXT.) ..................................................... 117 PRESSURE CLEANING AND TESTING (MISC. EXT.) ......................................... 117 BID QUANTITIES (MISC. EXT.) ............................................................................ 117 LIFE OF CONTRACT (MISC. EXT.) ....................................................................... 117 FLOWABLE FILL (MISC. EXT.) ............................................................................ 117 BRICK PAVEMENT REPAIR (MISC. REPL.) ........................................................ 118 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) ........................... 119 WORK ORDER COMPLETION TIME (MISC. REPL.) ........................................... 119 MOVE IN CHARGES (MISC. REPL.) ..................................................................... 119 PROJECT SIGNS (MISC. REPL.) .......................................................................... 119 LIQUIDATED DAMAGES (MISC. REPL.) .............................................................. 120 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) ........................................... 120 FIELD OFFICE ....................................................................................................... 120 TRAFFIC CONTROL PLAN ................................................................................... 121 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS ............ 121 ASC-3 ' ' PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS The City reserves the right to abandon without obligation to the contractor, any part of the project , or the entire project , at any time before the contractor begins an y construction work authorized by the City. Award , if made , shall be to the lowest responsible bidder. The following shall apply for contract documents with multiple units of work. Each unit represents a separate project , each w ith an individual M/WBE specification and proposal section . The proposal sections are arranged to allow prospective bidders to submit bids on one unit , some of the units , or all of the units . Award of contract(s), if made , shall be to the lowest responsible bidder for each individual unit. If a contractor is the low bidder on two units or more , a single set of contract documents consisting of all applicable units will be created and one single award of contract shall be made. The Contractor shall comply with the City's M/WBE Ordinance for the applicable unit or combination of units and shall submit monthly M/WBE reports for the applicable unit or combination of units . Construction time on all units will run concurrently. For situations involving approved contracts with multiple units, the total allowable construction completion time period for all the units shall be the same as the unit with the longest construction time period. DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE A. WORK TO BE DONE : The work to be done under this contract consists of rehabilitation of existing sewer lines by the Cure-in-Place Pipe Method or approved equal. Cured-in- place pipe consists of a resin impregnated flexible tube , coated with an elastomeric coating, when inverted into an existing sewer pipe through existing access manholes , and which , under proper hydrostatic and thermal conditions, is cured-in-place , becoming a structurally sound cured-in-place pipe. The thickness of the pipe will be dictated by the structural requirements of the sewer pipe with no loss of cross sectional area other than the thickness of the resin-impregnated tube. The pipe will be impermeable to water, provide corrosion resistance , and an optimum friction factor for the sewer flow. Branch connections shall be reinstated by a remote controlled cutting device. 11 /02104 The work consists of providing all labor, equipment, transportation, materials, and supervision necessary to : 1. 2 . 3. 4 . 5 . Thoroughly clean sewers as required for the installation of the resin-impregnated tube . Inspect sewers by closed circuit color television (CCTV), including identifying and marking the location of each service connection . Cost subsidiary to Pre- Construction TV Inspection . Notify residents at least 48 hours prior to service interruption . Install the res in-impregnated tube of the correct thickness as specified . Cut out all service connections by remote cutters and restore service within 18 hours. ASC-4 PART DA -ADDITIONAL SPECIAL CONDITIONS 6 . Re-inspect by CCTV to verify satisfactory completion of wor k at t ime of la t era l reinstatement. Cost subsidiary to Post-Construction TV Inspection. 7 . Pump around all dry and wet weather flows to accommodate the process at each separate installation , as required . 8. Comply with all appropriate governmental agencies ' regulat ions regarding traffic , safety procedures and permits , the cost of which is the responsibil ity of the Contractor. B . MATERIALS: The fiber fe lt tube shall be fabricated to a size that when insta ll ed will t ightly fit the internal circumference of the conduit specified by the Owner. Allowance for circumferential stretching during inversion shall be made anc;i shall meet ASTM-1216 . The minimum length shall be that deemed necessary by the Contractor to effectively span the distance from the inlet -to the outlet of the respective manholes , unless otherwise specified. The Contractor shall verify the lengths in the field before impregnation . Individual invers ion may be made over one or more manhole sections , as determined in the field by the Contractor. Unless otherwise specified, the Contractor shall furnish a general purpose unsaturated polyester resin and catalyst system that meets ASTM standards and the finished cured physical strengths specified . C. REQUIRED THICKNESS OF CURED-IN-PLACE PIPE: The thickness of the pipe w ill be determined from information supplied or manufacture's recommendation for the cond ition of the existing pipe . Should pre-installation inspections reveal the sewers to be in substantially different conditions than those in the design considerations, the Contractor can request such changes in p ipe thickness , supporting such request with design data in accordance with the pipe manufacturer's standard design criteria as follows : 11 /0210 4 Sewer Diameter 6 " 8" 1 O" 12 " 15" 18" 21 " 24 " LINER THICKNESS Pipe Invert Pipe Invert Pipe Invert Depth up to 1 O' Depth 10'-15 ' Depth Over 15' (also the m inimum ) 4 .5mm 4 .5mm 4 .5mm 6.0mm 6 .0mm 6 .0mm 6.0mm 6 .0mm 7.5mm 6.0mm 7 .5mm 9 .0mm 7.5mm 9 .0mm 10 .5mm 9.0mm 12 .0mm 13 .5mm 10.5mm 13 .5mm 15.0mm 12 .0mm 15.0mm 16 .5mm ASC-5 "' - PART DA -ADDITIONAL SPECIAL CONDITIONS 30 " 15 .0mm 18 .0mm 2 1.0mm 36 " 16 .5mm 21 .0mm 24 .0mm 42 " 19.5mm 24 .0mm 28 .qmm 48 " 22 .5mm 28 .5mm 33 .0mm 54 " 25 .5mm 30 .0mm 36 .0mm 60 " 28 .5mm 34.5mm 39 .0mm D. PREPARATORY WORK: The installat ion procedures shall be as follows unless otherwise approved by the City . 1. Safety -The contractor shall carry out his operations in strict accordance with all safety requirements. Particular attention is drawn to those safety requirements that involve working with scaffolding and entering confined spaces . . 2. All easements shall be cleaned up after use and restored to their or iginal conditions or better . In the event additional work room or access is required by the Contractor, it shall be ttie Contractor's responsibility to obtain written permission from the Property Owners involved for the use of additional property required . No additional payment will be allowed for this item . If a street must be closed to traffic because of the orientation of the sewer, the Department of Engineering shall institute the actions necessary to do this for the mutually agreed upon time period . 3. Before using any water from the City of Fort Worth , the Contractor shall be responsible for the water me t er and related charges for the set up , including the water usage bill. All expenses shall be considered incidental to cleaning . 4 . Cleaning of Sewer Line -It shall be the responsibility of the Contractor to remove all internal debris out of the sewer lines and flush the sewer lines clean , disposing of debris off-s ite . Debris is not to be washed downstream into other sewers. Al l solids or semisolids resulting from the cleaning operations shall be removed from the s ite and disposed of at no additional cost to the City. It is the responsibility of the Contractor to secure a legal dump site for the disposal of this material. All materials shall be removed from the s ite no less often than at the end of each work day. All cost for the above-described work shall be paid for by the price bid per linear foot for Cleaning and Television Inspection . 5. Inspection of Pipelines -Inspection of pipelines shall be performed by experienced personnel trained in locati ng breaks , obstacles , and service connections by closed circuit color television . Television inspection shall be in accordance with the specifications contained herewith for "Pre-and Post-Construction Television Inspection of Sanitary Sewer Lines". E. INSTALLATION OF THE RESIN IMPREGNATED TUBE : 1 . 11102104 The Contractor shall designate a location where the uncured resin in the original containers and the unimpregnated fiber-felt tube will be vacuum impregnated pr ior to in stallation. The Cont ractor shall allow the Owner to inspect the materials and "wet-out" procedure . A resin and catalyst system co m patible w ith requirements of ASC-6 PART DA -ADDITIONAL SPECIAL CONDITIONS this method shall be used. The quanti t ies of the liquid the rmosetting materials shall be per manu f acturer's standards to provide the wall thic kness specified . All felt shall be impreg n ated under vacuum . 2 . The wet-out fiber felt tube shal l be installed through an existing manhole or other approved access by means of an inversion process and the appl ication of a hydrostatic head sufficient to fully e xtend it to the next designated manhole . The impregna ted tube shall generally be inserted into the vertical inversion standpipe wi t h the impermeable plast ic membrane s ide out. At the lower end of the inversion standp ipe , the fe lt tube shall be turned inside out and attached to the standpipe so that a leak-proof seal is created. The inve rsion head will be adjusted to be of sufficient he ight to cause the impregnated tube to invert from manhole to manhole and hold the tube tight to the pipe wall and produce dimples at the side connections . A lubricant , if used , shall be as approved by manufacturer's standards . Manufacturer's standards shall be closely followed during the elevated temperature cur ing so as not to over-stress the felt fiber and cause damage or failure prior to cure. In certain cases , the Contractor may elect to use a top inversion . 3. Curing: After inversion is complete , the Contractor shall supply a suitable heat source and water or steam recirculation equipment. The equipment shall be capable of delivering hot water or steam throughout the section by means of a pre- strung hose , wh ich has been perforated per manufacturer's recommendations, to un iformly raise t he water temperatu re above the temperature required to effect a cure of the resin . This temperature shall be determined by the resin/catalyst system employed and shall be per manufacturer's standards. 4 . The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgo ing wa t er or steam supply. Another such gauge shall be placed at the remote manholes to .determ i ne the temperatures during cure . Initial cure shall be deemed to be completed when inspection of the exposed portions of the cured-in-place pipe appear to be hard and sound . The cure period shall be of a duration recommended by the resin manufacturer, as modified for the inversion process, during which time the recirculation of the water and/or steam and cycling of the heat excha nger to maintain the temperature continues . 5 . Cool-down: The Contractor shall cool the hardened cured-in-place pipe to a temperature below 100 F before relieving the static head in the inversion standpipe . Coo l-down may be accomplished by introducing cool water into the inversion standpipe to replace water or steam being drained from a small hole made in the downstream end . Care shall be taken in the release of the static head so that a vacuum will not be developed that could damage the newly installed cured-in-place pipe . F. SERVICE CONNECTIONS : After the pipe has been installed , the Contractor shall reconnect the active se rvice connections . Th is shall generally be done without excavation , and , in the case of non -man e ntry pipes, from the interior of the pipeline by means of a television camera and a cutt i ng device that re-established them to not less than 90 percent capaci t y . Existing services shall be reinstated within 18 hours of installation. Should internal reins t atement not be possible , the services must be 11 10210 4 ASC-7 .)_ PART DA -ADDITIONAL SPECIAL CONDITIONS reconnected externally by excavation immediately . Service saddles acceptable to the Engineer sha ll be uti lized . Backfill at serv ice connections sha ll be cement stab iliz ed (2 sacks per cubic yard) to a point 12 inches above the service lateral to trench intersectio n and shall be in accordance with these specificat ions. Eac h reconnection sha ll be pai .d for separately . Six inch sewer lines shall have servic e connections completed by external means. Contractor may re-connect the 6" sewer line connections by inte rn al means .in special cases with the approval of the Enginee r. G . ACCEPTANCE : The finished cure-in-place pipe shall be cont inuous over the ent ire length of an inversion run between manholes and be smooth and free from substant ial wrinkles , as well as defects , and improper house connections. Should any of these defects occur , the line shall be excavated , repaired and/or replaced and complete restoration made t o the satisfaction of the City at no additional cost. The watertightness of the pipe shall be tested for leaks under a positive head during cure with allowances being made for end leakage and temperature effects . H. · CLEAN-UP : Upon acceptance of the installation work and testing , the Contractor shall restore the project area affected by his operations to original or better conditions . I. PATENTS : The Contracto r shall warrant and save harmless the C ity and all of its officers , agents, and employees against all claims for patent infringement and any loss thereof. J. SPECIAL NOTES : The Contractor shall be liable for damages to the homes or basements from backups which may result during the installat ion of new pipe . K. MEASUREMENT AND PAYMENT: 1. 2. 4 . 5. 11 /0210 4 Cured-in-Place Pipe (CIPP) Installation : CIPP installation will be measured for payment by the linear foot of CIPP actually installed in the va rious diameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes . Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed. Service Reconnection : Payment will be made for the quantities measured at the unit price per each listed in the bid proposal. Payment shall include all labor, materials , and the lateral connection , including all necessary pipe and fittings to connect the existing service line. Payment shall not include pavement replacement , which if required , shall be paid separately . Television Inspection and Cleaning : Special Cond ition for Post-Construct ion Television Inspection applies . Sewer Cleaning by Bucket Machine : Heavy cleaning requ iring more than hydrau li c jet cleaning shall be performed by bucket machines . The payment for such cleaning shall be included in the bid item for Pre-Construct ion Telev ision Inspection of Sanitary Sewer. By-Pass Pumping : The Contractor shall provide diversion for the flow of sewage around t he section or sections of pipe designated for the inve rs ion of the res in- ASC-8 PART DA -ADDITIONAL SPECIAL CONDITIONS impregnated tube . The pumps and by-pass lines shall be of adequate capacity and size to handle all flows . All costs for by-pass pumping required during installation of the pipe shall be subsidiary to the pipe reconstruction item . 6 . Point Repairs : Po int repairs shall be made before or after a cured-in-place pipe installation at the Contractor's option. Point repairs shall be conducted only if mutually agreed to by the Department of Engineering and the Contractor prior to acceptance of the line for reconstruction. Before any excavation is done for any purpose , it will be t he responsibility of the _ Contractor to check with various utility companies and determine the location of their facilities . Point repairs shall be measured and paid for by the linear foot for the appropriate depth of cut. Payment shall include all labor, material and equipment for pipe replacement according to standards . 7. Subsidiary Work: Any damage resulting to utilities and property, resulting repairs , temporary service costs , etc ., shall be borne by Contractor. Repair and/or replacement of fences , sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no add itional payment will be allowed . DA-3 PIPE ENLARGEMENT SYSTEM A. GENERAL: 1 1102/04 1. Description : This specification includes requirements to rehabilitate existing sanitary sewers by the pipe enlargement system, herein called Pipe Bursting or Pipe Crushing (Pipe Bursting/Crushing). This system includes splitting or bursting the existing pipe to install a new polyethylene pipe and reconnect existing sewer service connections. 2. Methods : This section specifies the approved system method or process to include all labor, materials , tools , equipment and incidentals necessary to provide for the complete rehabilitation of deteriorated gravity sewer lines by the Pipe Bursting/Crushing systems . Approved methods include : the PIM Corporation (PIM System), Piscata Way , New Jersey ; McLat Construction (McConnell System for Pipe Crushing), Houston , Texas; and Trenchless Replacement Systems , (TRS System), Calgary , Canada. Refer to Part D -SPECIAL CONDITIONS D-34 SIBSTITUTIONS for information regarding pre-approval procedures for alternative processes . 3 . Definition: The Pipe Bursting/Crushing system is defined as the reconstruction of gravity sewer pipe by installing an approved pipe material, by means of one of the pre-approved methods set forth in Section A.2 of this specification . The process involves the use of a static, hydraulic or pneumatic hammer "moling" device , suitably sized to break out the old pipe or using modified boring "knife" with a flared plug that implodes and crushes the existing sewer pipe. Forward progress of the "mole" or the "kn ife " may be aided by the use of hydraulic equipment or other apparatus, as specified in the approved methods . The replacement pipe is either pulled or pushed into the bore . The method allows for replacement of pipe sizes from 8" through 21" and/or upsizing in varying increments up to 21 ". This ASC-9 11/02/04 PART DA -ADDITIONAL SPECIAL CONDITIONS specification is based on the precedent that the Pipe B ursting/Crushing system used has been pre-approved by the City of Fort Worth Department of Engineering , and Fort Worth Water Department. 4 . Quality Assurance : The Contractor shall be certified by the particula r Pipe Bursting/C rushing system manufacturer that such firm is a li censed installer of their system . No other Pipe Bursting/Crushing system other than those list ed in Section A.2 . of these specifications is acceptable . ·a. Personnel d irectly involved with installing the new pipe shall receive training in the proper methods for joint fusing , handling , and install i ng the polyethylene pipe . Training shall be performed by a qualified representative as determined by the pipe manufacturer. b. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing , handling, and installing the polyethylene pipe. Training shall be performed by a qualified representative as determined by the pipe manufacturer. 5 . Submittals : Submit for review and acceptance , the following Contractor's Work Plan and Drawings to the Department of Engineering (DOE): a. Shop drawings , catalog data , and manufacturer's technical data showing complete informat ion on material composition , physical propert ies , and dimensions of new pipe and fittings. . Include manufacturer's recommendation for handling , storage , and repa ir of pipe and fittings if damaged. b. Location and number of insertion or access pits shall be planned by Contractor and submitted in writing prior to excavation for approval by DOE . c. Method of construction and restoration of existing sewer service connections . This shall include: 1) 2) 3) 4) Detail drawings and written description of the ent i re construction procedure to install pipe, bypass sewage flow and reconnection of sewer service connections . Working drawings for information only showing sewage flow bypass , and maintenance of traffic. Contractor shall provide for continuous sewerage flow. Dewatering shall be the Contractor's responsibility. Certification of workmen training for installing pipe . Telev ision inspection reports and video tapes made aft er new pipe instal lation. ASC-10 PART DA -ADDITIONAL SPECIAL COND ITIONS 6 . Delivery , Storage , and Handling : a . Transport , handle , and store pipe and fitt ings as recommended by manufacturer. b . If new p i pe and fittings become damaged before or during installation , it shall be repaired as recommended by the manufacturer or replaced as required by the Project Manager at the Contractor's expense , before proceeding further. c . Deliver, store and handle other materials as required to prevent damage . B. MATERIALS : 11102/04 1. Polyethylene Piping Material : The pipe and fitting material shall be high density , extra molecular weight (EHMW) polyethylene pipe material conforming to ASTM D1248, Type Ill , Class C, Category 5, Grade P34 , and have a PPI (Plastic Pipe Institute) recommended designation of PE3408 and cell classification 345434C per ASTM D3350 . T he molecular weight category shall be extra high (250 ,000 to 1,500 ,000) as per the Gel Permeation Chromatography determination procedure with a typical value of 330,000 . . a. The interio r of the pipe shall be a light reflective color to facilitate closed circu it televis ion inspection . b. The pipe material shall be listed by the Plastic Pipe Institute (PPI) in PPI TR-4 . The pipe material shall have as hydrostatic design basis of 1600 psi at 73 F and 800 ps i at 140 F. c . The manufacturer's certification shall state that the pipe was manufactured from one specific resin and shall state the resin used and its source . All pipe shall be made of virgin material. No rework , except that obtained from the manufacturer's own production of the same formulation , shall be used. d. Pipe suppl ied under this specification shall have a nominal Ductile Iron Pipe Size inside diameter. The Standard Dimension Ratio (SOR) and minimum pressure rating of the pipe shall be SOR 17 -100 psi. Pipe with a lower SOR ratio and higher pressure rating may be used in lieu of the minimum specified . 2. Tests: The Contractor shall be required to send subm ittals to the City of Fort Worth on the production material. a. The pipe m anufacturer shall provide certification that samp les of the production product meets these specifications . The certificat ion will sta te that production product has been tested in accordance with ASTM 02837 , and validated in accordance with the latest revis ion of PPI TR-3 . ASC-11 PART DA -ADDITIONAL SPECIAL CONDITIONS b . The pipe manufacture r shall prov ide cert ifica ti on t ha t stress regressio n testing has been performed on the specific product. Certification shall include a stress life curve per ASTM 02837 and testing sha ll have been performed in accordance with ASTM 02837 . c . Re j ection : Polyethylene plastic pipe and fit t ings ma y be re j ected for fa il ure to meet any of the requirements of this specification . C. SEWER SERVICE CONNECTIONS: 1. Sewer Serv ice Connections : Sewer service connections sha ll be connected to the new pipe by mechanical or fusion methods . Once the saddle is secured , a hole shall be drilled in the pipe the full inside diameter of saddle ou t let. 2. Pipe Saddles : Mechanical saddles shall be made of polyethylene pipe compound that meets the requirements of ASTM 01248, Class C, have sta inless steel straps and fasteners, neoprene gasket and backup plate . Mechanical saddles shall be Strap-on-Saddle Type as manufactured by Driscopipe or Tapping Saddle manufactured by DuPont, or approved equal. Fusion saddles shall be electrofus iori branch saddles as manufactured by Central Plastics Company , or approved equal. 3. Connection to Existing Service : Connections to the ex isting sewer service connections pipe shall be made using flexible couplings . All flexible coupl i ngs shall conform to ASTM C425 and shall be as manufactured by Fernco Joint Seale r Co ., DFW Plastics, Inc. or approved equal. Backfill at service connections shall be cement stabilized sand (2 sacks per cubic yard) to a po i nt 12 inches above the service lateral to trench intersection and shall be in accordance with these specifications . The Contractor shall, .upon request , permit the Engineer to take elevations on both the existing and new portions of the service connection pole to determine final grade and invert elevations . Elevation changes greater than 0.10 feet from the house lateral piping and shall be reconnected as directed by the Engineer. 4 . Service Interruptions : Service interruptions to homes shall not exceed 18 hours . D. PREPARATION: 11 /0210 4 1. Bypassing Sewage: a . The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated . The bypass shall be made by plugging exist ing 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 hand le the flow without sewage backup occurring to facilities connected to the sewer. ASC-12 1 1102/04 PART DA -ADDITIONAL SPECIAL CONDITIONS b . The Contractor shall be responsible for continuity of sanitary sewer service to each facility connected to the section of sewer during the execution of the work . If sewage backup occurs and enters buildings, the Contractor shall be responsible for clean-up , repair , property damage costs and claims . 2 . Line Obstructions : If pre-installation (TV) inspection reveals an obstruction in the existing sewer (heavy solids , dropped joints , protruding service taps or collapsed pipe) which will prevent completion of the pipe bursting/crushing process , and cannot be removed by conventional sewer clean ing equipment , then an obstruction removal shall be made by the Contractor, with the approval of the Engineer. 3. Sags in Sewer Line : ALL SAGS AND GRADE PROBLEMS IN EXISTING SEWER LINES SHALL BE CORRECTED AS PART OF THIS CONTRACT. If the pre- construction television inspect ion reveals a sag in the sewer line , the Contractor shall be responsible for bringing the proposed sewer pipe to an acceptable grade without a sag. A sag is defined as any sewer line segment more than 3 feet in length which ponds water in the absence of sewage flow. The contractor shall take the necessary measures to eliminate the sag by the method of: pipe replacement, digging a sag elimination pit and bringing the bottom of the pipe trench to a uniform grade in line with the existing pipe invert or by other measures that shall be acceptable to the Engineer and the City. a . Identification of Sags : Sags shall be identified by television inspection in the absence of sewage flow . If available , the Contractor shall be furnished television tapes from the City identifying the sag location. Flow shall be blocked at an upstream manhole and diverted to another sewer line or downstream manhole below the segment of pipe to be inspected . TV inspection shall be performed in accordance with television inspection of sanitary sewer lines . Video tapes shall be submitted to the Department of Engineering for review . b. Correction of Sags : Sags shall be corrected by open cut and by adding additional bedding material to bring the sag back to grade where access is available. For pipe enlargement methods , all sags identified on the pre- construction video tapes shall be corrected prior to commencing with pipe enlargement. C. In instances where sags are located under existing structures, the existing sewer line may be relocated using open cut or boring methods . The Department of Engineering shall specifically review potential relocation 's and evaluate the constructability, economics and engineering feasibility prior to construction work . Measurement and Payment: Measurement and payment to correct sags shall be per linear foot of pipe construction to correct the sag . For pipe bursting methods , open-cut or bore construction , the applicable bid prices in the proposal section shall apply . ASC-13 PART DA -ADDITIONAL SPECIAL CO NDITIONS 4 . Television Inspection : Inspection of the pipelines shall be performed by experienced personnel trained in locating breaks , obstacles and service connect ions by closed circu it color televis ion . Television inspect ion sha ll be in accordance with the specifications contained herewith for "Pre-and Post- Construction Televis ion Inspection of San itary Sewer Lines", Part D -Spec ial Conditions D-35 and D-38 , respectively . E. PIPE ENLARGEMENT SYSTEM AND PIPE INSTALLATION : 11 /02104 1. Site Organizat ion : a. Insertion or access pits shall be located such that their total number shall be min im ized and the length of replacement pipe installed in a single pull shall be maximized . b . Existing manholes shall be utilized wherever practical. Manhole inverts and bottoms may be removed to permit access for installation equipment. c. Equipment used to periorm the work shall be located away from buildings so as not to create a noise impact. Prov ide silencers or other devises to reduce machine noise as needed to meet requirements . d . The actual pipe enlargement procedure shall commence pr ior to 11 :00 AM in order to afford the contractor ample time to complete all re lated work within the allotted workday, wh ich is defined as the hours between 7 :00 AM and 6 :00 PM , so as not to impose on the peace and comfort of persons in the immediate vicinity . No actua l pipebu rst ing work shall be started after 11 :00 AM ; all actual pipebursting activity shall cease at 6:00 PM . Other activities other than the actual p ipebursting may continue after 6:00 PM . 2. Finished Pipe: The installed replacement pipe shall be continuous over the entire length of each pipe segment from manhole to manhole and shall be free from visual defects such as foreign inclusions , concentrated ridges, discoloration , pitting, varying wall thickness , pipe separation , other deformities . Replacement pipe with gashes , nicks , abrasions , or any such physical damage which may have occurred during storage and/or handling , which are larger/deeper than 10% of the wall thickness shall not be used and shall be removed from the construction si te . The replacement pipe passing through or terminating in a manhole shall be carefully cut out in a shape and manner approved by the Eng ineer. The invert and benches shall be streamlined and improved for smooth flow . The installed pipe shall meet the leakage requirements of the pressure test specified later. 3. Pipe Jointing: a . Sect ions of polyethylene replacement pipe shall be assembled and joined on the job site above the ground . Jo i nt ing shall be accompl ished by t he heating and butt-fusion system in strict conformance with the manufacturer's pri nted instructions . ASC-14 11 /02104 PART DA -ADDITIONAL SPECIAL CONDITIONS b. The butt-fusion system for pipe jointing shall be carried out in the field by operators with prior experience in fusing polyethylene pipe with similar equipment using proper jigs and tools per standard procedures outlined by the pipe manufacturer. These joints shall have a smooth , uniform , double rolled back bead made while applying the proper melt , pressure , and alignment. It shall be the sole responsibility of the Contractor to provide an acceptable butt-fus ion joint. All joints shall be made available for inspection by the Engineer before insertion. The replacement pipe shall be joined on the site in appropriate working lengths near the insertion pit. The maximum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any one time shall be 600 linear feet. c. For situations where the replacement pipe is not pulled all the way to the manhole o r if it is impossible to pull the missle all the way through , the following shall apply: At the direction of the Engineer, a 12" -18 " full circle steel clamp shall be utilized to connect segments of the HOPE pipe. 4. New Pipe Installation : a. Thread winch cable or chain and associated lines through sewer section to be rehab ilitated. Keep lines away from pedestrian and vehicular traffic . b . Existing manholes may be used for launch and receiving access. Remove manhole invert and bottom as required. Pull winch · chain through sewer section and attach to cutter and machine head. Lower into launching manhole, apply winch tension pulling the cutter and head into the sewer until the rear of the machine is flush with the manhole wall. Attach steel starter pipe and advance assembly until the rear of the steel -starter pipe is flush with the manhole wall. Lower hydraulic jack into the manhole and align. Insert new pipe by simultaneous operation of the jack and winching the cutter and head forward . 5. Anchoring New Pipe and Sealing Manholes: a . b. C. After the new pipe has been installed in the entire length of the sewer section, anchor the pipe at manholes. The new pipe shall protrude in the manholes for enough distance to allow sealing and trimming. Sealing the new pipe at manholes shall not begin for a minimum of ten (10) hours after installation. Provide a flexible gasket connector in the manhole wall at the end of the new pipe, centered in the existing manhole wall . Grout flexible connector in the manhole, filling all voids the full thickness of the manhole wall. Restore manhole bottom and invert . ASC-15 PART DA -ADDITIONAL SPECIAL CONDITIONS 6 . F ield Tes ti ng : a . Low Pressure Air Test of Replacement Pipe : After a manhole-to-manhole section of sanitary sewer main has been pipe burst/crushed and prior to any service lines being connected to the replacement pipe , the pi pe shall be plugged at each manhole with pneumatic plugs . The des ign of the plugs shal l be such that they will hold against the test pressure without requiring external blocking or bracing . One of the plugs sha ll have three air hose connections ; one for the infla ti on of the plug , one for reading the air pressure in the sealed line , and one for introducing air into the sealed line . Low pressure air shall then be introduced into the -sealed li ne un ti l the internal air pressure reaches 4.0 psig greater than the average back pressure resulting from any ground water that may be over the p i pe . At least two minutes shall elapse to allow the pressure to stabilize . The time required for the internal pressure to decrease from 3 .5 to 2 .5 psig greater than the average back pressure resulting from any ground water that may be over the pipe, shall not be less than the time shown for a given pipe diameter in the following table: Carrier Pipe Minimum Elapsed Diameter (inches) Time (minutes) 8 4 10 5 12 6 15 7 b . Post-Construction Television Inspection of New Pipe : Refer to Special Condition for Post-Construction Television Inspection of Sanitary Sewer. F. MEASUREMENT AND PAYMENT : 1. 2. 3 . 11/02104 Pipe Installation: Pipe installation will be measured for payment by the linear foot of pipe actually installed in the various diameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes . Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed . Servic.e Reconnections: Installation of sewer service connections w111 · be measured for payment by each actually reconnected to the installed pipe . Payment will be made for the quantities measured at the unit price per each listed . Payment shall include required excavation and backfill , saddles , flexible connections , and all other incidentals necessary to successfully reconnect sewer service lines to the rehabilitated sewer. Payment shall not include pavement replacement , which if required , shall be paid separately. Sewer Clean ing by Bucket Mach ine : Heavy cleaning requ i r ing more than hydraulic jet cleaning shall be performed by bucket machines . The paymen t for such cleaning shall be included in the bid item for Pre-Construction Television Inspecti on of San itary Sewer Lines . ASC-16 PART DA -ADDITIONAL SPECIAL CONDITIONS 4. By-pass Pumping : The Contractor sha l l provide divers ion for the flow of sewage around the sect ion or sect ions of p i pe des ignated fo r rehab il itat ion . The pumps and by-pass lines shall be of adequate capacity and size to handle all flows . All costs for by-pass pumping requ i red during installat ion of the pipe sha ll be subsidiary to pipe enlargement. 5. Subsidiary Work: Any damage to utili ti es and property , resu lt ing repa irs , temporary service costs , etc . shall be borne by Contractor. Repai r and/or replacement of fe nces , sprinkler sy st em piping and other such restoration work resulting from Contractor activit ies shall be considered subsidiary to the cost of the project and no additional payment will be allowed . 6 . Testing: All cost for testing the replacement pipe by a pressure method will be incidental to pipe installation . DA-4 FOLD AND FORM PIPE A. GENERAL: 1. Description : The Contractor shall utilize the installation of polyethylene or PVC sewer lines to resto re the watert ight cond ition of sanitary sewer lines. B. MATERIALS : 11/02104 1. Polyethylene Liner Material: The polyethylene liner materia l shall be a high density polyethylene pipe compound which conforms to ASTM D-1248 . The polyethylene pipe liner shall meet manufacturer's standards . The lining shall be a hard impermeable pipe which shall conform to the m inimum structural standa rds applicable , including ASTM D-368 for 3 ,300 psi tensile stress, ASTM D-638 for 4 ,500 psi for flexural stress , and ASTM D-790 for 145 ,000 psi for modules of elasticity. The fi nished liner shall incorporate materia ls wh ich will withstand the corrosive effects of normal sewage. The Contractor shall provide a written guarantee of his compliance with these standards. The liner shall be light in color to facilita t e closed circuit telev ision inspection . 2 . Polyvinyl Chloride (PVC) Liner Material : Polyvinyl pipe shall conform to ASTM D3034. The PVC compound used for the folded pipe shall confo rm to ASTM D1784 classification 12334-B, 12344B or 12454B or C . Compounds that have different cell classifications which are superior to those of the specified compounds are also acceptable . The lining shall conform to the minimum st ructural standards applicable includi ng ASTM -D-790 for 6 ,000 psi flexural stress and 350 ,000 psi modulus of e lasticity . 3. Sizing of the Liner. The liner d iameter, length and wall thickness sh all be appropriate for each des ignated location . The Cont ractor shall verify th e act ual sewer lengths and diameters in the field prior to cutting the liner to length and sizing the diamete r. a. The liner s hall be fabricated to a s ize that when installed will neatly fit the interna l ci rcumference of t he sewer to be lined . A ll ow ance for ASC-17 PART DA -ADDITIONAL SPECIAL CONDITIONS circumferential stretching of the liner during insertion shall be made as per manufacturer's standards. b . The length of liner shall be that deemed necessary by the Contractor to effectively carry out the insertion and seal the liner at the inlet and outlet points . When reformed , the hardened liner should extend from end to end of the sewer segment being lined in a continuous tight fitting watertight pipe-within-a-pipe . c . The wall thickness of the folded pipe liner shall conform to the design criteria of the manufacturer or the licensee ; however , the minimum wall thickness shall conform to the following table: Existing Pipe 1.0 . Minimum Wall (inches) Thickness (inches) 6 0.236 8 0.265 10 0.331 12 0.392 C. EXECUTION: 11/02104 1. General: Liner installation shall be accomplished by pulling the liner through the existing sanitary sewer pipeline utilizing a power winch and steel cable with an appropriate pulling head at the end of the liner. Rounding of the liner shall be accomplished by utilizing a heat source such as water or steam with a rounding device to reform the folded pipe into a hard , impermeable round pipe. 2. Preliminary Cleaning and Inspection : a. b . C. Prior to any lining of designated sanitary sewer line segments , the Contractor shall remove internal deposits as necessary to assure proper liner installation. Inspection of pipelines shall be performed by experienced personnel trained in locating breaks, obstacles , and service connections by closed circuit television . The interior of the pipeline shall be carefully inspected to determine the location and extent of any structural failures , which may prevent proper installation of lining materials into the pipelines and location of service laterals. It shall be the responsibility of the Contractor to clear the line of obstructions such as solids , roots, dropped joints , protruding branch connections or broken pipe that will prevent the insertion of the liner. If inspection reveals an obstruction not indicated in these specifications that cannot be removed by conventional cleaning equipment, then the Contractor shall notify the Engineer. The Engineer may authorize an excavation in order to remove such obstruction. ASC-18 1 1/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Documentation: Special Conditions for Pre-and Post-Construction Televis ion inspection apply , items 0-35 and 0-38 , respectively . 4 . Flow Bypassing : The Con tractor , when required , shall provide for the transfer of flow around the section or sections of pipe that are to be lined. The bypass shall be made by diversion of the flow at an existing upstream access point and pumping the flow Into a downstream access point or adjacent system . The pump and bypass lines shall be of adequate capacity and size to handle the flow . The proposed bypassing system shall be approved in advance by the Owner. All costs of flow bypassing shall be considered incidental to cost of rehabilitating the pipe . 5. Notification of the Public : The Contractor shall notify all Property Owners affected by the liner installation work at least 48 hours prior to commencement of the work which will temporarily plug the sanitary services of the Property Owners connected to the sewer line segment being lined . Notification shall be by written notice and, when possible, shall be verbal, also. Customer complaints during installation shall be resolved by the Contractor. · 6. Liner Installation: a . b. C. d . e. f . The liner shall be inserted into the existing sewer line with a power winch and steel cable connected to the end of the liner by use of an appropriate pulling head. A second pulling head may be attached to the other end of the liner for attachment of a tag line to pull the liner back out of the sewer line, if necessary . Precautions should be taken during insertion to protect the liner pipes to prevent scoring the outside of the liner as it is being pulled into the sewer. Prior to reforming the liner, "O" Ring gaskets shall be installed on the liner at each manhole connection . After insertion is completed, the installer shall supply a suitable heat/pressure source and water recirculation equipment. The equipment shall be capable of delivering water/pressure throughout the section to uniformly raise the water temperature above the temperature required to reform the liner. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water supply . The installer shall cool the liner to a temperature below 100 F before relieving the reforming pressure . Cool down may be accomplished by the introduction of cool water or other approved method into the recirculation network. The finished lining shall be continuous over the entire length of an insertion run and be free from visual defects such as fore ign inclusions and pinholes . The lining shall be impervious and free of any leakage from the pipe to the surrounding ground or from the ground to the inside of the lined p ipe . Any defects which will affect , in the foreseeable future , or warranty ASC-19 PART DA -ADDITIONAL SPECIAL CONDITIONS per iod , the integrity or st reng t h of the li nings , sha ll be repai red at t he Contractor's expense , in a manner mutually agreed by the Owner and the Contractor. 7 . Completion of Lining : a . After the liner has been reformed , the Contractor shall reconnect the existing active serv ice connections . This shall be done from the interio r of the pipeline by means of a television camera and a cutting device that re- establishes their operability or by excavation . Any bypass pumping that is required shall be provided at no addit ional cost for sewer lines where lining is being performed . Service interruptions to any homes tributary to this sewer line shall not exceed 18 hours . Connection of the service lateral by excavation shall be made with a Neoprene Gasket Saddle which inserts into the lined pipe for a watertight fit. Backfill at service connections shall be cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the service lateral to trench intersection and shall be in accordance with these specifications . b . Excavation pits for externally reinstated service laterals shall remain open for 24 hours after reinstatement of the service. The Contractor shall be responsible for verifying that shrinkage of the polyethylene sewer liner has not occurred . c . The water tightness of the liner shall be gauged wh i le the liner is curing , and under a positive head. After the work is completed , the Contractor will provide the Owner w ith a video tape showing both the before lined and after lined conditions, including the restored connections . Upon completion of the installation work after requ i red testing indicates the lining is acceptable , the Contractor shall reinstate t he project area affected by his operations and perform any surface resto ration in accordance with these Specificat ions. 8 . Special Notes: The installer shall be liable for damages to the homes or basement from backups which may result during the installation of the li ner. Installer will be allowed to open clean outs . D . MEASUREMENT AND PAYMENT: 1. 2 . 11/02104 Liner Installation: Liner installation will be measured for payment by the linear foot of liner actually i nstalled in the various d iameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes . Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed . Service Reconnection : Payment will be made for the quantiti es m e asured at the unit price per each listed in the bid proposal. Payment shall include all labor, materials , and the lateral connection , including all necessary pipe and fitt i ngs to connect the existing service line . Payment shall no t include pavement replacement , which if required, shall be paid separately . ASC-20 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Televis ion Inspect ion and Cleaning : Special Conditions for Pre-and Post- Construction Television Inspection apply , Part D -Special Conditions D-35 and D- 38 , respectively . 4 . Sewer Cleaning by Bucket Machine : Heavy cleaning requiring more than hydraulic jet clean i ng sha ll be performed by bucket machines . The payment for such cleaning shall be included in the bid item for Cleaning and Television Inspection of Sanitary Sewer Lines. 5. By-Pass Pumping : The Contractor shall provide diversion for the flow of sewage around the section or sections of pipe designated for rehabilitation . The pumps and by-pass lines shall be of adequate capacity and size to handle all flows . All costs for by-pass pumping required during installation of the pipe shall be subsidiary to the pipe reconstruction item. 6. Point Repairs: Point repairs shall be made before or after liner installation at the Contractor's option. Point repairs are available for payment only if mutually agreed by the Department of Engineering and the Contractor prior to acceptance of the line for reconstruction. Before any excavation is done for any purpose , it will be the responsibility of the Contractor to check with various utility companies and determine the location of their facilities. Point repairs shall be measured and paid for by the linear foot for the appropriate depth of cut. Payment shall include all labor, materials , and equipment for pipe replacement according to FWWD standards . 7. Subsidiary Work: Any damage resulting to utilities and property, resulting repairs, temporary service costs , etc., shall be borne by Contractor. Repair and /or replacement of fences , sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment w ill be allowed . DA-5 SLIPLINING A. GENERAL: This section includes requirements to rehabilitate existing sanitary sewers by sliplining with polyethylene pipe . B. MA TE RIALS 1 110 2/04 1. Polyethylene Slipline Pipe: a. The properties of the material shall be determined in accordance with ASTM D638 . ASTM D638 shall be used to determine that the thermal butt- fusion joints are stronger than the materials joined . b . The malt index of the polyethylene resin shall be determined in accordance with ASTM D1238 , Condit ion E , and shall be equal to, or between 0.05 g/10 min. and 1.00 g/10 min . ASC-21 1 1/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS c . The density of the base polyet hy len e res in shall be de term ined in accordance with ASTM D1505 and be equal to , or between , 0 .941 glee and 0.955 glee . d . The material shall be tested in accordance w ith ASTM D1693 , Cond ition C . e . Polyethylene pipe and fittings may be rejected for failure to meet any of the requirements of this specificat ion . f . The sewer liner pipe and fittings shall be made of a polyethylene pipe compound that meets the requ irements for Type Il l , Class C, Grade P-34 , Category 5 , polyethylene material as defined in ASTM D1248 or ASTM D3350 , and having a PPI rating of PE3408 , and cell classificat ion 3454340 or E per ASTM D3350 . A higher numbered cell class ification limit which gives a desirable higher primary property , per ASTM 3350 , may also be accepted by the Engineer at no additiona l cos t to the -City . The molecular weight category shall be extra high (250 ,000 to 1,500 ,000) as per the Gel Permeation Chromatography dete rmination procedure with a typical value of 330,000 . g. Before beg inning work , the Contractor shall submit for approval , the vendor's specific technical data with the complete information on resin , physical properties of pipe and pipe dimensions pertinent to this job. A certificate of "Compliance With Specification" shall be furnished for all materials to be supplied . The manufacturer's certificate shall st ate the pipe was manufactured from one specific resin and shall state the resins used and its source. All pipe shall be made of virgin material. No rework except that obtained from the manufacturer's own production of the same formulation shall be used . h. i. j . The City will run tests on field samples per appl icable ASTM specifications at an independent laboratory for verificat ion of the required physical properties and characteristics. The number of samples taken shall be at the City's discretion . All samples shall be provided by the Contractor at no charge to the City . The City shall pay all charges for all testing of the liner material if they are found to meet specificat ion. All retes.t ing of materials not initially meeting these specifications shall be at the Contractor's expense . All polyethylene sliplining pipe shall conform to the sizes and Standard Dimension Ratio (SOR) requ i rements shown on the drawings . Lengths : Standard lengths shall be used whenever possible , (40 foot sections). Where construction difficulties prevent the use of standard p ipe sizes , other pipe sizes may be specified. Pipes shall be joined to one another and to polyethy lene fitt i ngs by thermal butt-fusion in accordance with ASTM 02657 and ASTM D3350. Butt-fusion jo ining and site location , joining shall be performed wi t hi n or outs ide the ASC -22 PART DA -ADDITIONAL SPECIAL CONDITIONS excavation . Joints between pipe sections shall be smooth on the inside and interna l projection beads shall not be greater than 3/16 inch . k . The tensile strength at yield of the butt-fusion joints shall not be less that of the pipe. 2 . Sewer Service Connections : Mechanical and fusion-bonded sadd les shal l be made of polyethylene pipe compound that meets the requirements of ASTM 0- 2448 , Type IV , Class C. Mechanical saddles shall have stainless steel straps and fasteners and neoprene gaskets. Mechanical saddles shall be Strap-on-Saddle Type as manufact ured by Drisco Pipe or Tapping Saddle as manufactured by DuPont , or approved equal. Fusion saddles shall be electrofusion branch saddles as manufactured by Central Plastics Company, or approved equal. Saddles for use on PVC pi pe shall be molded fittings as recommended by the PVC pipe manufacturer, and shall conform to the requirements of ASTM 03034, SOR 35. C. EXECUTION 1 1/02104 1. Cleaning and Television Inspection of Sanitary Sewers: Cleaning and television inspection of sanitary sewers to be sliplined shall be completed per the requirements of Special Condition for pre-construction television inspection . All material encountered in the existing sewers shall be removed and disposed of by the Contractor. All video tapes shall be delivered to the City's representatives for evaluation prior to any sliplining operations. 2 . Obstruction Removal: The Engineer shall determine where obstruction removal (due to dropped joints, collapsed pipe , roots , rocks, obstructions in the pipe which cannot be removed by the cleaning equipment or other reasons) will be required . The Contractor shall locate the insertion pits at these obstruction locations whenever possible , and no additional payment will be authorized to the Contractor. When obstruction removal is required at locations other than insertion pits , payment for the obstruction excavation at the appropriate Contract unit price will be authorized.· 3. Sewer Cleaning by Bucket Machine and Root Cutting : Heavy cleaning requiring more than hydrau lic jet cleaning shall be performed by bucket machines or root cutting , as required . No additional payment for such cleaning and/or root cutting shall be made . 4. Insertion or Access Pits : The location and number of insertion or access pits shall be planned by the Contractor and submitted in writing for approval by the Engineer prior to excavation . The pits shall be located such that their total number shall be minimized , and the footage of liner pipe installed in a single pull shall be maximized . Before excavation is begun, it will be the responsibility of the Contractor to check with the various utility companies and determine the location of the utilities in the vicinity of the work area . ASC-23 11 /02104 PART DA -ADDITIONAL SPEC IAL CONDITIONS Damage done to utilities and the resulting repair , temporary service cost , etc., sha ll be borne by the Contractor . All excavations shall be properly sheeted /shored in accordance with OSHA specifications for trench sa fety systems . An y damage result ing from i mproperly shored excavations shall be corrected to the sat isfaction of the Engineer with no compensation to the Contractor. All open excavations shall be kept secure at all times by the use of barricades with appropriate lights and signs , construction tape , covering with steel plates , etc ., or as directed by the Engineer. The cost for bypass pumping if required around an insertion pit , from a manhole upstream to a manhole downstream , shall be included in the Unit Price Bid for sliplining . Excavat ion for insertion pits shall not be paid for separately , but shall be included in the Unit Price Bid for sliplining . 5. Insertion of Polyethylene Liner Pipe into Carrier Pipe: The existing sewer will remain in operation during the sliplining process whenever possib le . Obstruct ions such as roots , large joint offsets , rocks or other debris, etc ., that would prevent passage or damage to the other pipe sections must be removed or repaired prior to installing the new pipe . After completing the insertion pit excavation, the top of the existing sanitary sewer line shall be removed , where required , down to the spring line . A power winch cable shall then be connected to the end of the liner by use of a suitable pulling head, equal to the outside diameter of the liner. The pulling head shall be adequately secured to the liner and then attached to the power winch cable so that the liner can be sat isfactorily fed and pulled through the san itary sewer main . Proper bumpers shall be provided in the insertion pit in order to prevent the ragged edges of the existing p i pe from scarring the outside of the liner as it is pulled into the existing sewer. Precaut ions shall be taken not to damage the liner or break or separate any of the butt-fused joints. Sufficient time (a minimum of 24 hours) shall be allowed for the liner to return to its normal length assuming the over-elongat ion is due to a higher temperature at the time of install.ation) based upon the average temperature in the sewer. The length of the liner pulled in any one segment shall be limited to prevent any backup of service lines which may result due to restricted flow through the annular space. Maximum Allowable Pulling Force. In order to ensure the integrity of the polyethy lene liner, the pulling force exerted on the liner shall be limited to that indicated on the following table for the appropriate outs ide diameter of the polyethylene liner; ASC-24 11 /0210 4 PART DA -ADDITIONAL SPECIAL CONDITIONS POLYETHYLENE LINE OUTSIDE DIAMETER (INCHES) 5.375 7.125 8.625 10 .750 14 .000 18 .000 21.000 24 .000 MAXIMUM PULLING FORCE (TONS) 3.5 4 .0 7.5 10 .5 12.0 21.5 35.0 52 .0 The Contractor shall use a suitable pulling head so that the pulling head and liner will separate from each other when the pulling force exerted on the liner reaches the amount indicated above . The pull ing head design (including calculations) shall be approved by the Engineer prior to its use .. As an alternative , the Contractor may be permitted to use a measuring device (spring, gauge, etc .) connected to the pulling cable which shall register the pulling force being exerted on the liner . The pulling force shall not exceed those values indicated above for the applicable outside diameter of the polyethylene liner. The measuring device shall be approved by the Engineer prior to its use . The Contractor may be allowed to push the liner subject to the Engineer's approval. Care shall be taken to avoid any buckling of the liner by limiting the stroke of the backhoe. Any portion of the liner damaged during this insertion process shall be cut out and the liner rejected. In certain cases, the Contractor may be permitted to use a combination of pulling and pushing to enhance the insertion of the liner. A liner that is permitted to be pushed shall not have an open end which can allow sand or other debris to be pushed into the liner. A pipe manufacturer's representative shall be onsite to assist the Contractor for the first full day of slipline pipe installation . 6. Use of Clamps and Encasement for Polyethylene Pipe : Where excavations for the insertion of the liner are made between two manholes , the ends of the liner will be cut smooth, square to the axis of the liner, so that it can be joined in a workman- like manner. The liner shall be joined with a JCM Industries Type 108 or equal , all stainless steel (including bolts and lugs), full circle , Universal Clamp Coupling with a 1/4-inch minimum thickness grid type gasket. Clamps shall be selected to fit the outside diameter of the liner pipe. Minimum clamp widths shall be selected from the following table : OUTSIDE DIAMETER OF LINER PIPE (Inches) 5.375 7.125 8.625 10 . 750 or Greater ASC-25 MINIMUM WIDTH OF CLAMP (Inches) 12 15 18 30 1 1/02104 _ PART DA -ADDITIONAL SPECIAL CONDITIONS In all excavations where the liner is not within the existing sanitary sewer line (carrier pipe) cement stabilized sand bedding shall be installed . Visual inspect ion is required for approval of bedding before backfill is completed. 7. Testing of the Liner : Testing will be required after the liner has been installed in the ex isting sanitary sewer main . The first is a low pressure air test of the liner before it has been sealed in place at the manholes and before any service reconnections have been made to the liner. The purpose of this test is to check the integrity of the joints that have been made and to verify that the liner has not been damaged by inserting it into the sanitary sewer. 8 . a. Low Pressure Air Test Procedure : After a manhole-to-manhole section of sanitary sewer main has been sliplined and prior to any service lines being connected to the new liner , the liner shall be plugged at each manhole with pneumatic plugs . The design of the plugs shall be such that they will hold against the test pressure without requiring external blocking or bracing. One of the plugs shall have three (3) air hose connections; one for the inflation of the plug, one for reading the air-pressure in the sealed line , and one for introducing air into the sealed line. Low pressure air shall then be introduced into the sealed line until the internal air pressure reaches 4.0 psig greater than the average back pressure resulting from any groundwater that may be over the pipe. At least two (2) minutes shall elapse to allow the pressure to stabilize. The time required for the internal pressure to decrease from 3.5 to 2.5 psig greater than the average back pressure resulting from any ground water that may be over the pipe , shall not be less than the time shown for a given pipe diameter in the following table : CARRIER PIPE MINIMUM OUTSIDE DIAMETER ELAPSED TIME (Inches) (Minutes) 5.375 3 7 .125 4 8 .625 5 10.750 6 14 .000 7 18.000 8 Lines over 18 inches shall be approved for payment by Visual and T.V. Inspection in accordance with Special Cond ition D-38 . Sealing Liner in Manholes: After the pipe has reached equilibrium the annular space between the liner and the existing sanitary sewer main must be sealed at each manhole with a chemical seal and nonshrink grout. Oakum soaked in Scotchseal 5600 or equal shall be placed in a band to form an effective water-tight ASC-26 PART DA -ADDITIONAL SPECIAL CONDITIONS gasket in the annular space between the liner and the existing pipes in the manholes . The width of the band shal l be a minimum of 12 " or one-half the diameter of the pipe , whichever is greater. It shall be finished off with a non-shrink grout placed around t he annu la r spa ce from inside the manhole and sha ll not be less than 6" wide . The chosen method , including chemicals and materia ls , must be approved by the Engineer . The Contractor shall cut the liner so that it extends 4" into the manho le . The Contracto r sha ll make a smooth , vert ical cut and s lope the area over the t op of the exposed liner using non-shrink grout. The Contractor shal l also use cementitious grout to form a smooth transition with a reshaped invert and a raised manhole bench such that neither the shape edges of the liner pipe , nor the concrete bench , nor the channeled invert shall exist to catch debris and create a stoppage . The invert of the manhole shall also be reworked (smoothed and bu il t-up) to match the flow line of the new liner. The liner pipe shall be allowed to normalize to ambient temperatures , as well as recover from any imposed stretch , a minimum of 24 hours in the case of polyethylene , before being cut to fit between manholes and proceeding with reshaping and/or smoothing the manhole invert . 9. Sewer Service Connections : a . Sewer service connections shall be connected to the new pipe by mechanica l or fusion methods . Once the saddle is secured , a hole shall be drilled in the pipe , the full inside diameter of the saddle outlet. b. Connect io ns to the existing sewer service connection pipe shall be made using flexible Fernco sewer connectors, or approved equal. Backfill at service connections shall be cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the service lateral to trench intersection and shall be in accordance with these Specifications . c . The Contractor shall upon request , permit the Engineer to take elevations on both the existing and new portions of the service connections pipe to determine final grade and invert elevations . Elevation changes greater than 0.10 feet from the house lateral pipir:,g shall be reconnected as directed by the Engineer. d . Serv ice interruptions to homes shall not exceed 18 hours . D. MEASUREMENT AND PAYMENT 1. 11/02104 Pipe Installation : Pipe installation will be measured for payment by the linear foot of pipe actually installed in the various diameters of sewers measured along the centerline of the sewer from centerline of manholes . Payment will be made for the quantit ies measu red at the unit p ric e per linear foot for the var ious sewer diameters listed . ASC-27 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Service Reconnections : a. Installation of sewer service connections will be measured for payment by each actually reconnected to the installed pipe. Payment will be made for the quantities measured at the unit price per each listed . b. Payment includes all required excavation and backfill , surface restoration , saddles , flexible couplers , up to 5' of service line , and all appurtenant work . c. Payment for additional service line (over 5' at each service reconnection) will be paid for at the appropriate Contract Uni t Price . Payment includes all required additional excavation, backfill , surface restoration , and all appurtenant work . 3. Television Inspection and Cleaning: 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 pipe actually cleaned and televised. This contract requires the Contractor to TV inspect the sewer lines twice, once before and once after construction . Pre- Cleaning and Television Inspection shall be paid at the Contract Unit Price for all pipe successfully cleaned and television inspected . The amount paid to the Contractor for Post Construction Television Inspection shall be the Unit cost times the length of pipe lined. 4 . Obstructions : Obstructions such as roots , large offset joints, rocks, or other debris, that would prevent passage or cause damage to pipe and must be removed or repaired before installing the pipe will be paid for at the Contract Unit Price per obstruction removal. Payment shall include all excavation and backfill costs, pipe replacement , surface restoration and appurtenant work required to complete each obstruction removal. Obstruction located within ten feet of each other shall be included in only one obstruction removal·. Trench Safety System, if required , shall be paid for at the Contract Unit Price . Contractor will not be paid for obstruct ion removal located at insertion pits. 5. Subsidiary Work: Any damage resulting to utilities and property, resulting repairs , temporary service costs, etc . shall be borne by Contractor. Repair and/or replacement fences, sprinkler system piping , and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment will be allowed . 6. Testing : All cost for testing the replacement pipe by a pressure method will be incidental to the installation. DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. 11 /0210 4 Furnish materials and necessary accessories, with strengths , thickness , coatings, and fittings indicated , specified and/or necessary to comple te the work. ASC-28 PART DA -ADDITIONAL SPECIAL CONDITIONS 2 . All excavation shall provide an open area conforming to the outside d iameter of the casing and /or carrier conduit . The e xcavation shal l be to an ali g n ment and grade which w ill all ow the carrier conduit to be installed to proper line and g r ade as shown on the Plans and as established in the Specificat ions . 3 . Work shall be performed in accordance with the requirements of the C it y of Fort Worth Water Department , the Texas Department of Transportation , o r railroad company , as appl icable . B. MAT ERIALS : 1. Casing Pipe : Casing pipe shall be steel conforming to ANSI B36.1 O and the following : a . Field Strength : 35 ,000 psi minimum . b . Wall thickness : 0.312 in . minimum (0 .5 for railroad crossings). c . Diameter: As shown on the drawings (minimum size requirements). d . Joints : Continuous circumferential weld in accordance with AWS D1 .1. 2 . Carrier Pipe in Casing : Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents . 3. Sewer Pi pe without Casing Pipe : Shall be minimum Class 51 ductile iron pipe , or as designated on the plans . 4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days . Proportioned not less than 1 cu . ft . of cement to 3 cu . ft . of fine sand with sufficient water added to provide a free flowing thick slurry . C. EXECUTION 11/02104 1. Where sewer pipe is required to be installed under railroad embankments or under h ighways , streets or other facilities in other than open cut , construction shall be performed in suc h a manner so as to not interfere with the ope rat ion of the railroad , street , highway , or other facility , and so as not to weaken or damage any embankment or structure . During construction operations , barricades and lights to safeguard traffic and pedestrians shall be furnished and ma intained , until such time as the backfi ll has been completed and then shall be removed from the site . 2. Pits and Trenches: a. If the grade of the pipe at the end is below the ground surface , suitable pits o r trenches shall be excavated for the purpose of conducting the jac ki ng or tunne li ng operations and for placing end j o ints of the pipe . Wherever e nd trenches are cut in the sides of the embankment or beyond it, such wo r k shall be sheeted securely and braced in a manner to prevent earth from cav i ng in. ASC-29 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS b . The location of the pit shall meet the approval of the Eng ineer. c. The pits of trenches excavated to facilitate these operat ions shall be backfilled immediately after the casing and carrier pipe installation has been completed . 3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place. a. The boring shall proceed from a pit provided for the boring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored . Other methods of maintaining line and grade on the casing may be approved if acceptable to the Eng ineer. Excavated material shall be placed near the top of the working pit and disposed of as required . The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings . Jetting or sluicing will not be permitted . b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. c. Allowable variation from the line and grade shall be as specified under paragraph A.2 . All voids between bore and outside of casing shall be pressure grouted . 4 . Installation of Carrier Pipe in Casing : a . b . C. d . Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. The Contractor shall prevent over-belling the pipe while installing it through the casing . A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. At all bored, jacked , or tunneled installations , the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to f loat the pipe . ASC-30 PART DA -ADDITIONAL SPECIAL CONDITIONS The backfill material will not be requ ired unless specified on the plans and spec ified by the Eng inee r. e . Closure of the casing afte r the pipe has been instal led shall be plugged at the ends of the casing as shown on the drawings or as required by the Enginee r. 5. Boring and Jacking Duct ile Iron P ipe without Casing Pipe : a. As indicated on drawings and as required and directed by the Engineer sewer sha ll be constructed of bore and jacked ductile iron pipe . b. When a casing pipe is not designated on the drawings , the contractor shall provide a casing pipe if necessary to achieve line and grade. Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. c . Bore and jack in accordance with paragraph C.3. above. d . Short leng t h of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted . 6. Tunneling : Where the characteristics of the soil , the size of the proposed pipe , or the use of mono li thic sewer would make the use of tunneling more satisfactory than jacking or boring , or when shown on the plans , a tunneling method may be used, w ith the approva l of the Engineer or railroad/highway officia ls . a. When tunneling is permitted , the lining of the tunnel shall be of sufficient strength of support the overburden . The Contractor shall submit the proposed lin~r method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State of Texas . Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method . ' b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud-jacked. c . Access holes for placing concrete shall be space at maximum intervals of 1 O feet. D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe , complete in place . Such measurement will be made between the ends of the p ipe along the central axis as installed . The work performed and materials furnished as prescribed by this item w i ll be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type , s ize, and class of pipe specified as shown on p lans. The furnish ing of all materials , pipe , liner materia ls required for installation , for all preparation , hauling and installing of same , and for all labor, tools , equipme nt and incidenta ls necessary to comple te the work , includ ing excavation , bac kfilli ng and disposal of surpl us materia l shall be i ncl uded i n the Contract 11102104 ASC-31 PART DA -ADDITIONAL SPECIAL CONDITIONS Unit Price as shown in th e Bid Proposa l. Payment shall not include pavem e nt rep lacemen t , wh ich if required , shall be paid separately . DA-7 TYPE OF CASING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled sect ion shall be AWWA C-200 Fabricated Electrically Welded Stee l Water Pipe , and shall conform to the provisions of E1-15 , E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects . The steel casing pipe shall be supplied as follows : A. For the inside and outside of casing pipe , coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203 . B. Touch-up after field welds shall prov ide coating equal to those specified above . C. Min imum thickness for casing pipe used shall be 0 .375 inch . Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems , Inc ., or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the manufacturer. 2 . SEWER: Boring used on this project shall be in accordance with the material standard E 1-15 and Construction standard E2-15 as per Fig . 110 of the General Contract Documents . 3. PAYMENT: Payment for all materials , labor, equ ipment, excavation , concrete grout, backfill , and incidental work shall be included in the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR A. GENERAL: The work covered by this item consists of furnish ing all labor, material , equipment, supervision, etc. necessary to construct a point repair on the portion of a service line located within a utility easement , street right-of-way or on private property . Point 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 . 1 1102/04 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 ex act point of repa ir. ASC-32 PART DA -ADDITIONAL SPECIAL CONDITIONS B. MATERIALS : 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. Insta ll ation shall be in strict compliance with the manufacturer, recommendations and the Un i-Bell Plastic Pipe Association . The method of jointing the ends of the replaced pipe with the existing pi pe shall be water tight. C . EXECUTION : 11 102/04 1. After the location of the point 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 . 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 materiai 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. 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 . 6. 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 cond ition , not requiring a point repair, notify City Engineer who will record abandonment of point repair. Backfill the excavation , replace pavement or sidewalk and repair and seed or sod unpaved areas . ASC-33 PART DA -ADDITIONAL SPECIAL CONDITIONS 8. Cleanout Repair : The Contractor shall make appropriate repairs to cleanouts as indicated in Table and as shown on the PLANS. All cleanou t repa ir wor k sha ll be performed by a licensed plumber . a . General This special condition describes the repa i r of sanitary sewer cleanouts located on private property as designated on the 1/1 Elim ination Repa ir plans. Repair of the cleanouts shall consist of replacing defective cleanout caps or installing new caps where none exi st , such that inflow is elimina t ed . 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 installed . 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 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. 2 . 3 . 3. 1 1/0210 4 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". Measurements for extra length repair is on a linear foot basis for repairs in excess of the minimum 3 foot replacement length . All pipe fittings, adapters, concrete collars , bedding , and removal and replacements of grass sodding required shall be cons idered incidental to service line point repair . If no pay item is included for any work required to properly complete a service line po i nt repair as specified , the cost to perform said work , including any required ASC-34 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 to 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 repa ired. Payment shall be full compensation for all materials , equipment, and labor required to perform the work. DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL: 1. Scope : This section governs all work, materials and testing required for the application of interior protective coating. Structures designated to received interior coating are listed on the construction drawings. The structures are to be coated, including interior wall , top and bench surfaces. Protective coating for corrosion protection shall meet the requirements of this Specification (and items DA-14 and DA-15) and the Manufacturers recommendations and specifications . 2. Description : The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of protective coating of structures in accordance with manufacturer's recommendations. 3. Manufacturer's Recommendations : Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations . 4 . Corrosion Protect ion: Corrosion protection may be required on all structures where high turbulence or high H2S content is expected. B. MA T ERIALS: 1 . 11 /02104 Scope : This section governs the materials required for completion of protective coating of designated structures . ASC-35 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Protective Coat ing : The pro tect ive coat i ng shal l be a p ropr iet ary two compon ent, 100 percent solids , rigid polyurethane system des ignated as Spray Wa ll as manufactured by Sprayroq , Inc . or a two-part epo xy resin system using 100% sol ids based epoxy binde r with fibrous and flake fillers, is manufactured by Raven Lin ing systems and designated as Raven 405 . 3 . Specialty Cement (If required for leveling or filling ): The specialty cement-based coating material shall be either Quadex QM-1s as ma nufactured by Quadex , Inc . or Re li ner MSP as manufactured by Standard Cement Materials . 4 . Material Identification : The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formula ted for the application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows : Property Tensile Strength Flexural Stress Flexural Modulus Standard ASTM D-638 ASTM D-790 ASTM D-790 Long Term Value 5 ,000 psi 10 ,000 psi 550 ,000 psi 5. Mixing and Handling : Mixing and Handling of specialty cement material and protective coating material , which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsib ili ty of the Contractor to provide appropriate protective measures to ensure that materials are under control at all t i mes and are not available to unauthorized personnel or ani_mals. All equipment shall be subject to the approval .of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations . C. EXECUTION : 11 /02104 1. General : Protective coating shall not be installed un t il the structure is complete and in place . 2. Preliminary Repairs : 3 . a . All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 ps i at spray tip). b . All unsealed lifting holes, unsealed step holes , and voids larger than approximately one-half (1 /2) inch in thickness shall be filled with patching compound as recommended by the material suppl ier for this application . c . After all repairs have been completed , remove all loose material. Protective Coating : ASC-36 PART DA -ADDITIONAL SPECIAL CONDITIONS a. The protective coating shall be applied to the structure from the bottom of the frame to the bench , down to the top of the trough . The top of the structure shall also be coated . b . The protective coating shall be installed in accordance with the manufactu rer's recommendations and the following procedure . 1) The surface shall be thoroughly cleaned of all foreign materials and ma tt er. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0 .125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the walls are coated, the wooden bench covers shall be removed. -5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch , before being subjected to active flow . 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application . 4. Testing of Rehabilitated Manholes : Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Section D-36 -VACUUM TESTING OF SANITARY SEWER MANHOLES. D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price Bid per vertical foot , measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials , equipment and material testing required to complete the work . Pressure grouting , if necessary to stop active infiltration prior to application of the protective coating , shall be included in the above unit price. Grouting of the pipe seals , bench and trough , and lower portion of a particular structure , if required by'the Engineer, shall be paid for separately, as spec ified in Section DA-10, MANHOLE REHABILITATION. DA-10 MANHOLE REHABILITATION A. GENERAL 1. Scope . This section covers the rehabilitation of san it ary sewer manholes and other appurtenances in accordance with the Manhole Rehabilitation Deta ils in the specifications. The rehab ilitation requirements for each manho le are listed in the 1 110 2104 ASC-37 PART DA -ADDITIONAL SPECIAL CONDITIONS Manhole Rehabilitation Schedule in the specifications . Manhole rehabilitation includes repairing, replacing , or restoring manhole frame & cover , frame seal , chimney, corbel, wall , bench, invert and/or pipe seal(s). The Contractor shall furnish all labor, superv1s1on , materials , equipment and testing required to complete the rehabilitation of the manholes listed in these Contract Documents . 2 . General : Contractor is responsible for locating all manholes scheduled for rehabilitation . Contractor shall notify City Engineer if a manhole cannot be located. Contractor shall contact City Engineer to determine if materials removed from rehabilitated manholes will remain the property of the Owner. If so , Contractor shall coordinate when and where to deliver salvaged material to the Fort Worth Water Department. If not, Contractor shall be responsible for disposal of material. Contractor shall provide watchmen, barricades and warning signs to protect his workers, inspectors, and the public. Contractor shall, at no additional cost to the Owner, replace any portion of an existing manhole that is damaged during rehabilitation of the manhole. Contractor · shall provide necessary means to prevent wastewater flow from contacting material used for rehabilitation prior to fully curing . Loose and broken brick and mortar shall be removed immediately from the manhole to eliminate the possibility of pieces entering the sewer lines . 3. Submittals: a . Product Information . Contractor shall submit manufacturer's information on products proposed to be used that are not specifically named in the Contract Documents. b. Personnel Qualifications. Prior to starting manhole coating, Contractor shall submit qualifications of personnel that will be performing wall repairs and coating procedures. Proposed personnel shall verify certification within the last two years by the coating manufacturer and verify working on at least three projects with similar coating within the previous 12 months. c. Work Schedule . Prior to beginning work on bench and invert replacements, complete manhole replacements, or construction of new maintenance manholes, Contractor shall submit for review by Owner's Representative a plan for maintaining wastewater flow without any interruptions. Contractor shall maintain wastewater flow at all times. ~ 4. Quality Assurance. Contractor will be responsible for all testing laboratory services in 11 /02104 connection with data required for review of materials proposed to be used in the Work . Contractor shall obtain Engineer's acceptance of the testing laboratory before having services performed and shall pay for all costs for testing . Owner may, at his discretion, perform quality control tests on materials during and after their incorporation in the Work. If any of these tests fail, Contractor will be responsible for correcting situation and shall pay for any retest. All costs for quality assurance testing will be subsidiary to the Work. ASC-38 PART DA -ADDITIONAL SPECIAL CONDITIONS 5 . Delivery , Storage, and Handling. Upon delivery , a l l materia l shal l immediatel y be stored and protected unti l ins talled in the Work . Al l material shal l be labeled and stored in accordance to the manufacturer's recommendations and all local, state, and federal regulations . 6 . Testing . Al l rehabilitated manholes shall be tested in accordance with Section D-63. B. MATERIALS 11 /02104 1. Cleaners : 2 . 3 . 4. 5 . Water Cleaners Wall, Bench, Trough, Grouting , and Pipe Seal Repair Hydraulic Cement Quick-setting Mortar Urethane Gel Grout Cementitious Grout Material Activated Oakum Clean and free from deleterious substances. Detergent, muriatic acid or approved equal. Strong-Seal Plug, Penny Grout, IPA "Octocrete", or approved equal. Strong-Seal QSR, Rapid Set, or approved equal. Scotch-Seal "5610 and 5612" or approved equal. Sauereisen Cements "F-100 Grout" or approved equal. 3M Scotch Seal "5600" or approved equal. Two-Part Epoxy Adhesive Coating American Chemical Corp . "Aquatapoxy" or approved equal. Concrete Bonding Agent ThoroSeal "Acryl 60" or approved equal. Concrete External Manhole Coating Coal Tar Internal Manhole Coatings Non-cementitious Cementitious Frames, Covers , and Inserts Manhole Frames and Covers Watertight Manho le Frames and Covers Manhole Insert -Polyethylene ASC-39 Material in accordance with City of Fort Worth Water Department General Contract Documents. Tnemec "46-450 Heavy Tnemecol", Kop Coat "Bitumastic Black Solution", or approved equal. Sprayroq "Spray Wall" or Raven 405 . Standard Cement Materials "Reliner MSP" or Quadex "QM-1 s". McKinley "Type N with indented top", Neenah "R1726A", or approved equal. Neenah "R1915-E , Type L" or approved equal. Corrosion-proof high density polyethylene , 1/8" thick in accordance with Fort Worth Water Department General Standards E100- - - PART DA -ADDITIONAL SPECIAL CONDITIONS 6. 7. 8 . Manhole Insert -Stainless Steel Fiberglass Manhole Liner PVC Lined Concrete Wall Reconstruction Joint Material Adjustment Rings Bitumastic Gasket Material Bitumastic Trowelable Material 9. Miscellaneous Root inhibitor 4 . Southwestern Packing & Seals , Inc ., "Tetherlok". Material in accordance with Section DA-15 of these specifica t ions . Material in accordance with Sect ion DA -16 of these spec ifications . Single-piece , precast concrete , ASTM C478, 2" min. thickness . RAM-NEK, EZ-STIK or approved equal. GS-702 compound or approved equal. Dichlobenil 2,6 -dichlorobensonitrile , or approved equal. C. EXECUTION 1. Inspection . Prior to beginning the Work on a manhole, the Contractor shall inspect the nianhole and notify City Engineer if actual conditions are in conflict w ith Manhole Rehabilitation Schedule. After City Engineer revises schedule, Contractor shall commence with Work. 2. Manhole Rehabilitation Repairs . Each manhole listed in the Manhole Rehabilitation Schedule will be repaired with at least one of the following repair methods. The requirements for each repair shall be completed as described in this section and as indicated on the Manhole Rehabilitation Details in the specifications. 11 /0210 4 a . Cover/Frame/Frame Seal Replacement. 1) Paved Areas: Make square full depth saw cut and remove the pavement to expose the entire manhole frame and exterior of manhole a minimum of 6 inches below the top of the structurally sound structure , keeping trench sides as vertical as possible. Remove the pavement by breaking out from saw cut toward the manhole to avoid breaking the frame. 2) Non-paved Areas: Excavate adjacent to the manhole to expose the entire frame to a minimum depth of 6 inches below the top of the structurally sound structure, keeping trench sides as vertical as possible . Limit excavation to a 6-foot by 6-foot working area . Remove and replace the existing frame, cover, and sealing material. Furnish bolt down frame and cover , if required by Manhole Rehabil itation Schedule in the Specifications. If grade rings are broken, deteriorated , or loose , Contractor shall notify Engineer prior to placing manhole frame . Also, if manhole contains brick grade adjustments on top of concrete corbel or chimney, Contractor shall replace the brick grade adjustments w ith ASC-40 11/0210 4 PART DA -ADDITIONAL SPECIAL CONDITIONS precast concrete rings in accordance with manhole grade ring replacements . 3 ) Clean exposed interior and exterior surfaces of the existing chimney and inspect for reuse . Wire brush and apply a concrete bonding agent and quick setting hydraulic cement to the top surface of the manhole to provide a smooth surface prior to installing new grade rings and bitumastic material. 4) 5) 6) 7) 8) 9) 10) Surfaces between the frame, adjustments, and corbel sections shall be free of airt and debris. Bitumastic gasket material (minimum Yz inch thick) shall be placed in two concentric rings along the inside and outside edge of each joint or use bitumastic trowelable material. Butt joints of the two rows of bitumastic material shall be positioned opposite of each other. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas, frames shall be installed so the top of the casting will conform to the slope and finish elevation of the paved surface. Allowances for the compression of the bitumastic material shall be made to assure a proper final grade elevation. Manhole rims in parkways, lawns, or other improved lands shall be at an elevation not more than one (1) inch nor less than one-half (1/2) inch above the surrounding ground . Backfill shall provide a uniform slope from the manhole frame for not less than three (3) feet each direction to existing ground elevations . In drainage areas, frames shall be installed so the top of the casting will be at the same elevation that existed prior to rehabilitating the manhole. If the inside diameter of the manhole is too large to safely support new grade· adjustments or frame, the corbel shall be replaced or a flattop installed prior to placing frame. The exposed, exterior surfaces of manhole corbel, chimney, and frame shall be wire brushed and coated with two coats of coal tar, 14 mils OFT. The grade adjustments shall be wrapped with a 6 mil polyethylene sheet. In unpaved areas, backfill with excavated material and compact with mechanical equipment. In paved areas, backfill with granular material meeting requirements of Item 402 and Section E1-2 to the limits shown on figures in Section H. A concrete collar shall be constructed in accordance with Figure 121. Concrete collars will be required on rehabilitated manholes and new replacement manholes as listed in the manhole rehabilitation schedule . Construction of concrete collar will be paid for separately for each manhole and shall include surface restoration (including seeding/sodding) and permanent pavement repair. Repair of pavement outside of 4 foot by 4 foot concrete collar shall be equal to or superior in composition , thickness , ASC-41 . ' 11 102104 PART DA -ADDITIONAL SPECIAL CONDITIONS etc ., to exist ing pavement and /o r as detai led in th e Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts , Figures 1 through 5. Non-standard concrete collars shal l be constructed at locations authorized by the En g inee r . b. Resea ting /Sealing of Exi sting Frame -Work shall be don e in acco rdance w it h Section D-27 , with the exception that the exist ing frame shall be reused. The frame and co ver shall be inspected for any defects and notify the Owner's representative if it is damaged or de teriorated . All sca le , d irt , and debris shall be removed from the existing casting with a wire brush . a . Grade Adjustment -All Work shall be done in accordance with Section D-27 , with the exception that the e;xisting frame sha ll be raised or lowered to surrounding surface elevations in accordance with the Grade Adjustment Detail. 1) In brick manholes, remove and replace the defective chimney up to a maximum of 24 inches below the frame. · If ch imney is defective below 24 inches, Contractor shall notify Engineer prior to completing manhole rehabilitation . 2) Existing defective concrete grade ring adjustments and all brick or block adjustments shall be replaced with precast concrete adjustment rings. 3) Where partial manhole replacement is requ ired on the Manhole Rehabilitation Schedule, the following shall apply : a) b) c) d) e) The extent of partial manhole replacement shall be based on the depth of deterioration as determined by the Owner's Representative. The remaining structure shall be capable of supporting the newly constructed portions of the manhole . Excavate the work area to expose the entire depth of deterioration in the existing manhole to a minimum depth of 6 inches below the top of structurally-sound structure . Perform reconstruction to allow easy access into the manhole. No more than 12 inches of depth of precast concrete grade adjustment rings shall be allowed to · obtain proper grade. Perform reconstruction in accordance with the Part ial Manhole Replacement Detail. Seal manhole joints in accordance with Section 0-27 . Precast corbel , or barre l sections may be used as necessary . The diameter of the precast sections shall be cons istent with the existing rema ining structure. Place a flattop section on existing manhole structure prior to setting precast sections . Flattop sections shall not overhang existing manhole structures by mo re than 6 inches . If the clearance from the underside of the proposed flattop to the ASC-42 1 1/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS manho le invert is less than 4 Yi feet , the manhole shall be completel y replaced . f ) Pa rt ia l Manho le Replacement shall also inc l ude rep lacement of frame , cover , and seal i ng of frame and grade adjustments . g) Remove all debris from reconstruction from the manhole and dispose of properly. d. Interior Manhole Coating -Interior manhole coating shall meet the requirements of Section DA-12, DA-13, DA-14, DA-15 , DA-16 and DA-17. e . Bench and Invert Rehabilitation 1) Remove existing deteriorated bench and invert material to solid material. Care shall be taken to avoid allowing broken pieces of brick and mortar to enter the sewer lines. 2) Apply concrete bonding agent and quick setting concrete to form a smooth surface and continuous invert with the sewer pipe. New bench and invert shall be fo rmed in accordance w ith repair Bench and Invert Rehabilitation Detail. f. Bench and Invert Replacement 1) Remove the existing bench and trough completely. If the existing trough is formed of sewer pipe laid continuously through the manhole, special care shall be taken to ensure that the pipe seal and the sewer pipe to remain is not damaged. Contractor shall, at no additional cost, replace any portion of the existing manhole or sewer pipe to remain that is damaged during bench and invert replacement. 2) Install new bench and trough with Class A concrete in accordance with repair deta il. Surface shall be troweled smooth and the invert of the trough shall form a continuous smooth flow path from pipes entering the manhole to where they exit. The bench and invert shall form a watertight seal with the manho le wall, pipe, and bench/trough area. 3) If the manhole base is deteriorated or nonexistent , the minimum thickness of the bench/trough shall be si x inches. g. Removal of Existing Manhole -Work shall be conducted as specified in Section D- 29. h. Construct New Manhole 1 ) 2) Completely remove the existing manhole structure. Construct new manhole in accordance with Section D-27 of these specifications. Connect to ex isting sewers us ing fle xible coupl ings. ASC-43 PART DA -ADDITIONAL SPECIAL CONDITIONS 3 ) Contracto r shal l ma intai n existing wastewater flows at all times . Con tractor shall submi t a plan fo r maintaining wastewater flows to t he Engineer pri o r to beginning work. i. Pressure Grout Pipe Seals , Bench and Trough , and Lower Portion of Manhole 1) All wor k shall be done in accordance with Section DA-19 of these specifications. 2) Remove all foreign ma terials from the manhole walls around the pipe seal and within the pipe seal itself, including all loose and protrud ing bric k, mortar and concrete . Stop active leaks using products specifically for that purpose. 3) Remove deteriorated area of the pipe seal to sound material. App ly bonding agent to area and place hydraulic cement to fill voids to form a watertight seal around pipe . 4) Drill holes around the pipe seal, bench/trough and lower port ion of the manhole and inject urethane gel grout into holes in accordance with repair detail. Activated oakum rope shall be used to fill the injection hole after removal of the grou ting probe . Patch the injection hole with hydraul ic cement and apply a water resistant two-part epoxy coating to the patch. Clean all grout from interior of manhole . j. Manhole Step Removal -Remove ex isting manhole steps and fill voids with hydraul ic cement in accordance with repair detail. k. Patch Holes -Clean and remove loose debris from ho les to be patched. Apply bonding agent to surface of holes and fill voids with hydraulic cement in accordance with repair Patch Holes Detail. I. Watertight Manhole Insert -Install watertight gasketed manhole inserts as specified in Fort Worth Water Department Standard E100-4. m . Grout Flattop to Wall Joint -Injection holes shall be drilled through the manhole at 90 degree angles from each other within 4 inches of the bottom of the flattop . Provide additional holes near observed de fects , if necessary. Urethane gel grou t shall be injected through the holes under pressure with a probe designed for this purpose. Injection pressure shall not cause damage to the manhole structure or surrounding surface features . Grouting from the ground surface will not be allowed. Grout travel shall be verified by observation of grout at defects or adjacent injection holes. Provide additional injection holes , if necessary, to ensure grout travel. Inject ion holes shall be cleared with a drill and patched with a waterproof quick setting mortar. The f lattop to wall joint shall be pressure washed , cleaned, filled with a non-shrink grout, and finished smooth. n . Fiberglass Manhole Insert -Work shall be conducted as specifi ed in Sect ion DA-18 . 11 102104 ASC-44 PART DA -ADDITIONAL SPECIAL CONDITIONS o. PVC Lined Concrete Wa l l Reconstruction -Work shall be conducted as specified in Section DA-19. p . Po int Repair to Replace Sewer Line , 6"-15" Diameter -This item shall appl y at those locations indicated in the Manhole Rehabilitation Schedule and those additional locations authorized by the Engineer. The Contractor shall exca v ate adjacent to the manhole to uncover the damaged sewer pipe. This pipe shall be carefully removed from the manhole to the first sound joint (maximum of 5 feet ) of pipe. This pipe shall be replaced with SOR 35 PVC pipe of the same nominal size . Th is pipe shall be connected to the existing sewer using flexible connectors approved by the City . The connection of the new pipe to the manhole shall be made using flexib le gaskets meeting the requirements of ASTM C-923 , grouted into the manhole wall using non-shrink grout. Embedment material shall be installed around the pipe up to the pipe springline. Backfill material conforming to - City specifications shall be placed and compacted as required. This item shall include surface restoration and permanent pavement repair . q. Bypass Pumping -The Contractor shall furnish and operate pumping equipment and piping as required for bypass pumping necessary to complete any manhole replacement or rehabilitation work. D. MEASUREMENT AND PAYMENT 1. Frame and Cover Replacement: Payment for installation of new manhole frames and covers shall be based on the Contract unit price and the actual quantity installed . The Contract unit price shall be full payment for the new manhole frame and cover, excavation, installation of the manhole frame and cover, minor grade adjustment, backfi ll , and demolition and disposal of waste materials. 2. Grade Ri ng Replacement: Payment for installation of new grade rings shall be based on the Contract unit price and the actual quantity of new grade rings installed . The Contract unit price shall be full payment for the new grade rings . All costs for installing and sealing grade rings shall be included in the applicable Contract unit price for sealing of frame and grade rings . 3. Paved Frame and Grade Adjustment Sealing: Payment for sealing manhole frames and grade adjustment rings in paved areas shall be based on the Contract unit price and the actual number of manholes where sealing of the manhole frame and /or grade adjustments in paved are required. The Contract unit price shall be full payment for excavation, pavement removal , sealing materials, installation of grade rings, sealing, minor grade adjustment, backfill, and demolition and disposal of waste materials . 4. Non-Paved Frame and Grade Ad j ustment Sealing : Payment for sealing manhole frames and grade adjustment rings in non-paved areas shall be based on the Contract unit price and the actual number of manholes where sealing of the manhole frame and/or grade adjustments in non-paved are required . The Contract unit price shall be full payment for excavation , sealing materials, installation of grade rings, sealing, minor grade adjustment, backfill, surface restoration, and de molition and d isposal of waste materials. 1110210 4 ASC-45 - 11 /0210 4 PART DA -ADDITIONAL SPECIAL CONDITIONS 5. Interior Manhole Coating : Payment for interior manhole coating shall be based on the Contract unit price where interior manhole coating is app li ed. The Contract unit pr ice shall be full payment for surface preparation , interio r coating of the corbel, wall and bench, and cleanup. 6 . Pressure Grout Pipe Seals, Bench and Trough, and Lowe r Portion of Manhole : Payment for grouting pipe seals, bench and trough , and lower portion of the manhole shall be based upon the Contract unit price and t he actua l quantity of manholes where pipe seals, bench and trough and lower portion of the manhole were grouted. The Contract unit price shall be full payment for the prelim inary repairs, rehabilitating the pipe seals , grout material , installation of the grout materials and cleanup . 7. Bench and Invert Rehabilitation~ Payment for bench and invert rehabilitation shall be based upon the Contract unit price and the actual number of manholes where the bench and invert were rehabilitated. The Contract unit price shall be full payment for materials and bench and invert rehabilitation. 8. Bench and Invert Replacement: Payment for bench and invert replacement shall be based upon the Contract unit price and the actual quantity of manholes where the bench and invert were replaced. The Contract unit price shall be full payment for materials, installation of materials, and demolition and disposal of waste materials. 9. Patch Holes: Payment for patching holes shall be based upon the Contract unit price and the actual number of manholes that were patched . The Contract unit price shall be full payment for surface preparation, patch ing of the holes, and cleanup. This item is allowed for payment only when it is included in the Manhole Rehabil itation Schedule. Patching holes prior to interior coating of manholes is not a pay item. 10. Manhole Step Removal: Payment for manhole step removal shall be based upon the Contract unit price per manhole and the actual number of manholes that had steps removed. The Contract unit price shall be full payment for removal and disposal of the steps and patching of the voids created by step removal. 11 . Watertight Manhole Insert: Payment for watertight manhole inserts of the respective type shall be based upon the Contract unit price and the actual number of inserts of each type installed. The Contract unit price shall be full payment for the watertight manhole insert and installation of the insert in the manhole. 12. New Sanitary Sewer Manhole : Payment shall be made as indicated in Measurement and Payment , Section D-27 in these specifications . This item shall include up to five (5) linear feet of new PVC pipe at each manhole p ipe connect ion and connecting to the existing sewer. 13. Concrete Manhole Collars : ASC-46 11102/04 PART DA -ADDITIONAL SPECIAL CONDITIONS a . Paved Areas. Payment for manhole collars in paved areas shall be based on the Contract unit price and the actual quantity installed . The Contract unit price shall be full payment for labor, materials , pavement sawing , excavating , disposal of waste materials. Payment shall not include pavemen t replacement , which if required , shall be paid separate ly. b . Non-Paved Areas . Pavement for manhole collars in non-paved areas shall be based on the Contract unit price and the actual quant ity installed . The Contract unit price shall be full payment for labor, materials , excavation , disposal of waste materials , and surface restoration. 14 . Partial Manhole Replacement: Payment for partial manhole rep lacement shall be based on the Con t ract unit price per vertical foot measured from the top of the frame to the top of the structurally sound existing manhole . The Contract unit price shall be full payment for furnishing all labor and materials necessary, including excavation and removal of the existing structure , replacement of the frame and cover , installation of new adjustment rings , flattop , corbel or wall sections , sealing , backfilling , and unpaved surface restoration . Payment shall not include pavement replacement, which if required, shall be paid separately . 15. Interior Corrosion Protection: Payment shall be made as indicated in Measurement and Payment, Section DA-9 in these specifications . 16. Grout Flattop to Manhole Wall Joint: Payment for grouting the flattop to manhole wall joint shall be based upon the Contract unit price and the actual number of joints grouted. The Contract unit price shall be full payment for all material, labor and cleanup required to complete each joint grouting. 17 . Fiberglass Manhole Insert~ Payment shall be made as ind icated in Measurement and Payment, Sect ion DA-18 in these specifications . 18 . PVC Lined Concre t e Wall Reconstruction: Payment shall be made as indicated in Measurement and Payment, Section DA-19 in these specifications . 19 . Point Repair to Replace Sewer Line, 6" -15" Diameter: Payment for each point repair shall be based upon the Contract unit price for each manhole connection actually repaired . The Contract unit price shall be full payment for all material, labor, and cleanup required to complete each manhole connection repair. 20. Flattop Replacement: Payment for each flattop replacement shall be based on the Contract unit price for each flattop actually replaced. The Contract unit price shall be payment in full for all labor, material , and cl~anup required to complete each flattop replacement. Payment for frame and cover replacement , grade rings , sealing , and concrete manhole collar as required to complete the manhole rehabilitation will be paid for separately at the applicable Contract Unit Prices. 21 . Bypass Pumping : All bypass pumping shall be a subsidiary obligation of the Contractor. All costs for bypass pumping shall be included in the Contract unit price for the items requiring bypass pumping. ASC-47 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION A. GENERAL: Th is item sha ll govern t he preparat ion of surfaces fo r manhole rehabi li tation . B . CLEANING : 1. Covers (screens ) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system. 2 . All concrete that is not sound or has been damaged by chemical exposure shall be removed from the manhole . Loose and protruding brick , mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers . Existing roo t s and manhole steps shall be removed by cutting them flush with the wall of the manhole. 3 . All contaminates including but not limited to: oi ls , gre·ase , waxes , form release , curing compounds , efflorescence, sealers, salts , incompatible existing coatings , and all other contaminants shall be removed . 4 . Surfaces to receive protective coating shall be cleaned and abraded to produce a sound concrete/brick surface with adequate profile and porosity to provide a strong bond between the protective coating and the substrate . All foreign materials shall be removed from the manhole interior using high pressure water spray (3500 psi to 4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. 5. Detergent water cleaning, muriatic acid , and hot water blasting shall be used, if necessary, to remove d irt , oils , grease, and other matter which may prevent a good bond of seal ing material to the manhole surface . A mild chlorine solution (household bleach) may be used to neutralize the surface to diminish microbiological bacteria growth prior to final rinse and coating. C . PRELIMINARY REPAIRS 1. 2 . 3 . 11 /02104 All unsealed lifting holes , unsealed step holes , voids .larger than approximately one- half (1/2) inch in thickness shall be filled with patching compound at least one hour (1) prior to application of the first spray coat. Active leaks shall be stopped using C ity approved products specifica lly for that purpose and according to manufacturer's recommendation. Some leaks m ay require grouting to stop the inflow. Grouting shall be performed in accordance with City specifications and Sect ion DA-20 -PRESSURE GROUTING. Bench area shall be bu ilt up if requi red to prov ide a un iform slope from the circumferences to the manhole trough . City approved cement itious patching compounds or epoxy grout as recommended by manufacture shall be used . ASC-48 PART DA -ADDITIONAL SPECIAL CONDITIONS 4 . After all repa irs have been comp leted , a ll loose materia l shall be removed f rom the manhole . Contractor shall insure no material is al lowed to enter t he sewer system. 5. Contracto r shall e nsure the manhole is clear of a ll dete rgents and cleaners and that al l act ive infi ltrati o n has been stopped prio r to app li ca ti o n of prot ecti ve m anhole coatings for re habi litation . D. INSPECTION Applicator shall carefully inspect al l surfaces prior to application of protective coating and - shall notify Owner of any noticeable d isparity in the surface which may interfere w ith the proper performance of the repair mortar and protective coating . E. MEASUREMENT AND PAYMENT Payment for Surface Preparation shall be considered subsidiary to the cost for Interior Manhole Coating or Protective Manho le Coating for Corrosion Protection . DA-12 . INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM A GENERAL 1. Scope -This section governs all work, materials and te~ting required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation schedule. Interior manhole coating shall meet the requ irements of this section or of Section DA-13 , DA-14 , DA-15, DA-16 or DA- 17. 2. Description -The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations -Materials, mixture rat ios , and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations . 4 . Manholes -Manholes to be coated are of brick , block, or concrete construct ion. Some manholes may have a cementitious sprayed or trowelled on coating over the original interior surface. 8. MATERIALS 1. 2 . 11/0210 4 Scope -This section governs the materials required for complet ion of interior coating of manholes . Interior Coating -Reliner MSP proprietary pre-blended mixture of cementitious and pozzolanic materials , silica fume adn:,ixture , 100 percent polypropylene fibers and other selected ing redients , as manufactu red by Standard Cement Ma t erials . No material (other than clean potable water) shall be us ed with or added to these standard products witho ut prior approval or recommendation of the resp ective manufact urer. ASC-49 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Material Identification -Contractor shall completely identify the types of grou t, mortar, patch ing compounds , sealant , and /or root control chem icals used and provide case histories of successfu l use or defend the choice of grouting materia ls based on . chemical and physical properties , ease of appl ication , and expected performance , to the satisfaction of the Engineer . 4 . Mixing and Handling -Mixing and handling of interior coating , which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minim ize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not ava ilable to unau t horized personnel or animals . All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling and application of the coating material shall perform the coating operations. C. EXECUTION 11/0210 4 1. General -Manhole coating shall not be performed until replacement of manho le covers , sealing of manhole frame and grade adjustments , partial manhole replacement, or concrete collar construction is complete . 2. Temperature -Normal interior coating operation shall be performed at temperatures of 40 °F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90 °F, precautions shall be taken to keep mixing water below 85°F , using ice if necessary. 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the top of the corbel or flattop to the bench/trough , including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure . 1) The surface preparation shall comply with the requirements of Section DA-11 , SURFACE PREPARATION FOR MANHOLE REHABILITATION . 2) The surface prior to application shall be damp w ithout noticeable free water droplets or running water. Reliner MSP material shall be spray applied (us ing a manufacturer approved machine) to a minimum uniform thickness of 1-inch min imum. Troweling shall begin immediately following the spray application . The trowe lled surface shall be smooth with no evidence of previous void areas . After the walls are coated , the wooden bench covers shall be removed and the bench sprayed with Reliner MSP material in such a manner· as to produce a bench having a gradual slope from the walls ASC-50 D. PART DA -ADDITIONAL SPECIAL CONDITIONS to the invert with the wal l/bench intersect ion built up and rounded to a uniform radius for the full circumference of the intersection . The thickness of the bench shall be no less than 1-inch at the invert and shall increase in the direction of the wall so as to provide the required slope . 3) The final appl ication shall have a minimum of four (4) hours cure time befo re being subjected to active flow . Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. 4) Traffic shall not be allowed over manholes for 24 hours after reconstruction is complete . 4 . Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21. b. At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date , location and job recorded on each. The cylinders shall be sent to a cert ified testing laboratory for testing . A compression test yvill be made per ASTM C780 or ASTM C-10 , as recommended by the material manufacturer, and the results will be furnished to the Engineer and Owner on request. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot , measured from the top of the corbel or flattop to the top of the bench. The Contract Unit Pr ice shall be payment in full for performing the work and for furnishing all labor, supervision , materials , equipment and all material testing necessary to complete the work . Grouting, if necessary, shall be included in the above unit price . Grouting of the pipe seals , bench and trough, and lower portion of a particular manhole , if required by Manhole Rehabilitation Work Schedule or requ ired to be done by the Engineer, shall be paid for separately at the Contract Unit Price . DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM A. GENERAL 1 1/0210 4 1. Scope This section governs all work , materials and testing required for the application of interior manhole coat ing . Manholes designated for interior coating are li sted the Manhole Rehabilita ti on Schedule . Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-14 , DA-15, DA-16 or DA-17 . 2 . Description ASC-51 PART DA -ADDITIONAL SPECIAL CONDITIONS The Contractor sha ll be responsible for the furnishing of all labor , supervision , mate rials , equipment , and testing required for the completion of interior coat ing of manholes in accordance with the Contract Documents . 3. Manufacturers Recommendations Materials , mixture ratios , and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations . 4 . Manholes Manholes to be coated are of brick , block, or concrete construction . Some manho les may have a cementitious sprayed or trowelled on coating over the or iginal interior surface . B. MATERIALS 1. Scope This section governs the materials required for completion of interior coating of manholes . 2 . Interior Coating Quadex QM-1 s and Quadex Excel proprietary pre-blended cement based synthetic granite (Donnafill) enhanced polypropylene fiber reinforced coatings as manufactured by Quadex, Inc. No material (other than clean potable water) shall be used with or added to Quadex QM-1s or Quadex Excel without prior approval or recommendation from Quadex , Inc. 3 . Material Identification Contractor shall completely identify the types of grout, mortar , patching compounds, sealant , and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties , ease of application, and expected performance, to the satisfaction of the Engineer. 4 . Mixing and Handling Mixing and handling of interior coating , which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the respons ibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer . Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations . C. EXECUTION 1 110210 4 ASC-52 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. General Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments , partial manhole replacement , or concrete collar construction is complete . 2. Temperature Normal interior coating operation shall be performed at temperatures of 40 °F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90 °F, precautions shall be taken to keep mixing water below 85 °F, using ice if necessary . 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the top of the corbel or flattop to the bench/trough , including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE REHABILIATATION. 2) The surface prior to application shall be damp without noticeable free water droplets or running water. QM-1 s material shall be spray appl ied (using a Quadex Model 9000 application machine or manufacturer approved equal) to a minimum uniform thickness of 1- inch minimum . Troweling shall begin immediately following the spray appl ication. The trowelled surface shall be smooth with no evidence of previous void areas. 3) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. 4) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete . 4 . Testing of Rehabilitated Manholes a. b. Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21 . At least two 3-inch diameter x 6-inch tall cylinders of the coat ing material shall be taken from each days work with the date, location and job recorded on each . The cylinders shall be sent to a certified testing laboratory for ASC-53 PART DA -ADDITIONAL SPECIAL CONDITIONS testing. A compression test will be made per ASTM C780 , and the results will be furnished to the Engineer and Owner on request . D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot measured from the top of the corbel or flattop to the top of the bench . The Contract Unit Price sha ll be payment in full for performing the work and for furnishing all labor, supervision , materials , equipment and all material testing necessary to complete the work . Grouting , if necessary to stop active leaks in manhole wall areas , shall be included in the above unit price . Grouting of the pipe seals , bench and trough , and lower portion of a particular manhole, if required by the Manhole Rehabilitation Schedule or required to be done by the Engineer , shall be paid for separately at the Contract Unit Price . DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM A GENERAL 1. Scope This section governs all work , materials and testing required for the applicat ion of interior manhole coating . Manholes designated for interior coating are listed on the Manhole Rehab ilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12 , DA-13, DA-15 , DA-16 or DA-17 . 2. Description The Contractor shall be responsible for the furnishing of all labor, superv1s1on, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials, mixture ratios , and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations . 4 . Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) inch specialty cement-based coating material (Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MA TE RIALS 11/02104 . 1. Scope This section governs the materials required for completion of interior coat ing of manholes. ASC-54 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Interior Coating The interior coating shall be a proprietary two component , 100 percen t solids , rigid polyurethane system designated as Sp ray Wall as manufactu red by Sprayroq , Inc. 3. Specialty Cement The specialty cement-based coating material shall be either Quade x QM-1 s as manufactured by Quadex, Inc . or Reliner MSP as manufactured by Standard Cement Materials. 4 . Material Identification The interior manho le coating material sprayed onto the surface of the manhole shall be a urethane resin system formulated for the application to a sanitary sewer environment. The spray system shall exh ibit the physical properties as fo llows: Property Tensile Strength Flexural Stress Flexural Modulus 5. Mixing and Handling Standard ASTM D-638 ASTM D-790 ASTM D-790 Long Term Value 5,000 psi 10,000 psi 550 ,000 psi Mixing and handl ing of specialty cement material and interior coat ing material , which may be toxic under certain condit ions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals . All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations . C. EXECUTION 1 1/02104 1. General Manhole coating shall not be installed until sealing of manhole frame and grade adjustments , or pa rt ial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule , is complete . 2 . Temperature 3. Normal interior coating operation shall be performed at temperatu res of 40 °F or greater. No applica tion shall be made when freez ing is expected within 24 hours . Interior Manhole Coating ASC-55 '' ""' PART DA -ADDITIONAL SPECIAL CONDITIONS a. The interior coating shall be applied to the manhole from the bo ttom of t he frame to the bench , down to the top of the troug h. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure . 1) The surface shall be thoroughly cleaned of all fore ign ma terials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip ), cleaning with muriatic acid , degreaser, or other solvents as needed in order to remove any film or residue on the surface . 2) Place covers over the· invert to prevent extraneous material from entering the sewers . 3) Apply a minimum of one-half (1/2) inch specialty cement product (Quadex QM-1 s or Reliner MSP) smooth surface for the urethane coating material. 4) Spray the urethane onto the manhole wall and bench/trough with a minimum thickness of 125 mils (0 .125 inches). Thickness to be verifiable through the use of me t hods acceptable to the Eng ineer. 5) Coat trough area with specialty cement product (Quadex QM-1 s or Reliner MSP). 1. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 . D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot , measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials , equipment and material testing required to complete the wo rk . Grouting , if necessary , shall be included in the above unit price . Grouting of the pipe seals , bench and trough , and lower portion of a particular manhole , if required by Manho le Rehabilitation Work Sch edule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM A GENERAL 1. Scope 1 1/02104 ASC-56 PART DA -ADDITIONAL SPECIAL CONDITIONS This section governs all wor k, materials and testing required fo r the appl icat ion of inter ior manhole coating . Manholes des ignated for inte rior coat ing are listed of the Manhole Rehabilitation Schedule , listed in Section I. Interior manhole coating shall mee t the requ irem ents of this Section , or of Sect ion DA-12 , DA -1 3, DA-14 , DA-16 or DA-1 7 . 2. Description The Contractor shall be responsible for the furnishing of all labor, superv1s1on , materials , equipment , and testing required for the completion of interior coating of manholes in accordance with the Contract Documents . 3. Manufacturer's Recommendat ions Materials , mixture ratios , and procedures utilized for the coating process shall be in ac-cordance with manufacturer's recommendations . 4 . Manholes Manholes to be coated are of brick , block , or concrete construction . All manholes shall have a minimum of one-half (1/2 ) specialty cement-based coating material (Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original interior surface . B. MATERIALS 1 1/02104 1. Scope Th is section governs the materials required for completion of interior coating of manholes . 2. · Interior Coating Raven Ultra High-Build epoxy Coating , a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers , is manufactured by Raven Lining systems and designated as Raven 405 . 3. Specialty Cement The spec ialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex , Inc . or Reliner MSP as manufactured by Standard Cemen t Materials . 4. Material Identification Cont ractors will completely identify the types of grout , mortar , sealant , and/or root control chem icals proposed and provide case histories of successfu l use or defend the cho ice of grou ti ng materials based on chemica l and physica l propert ies , ease of application , and expected performance. These grouting materials shall be compat ible w ith Ra ven 405 inter ior coa ti ng . The cont ractor sha ll be respons ible for ASC -57 '' , PART DA -ADDITIONAL SPECIAL CONDITIONS getting approval fr om Raven Lin ing systems and /or the grou t manufacturers fo r t he use of these grout ing materials . 5. Mixing and Handling Mixing and handling of interior coating , wh ich ma y be tox ic under certa in cond it ions sha ll be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or an imals . All equipment sha ll be subject to the approval of the Eng ineer . Coating sha ll be performed only by certified applicators approved by the manufacturers . C . EXECUTION 11/02104 1. General Manhole coating shall not be performed until seal ing of manhole from frame and grade adjustments , partial manhole replacement, manhole grouting or sewer replacement/repairs are complete . 2. Temperatures Normal interior coating operation shall be performed at temperatures of 40 °F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating a . Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule . The interior coati ng shall be appl ied to the manhole from the bottom of the manhole frame to the bench/trough, including the bench/trough. b . The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure . 1) 2) 3) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE RESTORATION . Apply a minimum of one-half (1/2) inch specialty cement-based product (Quadex QM-1 s or Re liner MSP) smooth surface for the urethane coating material. The surface prior to application may be damp but shall not have noticeable free water droplets seep ing or running water . Material shall be spray applied per manufacturer's recommenda ti ons with a minimum thickness of 125 mils (0 .125 inch). ASC-58 PART DA -ADDITIONAL SPECIAL CONDITIONS 4) After the walls are coated , the wooden be nch covers shall be removed and the bench sp rayed to t he sam e average and min imum thickness as required for the walls . 5) The final application shal l have a m inim um of three (3 ) hours cure time or be set hard to the touch , before be ing subjected to active flow . 6) No applications shall be made to fr ozen su rfaces or if freez ing is expected to occur in side the manho le wi t hin 24 hours after application . 4 . Testing of Rehab ili tated Manholes a. After the epoxy liner has set (hard to touch), all vis ible pinholes shall be repaired . Repairs shall be made by lightly abrading the surface and brushing the lining material over the area. All blisters and evidence of uneven cover shall be repaired according to the manufacturer's recommendations . Spot check of coating thickness may be made by Owner's Representative , and the contractor shall repair these areas as required , at no additional cost to the Owner. b. Testing of rehabilitated manholes for watertightness shall be performed by the Con t ractor after operations are complete in accordance w ith Section DA- 21 -VACUUM TESTING OF REHABILITATED MANHOLES . D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Uni t Price per vertical foot , measured from the bottom of the frame to the top of the bench . The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, superv ision , materials , equipment all testing necessary to complete the work . Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER A. GENERAL This section prescribes the minimum standards for the safe and effic ient rehabilitation of sewer structures , ut i lizing Permacast with Epoxy Liner. B. MATERIALS 1. 11102104 Leak Plugg ing Leak Plugging of the same or greate r streng t h than t he Liner Mix and /or chem ica l grouts may be used . If water pressures ar e severe , the co nt ractor may drill relief ho les at the bo tt om of t he manhole wa ll to conc e ntr ate th e le ak s before pluggin g . ASC-59 -. PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Patching Mi x Voids which have not compromised the structure in its overall soundness must be filled prior to lining with materials of the same or greate r strength than the Liner Mi x. 3. Liner Mi x Shall be densely compacted , Reliner Microsilicate cement mortar, Quadex QM-ls and Quadex Excel cement mortar, or approved equal , applied uniformly at a minimum thickness of Yi inch . Liner Mixes shall attain strengths as follows : Compressive ASTM C-109 Flexural ASTM C-295 Elasticity ASTM C-469 24 HOURS 3500 psi 650 psi 180,000 psi 28 DAYS 10 ,000 psi 800 psi 1,150 ,000 psi It shall be delivered in factory prepared packaging suitable for mixing with just the addit ion of clean water in the prescribed dosage . No additives shall be used at the site without prior approval. All visible leaks must be plugged prior to application of the cementitious liner with quick setting , non-shrink hydrau lic cement mortar. C. EXECUTION 11 102104 1. Mixing The manufacture's published technical specifications and directions for proportioning and mixing shall be strictly followed by the certified applicator. 2. Equipment Equipment shall be as recommended by the manufacturer to ensure proper mixing and pumping of the mortar and shall be clean and in good working order accord ing to the manufacture 's published recommendations for safe operation . Only factory certified workers shall operate with a controllable retrieval method shall be used to produce a uniform and dense application without the need to trowe l which can weaken the mortar. 3 . Application Once prepared , the appl ication shall commence , in accord with the manufacturer's recommended procedures and in the presence of the owner's inspector in a single application to the prescribed thickness (1/2 inch or greater) without delay or interruption in order to produce a uniform and monolithic liner. Multiple layers with time between for drying are not allowed. Once completed, the manhole shall be covered to prevent air drying . ASC-60 PART DA -ADDITIONAL SPECIAL CONDITIONS 4 . Testing & Verification Testing of rehabil itated manholes for water tightness shall be performed by the Contractor after operations are complete in accordance with Section DA-21 . The owner 's inspector shall verify the thickness with a wet gauge . Any area found to less than the minimum prescribed thickness shall result in the minimum prescribed thickness shall result in the immediate relining of the entire interior. Two test cubes shall be made from each day 's mix and tested for strength verification . D. CORROSION PREVENTION 1. Preparation & Procedure The liner shall be applied to the prepared interior as specified in proceeding sections at Yi inch thickness. 2 Protective Coating The protective coating shall be a 100% solids epoxy with no volatile organic compounds and white in color to optimize visual inspection. Minimum physical properties shall be : Hardness Tensile Strength Compressive Strength Flexural Strength ASTM D-2240 ASTM D-63860 ASTM D-69544 ASTM D-79058T 65 Shore D 10,000 psi 15 ,000 psi 1,000 psi It shall be uniformly spray applied or centrifugally cast onto the fresh mortar before new bacterial growth can contaminate the underlying mortar. It shall have a minimum thickness of 125 mils and shall not run or sag during placement. 3. Safety If personnel are required to enter the confined space during the application procedure, each and all OSHA requirements as well as those required by the manufacturer's material safety data sheets shall be complied with fully . 4. Testing & Verification The interior shall be visually inspected for thoroughness of coverage . When dry to the touch , the entire interior shall be tested w ith a Tinkor & Rasor holiday detector at the prescribed voltage to verify thickness and locate pinholes if any . Deficiencies shall be immediately corrected and retested. E. MEASUREMENT AND PAYMENT 1 1102104 ASC-61 PART DA -ADDITIONAL SPECIAL CONDITIONS Payment shall be based on the Contract Unit Price per vertical foot , measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision , materials , equipment all testing necessary to complete the work . Payment for grouting of pipe seals , bench and trough and manhole walls shall be based on the Contract Unit Price for each manho le actually grouted . DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM A. GENERAL 1. Scope. This section governs all work , materials and testing required for the application of interior manhole coating . Manholes designated for interior coating are listed in the Manhole Rehabilitation Schedule, listed in Part 1. Interior manhole coating shall meet the requirements of this Section or of Section DA-12 , DA-13, DA-14, DA-15 or DA-16 . 2. Description. The Contractor shall be responsible for the furnishing of all labor, supervision, materials , equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents . 3. Manufacturers Recommendations . Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers recommendations . 4 . Manholes. Manholes to be coated are of brick , block, or concrete construction . Some manholes may have a cementitious sprayed or trowelled-on coating over the original interior surface. B. MA TE RIALS 1. 2. 3 . 4 . 11/02/04 Scope . This section governs the materials required for completion of interior coating of manholes. Interior Coating. Strong-Seal Systems MS-2A , factory-blended, cement-based , fiber-reinforced coating as manufactured by Strong-Seal Systems of Pine Bluff, AR. No material (other than clean potable water) shall be used with or added to Strong-Seal MS-2A without prior approval or recommendation from Strong-Seal Systems. Material Identification . Contractor shall completely identify the types of grout, mortar, patching compounds , sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties , ease of application , and expected performance, to the satisfaction of the Engineer. Mixing and Handling. Mixing and handling of interior coating , which may be toxic under certain conditions , shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the ASC-62 PART DA -ADDITIONAL SPECIAL CONDITIONS responsibil ity of t he Cont racto r to provide appropriate protective measures to ensure t h at materials are unde r contro l at all t imes and are not available to unautho rized personnel or animals . All equipment shall be subject to the approval of the Enginee r . Only personne l thorough ly fam iliar w ith the handl ing of the coa ti ng material s h all pe rf orm t he coa t ing operations . C. EXECUTION : 11/02104 1. Genera l. Manho le coating shall not be performed un t il replacement of manhole covers , sealing of manhole frame and grade adjustments, partial manhole replacement , or concrete co ll ar cons t ruct i on is complete . 2. Preliminary Repai rs a) All foreign materials shall removed from the manhole interior us_ing high pressure water spray (minimum 3500 psi). Loose and protruding brick , mortar, and concrete shall be removed using a masonry hammer and chisel and /or scrapers . Existing roots and manhole steps shall be removed by cutting t hem 1" below the surface of the manhole . b) All unsealed lifting holes , unsealed step holes , voids larger than approximately one-half (1/2) inch in thickness shall be filled with rapid- setting , trowel-applied patching compound prior to spray application of the MS-2A coating . c) Active lea ks shall be stopped using rapid-setting hydraulic cement products specifically for that purpose and according to manufacturer's recommendation . Some leaks may require grouting to stop the inflow. Grouting shall be performed i n accordance wi th Section DA-20 . Contact Strong-Seal Systems for grouting recommendations . d) After all repairs have been completed , remove all loose material. 3. Temperature . Normal interior coating operation shall be performed at temperatures of 40 Degrees F or greater. No application shall be made when freezing is expected within 24 hours . If ambient temperatures are in excess of 90 Degrees F , precautions shall be taken to keep mixing water below 85 Degrees F , using ice if necessary. 4. Interior Manhole Coating a) The interior coating shall be applied to the manhole from the top of the bench/trough to the top of the corbel or flattop , including the bench/trough . b) The interior coating shall be applied in accordance with the manufacturer's recommendat ions and the following procedure . ( 1) The surface shall be thoroughly cleaned of all fore ign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 ps i). ASC-63 r 5. PART DA -ADDITIONAL SPECIAL CONDITIONS (2 ) Place covers ove r inve rt to preven t ext raneous mate ri a l f rom entering the sewer. (3) The surface prior to application shall be damp without noticeable free water droplets or running wate r. MS-2A material shall be spray applied (using a manuf acture r approved application machine ) to a uniform thickness of 1" minimum . Troweling shall begin immediately following the spray application . The trowelled surface sha ll be smooth with no evidence of previous vo id areas . (4) The appl ication shall have a minimum of four hours (4) cure t i me before being subjected to active norma l flows . Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. (5) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete . Testing of Rehabilitated Manholes a) Testing of rehabilitated manholes for water-tightness shall be performed by the contractor after operations are complete in accordance with Section DA-21. b) At least four (4) 2-inch cubes of the coat ing material shall be taken from each day's work with the date, location and job recorded on each . The cubes shall be sent to Strong-Seal Systems , Pine Bluff, AR , for testing . A compression test will be made according to ASTM C-109, and the results will be furnished to the engineer and the owner. D . MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per each manhole coated. The Contract Unit Price shall be payment in full for performing the work and for furn ishing all labor, supervision , materials , equipment and material testing necessary to complete the work. Grouting , if necessary to stop active leaks in manhole well areas , shall be included in the above unit price . Grouting of the pipe seals, bench and trough , and lower portion of a particular manhole, if required by the Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately . DA-18 RIGID FIBERGLASS MANHOLE LINERS A. GENERAL 11/02104 This item shall govern the furnishing and installation of rig id fibe rglass line rs in existing brick or concrete manho les . The manholes to be rehab ili tated using fiberglass liners , and the interior diameter and depth of the liner are listed in the Manhole Rehabilitation Schedule . The locations of these manholes are shown on the drawings . Rigid Fiberglass Liners shall be as manufactured by L .F . Manufactu ri ng , Inc., of G iddings , Texas ; Associated F iberg lass Engineers , of Fort Worth , Texas ; or approved equal. The ASC-64 PART DA -ADDITIONAL SPECIAL CONDITIONS installation at each manhole shall include the preparation of the existing ma nho le to receive the fiberglass lin er, installation of the line r, grouting the annu lar space between the existing structure and the liner , and backfilling around the new fiberglass corbel section. B. MATERIALS 1. General. Fiberglass reinforced polyester manhole liners shall be manufactured from commercial grade polyester resin or vinyl ester resin , with fiberglass reinforcements. All liners shall meet the requirements of ASTM 03753 and this specification . Fi llers, when used , shall be inert to the environment. The fiberglass shall be suitable for atmospheres containing hydrogen sulfide and dilute sulfuric acid as well as other gasses associated with wastewater collection systems. 2. Reinforcing. The reinforcing materials shall be commercial grade E type glass in the form of con t inuous roving and chop roving. The coupling agent will provide a suitable bond between the glass reinforcements and the resin . C. DESIGN REQUIREMENTS 11 /02104 1. Manholes shall have sufficient strength to withstand an AASHTO H-20 dynamic loading. This shall be verified by acceptable test results performed in accordance with the reference standard. 2. The manhole cylinder and the hemispherical reducer (corbel) shall be preassembled at the factory into a monolithic unit by overlaying the joint with fiberglass reinforced resin to a thickness equal to or greater than the wall thickness of the cylinder. Field jointing is not permitted. Corbel section. shall be concentric with respect to the larger cylinder, unless otherwise approved by the Engineer. 3. The manhole cylinder shall have the minimum pipe stiffness values shown in the table below when tested in accordance with the reference standard : Length -Ft. 3.0 7 .0 13 .0 21.0 26 .0 6 .5 12.5 20 .5 25.5 35 .0 F/AY -Psi 0.75 1.26 2.01 3.02 5.24 4. Diameter tolerance. Inside diameter tolerances shall be +/-1 % of the required 5. inside diameter. UV Inhibitor. The exterior surface of the manhole liner shall be UV-protected using grey pigments in the resin . ASC-65 • I PART DA -ADDITIONAL SPECIAL CONDITIONS 6 . Interior Surfacing Material. The inner surface exposed to the sewer environment shall be a resin-rich layer 0.01 O to 0.020 inch thick followed by a m inimum of two passes of chopped roving of minimum length 0 .5 inch to maximum length of 2 .0 inch , applied uniformly to an equivalent weight of 3 oz./ft2. Each pass of chopped roving shall be well rolled pr ior to the application of additional reinforcement. The combined thickness of the inner surface and interior layer shall not be less than 0.10 inch 7 . The entire fiberglass assembly at each manho le shall be fabricated so that no more than twelve inches of concrete adjusting rings will be required to bring the top of the manhole frame/cover to the required elevation . D. CLEANING 1. · Covers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system. 2. Existing roots and manhole steps shall be removed by cutting them flush with the manhole wall. · 3. All foreign materials shall be removed from the manhole wall using high pre~sure water spray (3500 -4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used . E. PRELIMINARY REPAIRS 1. Active leaks shall be stopped using City-approved products specifically formulated for that purpose and according to manufacturer's recommendation . Some leaks may require exterior grouting to stop the inflow. Grouting shall be performed in accordance with Section DA-20 -PRESSURE GROUTING . 2. After all repairs have been completed, all loose materials shall be removed from the manhole. No material shall be allowed to enter the sewer system . F. INSTALLATION PROCEDURES 1110210 4 Excavate around the top of the existing manhole and remove the manhole frame and cover, brick or concrete adjustments, and corbel section . If the existing manhole is poured concrete, the corbel section shall be removed using methods which will not damage the lower manhole barrel. Brick and precast concrete corbels shall be removed to the top of the manhole barrel section After cleaning and preliminary repairs are completed on the existing manhole, the rigid fiberglass liner shall be installed in accordance with the construction drawings . The bottom of the manhole liner shall be cut to fit the existing manhole base and pipe entrances. Cuts shall be accurately made with a suitable power saw . The manhole liner shall be lowe·red into the existing manhole and set into wet, Class D concrete mix on the benches. A good bottom seal shall be obtained in order to prevent ASC-66 PART DA -ADDITIONAL SPECIAL CONDITIONS 6. Stubouts and Connections : Stubouts shall be installed at locations shown on t he drawings . Installation of SOR 35 PVC sewer pipe shall be performed by sanding , priming , and using resin fiber-reinforced hand layup . The resin and fiberg lass shall be same type and grade as used in the fabrication of the fiberglass manhole . Kor-N-Seal boots for each pipe connection shall be installed by manhole manufacturer using fiberglass reinforced pipe stubout for Kor-N-Seal boot sealing surface. 7 . Manhole Bottom : Manholes shall ha v e resin fiber-reinforced bottoms . Bottom shall have a minimum of three 1 Yi in. deep x 3Yi in . wide stiffening ribs completely enclosed with resin fiber-reinforcement and have a minimum 3 in . anti-flotation ring as shown on the drawings . Manhole bottom shall be a minimum of 5/16 in . thick . 8. Fillers and Additives : Fillers , when used , shall be inert to the env i ronment and manhole construction. Sand shall not be accepted as an approved filler. Additives, such as thixotropic agents , catalysts, promoters , etc., may be added as required by the specific manufacturing process to be used to meet the requirements of this standard. The resulting reinforced-plastic material shall meet the requirements of this specification . C . MANUFACTURE: Manhole cylinders, manway reducers, and connectors shall be produced from glass fiber- reinforced polyester resin using a combination of chop arid continuous filament wound process. 1. Interior Access: All manholes shall be designed so that a ladder or step system can be supported by the installed manhole. Manhole steps will not be required, however. 2. Manway Reducer: Manway reduces will be concentric with respect to the larger portion of the manhole diameters through 60 inches. 3. Cover and Ring Support: The manhole shall provide an area from which a grade rings can be installed to accept a typical metal ring and cover and have the strength to support an H-20 traffic load without damage to the manhole . D. REQUIREMENTS : 11/02104 1. Exterior Surface : The exterior surface shall be smooth with no sharp projections . 2 . Hand-work finish will be acceptable as long as enough resin is present to eliminate fiber show . The exterior surface shall be free of blisters larger than 0.5-inch diameter, delamination or fiber show. Interior Surface : The interior surface shall be resin rich with no exposed fibers . The surface shall be free of crazing , delamination , bl isters larger than 0 .5-inch diameter and wrinkles of 0.125-inch or greater in depth . Surface pits shall be permitted if they are less than 0.75 inches in diameter and less than 0.0625-inch deep . Voids that cannot be broken with finger pressure and that are entirely below ASC-77 PART DA -ADDITIONAL SPECIAL CONDITIONS the resin surface shall be permitted if they are less than 0 .5-inch diameter and less than 0 .0625-inch thick. 3 . Repairs : All manhole repairs by the manufacturer shall result in a product which meets all requirements of this specification . Field repair of manholes will not be allowed. 4. Diameter Tolerance : Tolerance of inside diameter shal l be +/-1 % of required manhcle diameter. 5. Load Rating : The complete manhole shall have a minimum dynamic-load rating of 16,000 lbf. when tested in accordance with ASTM D-3753 8.4 (note 1 ). To establish this rating the complete manhole shall not leak , crack , or suffer other damage when load tested to 40 ,000 lbf. and shall not deflect vertically downward more than 0 .25-inc at the point of the load application when loaded to 24,000 lb. 6 . Stiffness: The manhole cylinder shall have the minimum pipe-stiffness values shown iin table below when tested in accordance with ASTM D-3753 8 .5 (note 1 ). HEIGHT-FT. 3 -6 .5 7 -12.5 F/AY -PSI 0.75 1.26 7 . Soundness: In order to determine soundness, apply an air or water pressure test to the manhole test sample . Test pressure shall not be less than 3 psig or greater than 5 :psig . While holding at the established pressure, inspect the entire manhole for leaks. Any leakage through the laminate is cause for failure of the test. Refer · to ASTM D-3753 8.6 . 8. Chemical Resistance: The fiberglass manhole and all related components shall be fabricated from corrosion proof material suitable for atmospheres containing hydrogen sulphite and dilute sulfuric acid as well as other gasses associated with the wastewater collection system. E. PHYSICAL PROPERTIES.: 1. Tensile Strength (psi) 2 .. Tensile Modules (psi) 3 . Flexural Strength (psi) 4. Flexural Modules (psi) 5. Compressive (psi) Hoop Direction 18 ,000 0 .6 X 106 26,000 1.4 X 106 18,000 Axial Direction 5 ,000 0.7 X 106 4 ,500 0 .7 X 106 10,000 F. QUALITY CONTROL : 11/02104 Each completed manhole shall be examined for dimensional requirements , hardness, and workmanship. All required ASTM D-3753 testing shall be completed and records of all testing shall be kept and copies of test records shall be presented to customer upon formal written request within a reasonable time period . ASC-78 PART DA -ADDITIONAL SPECIAL CONDITIONS G . As a basis of acceptance the manufacturer shall prov ide an independent certification which consist of a copy of the manufacturer's test report and accompanied by a copy of the test results that the manhole has been sampled , tested , and inspected in accordance with the provisions of this specification and meets all requirements . H . SHIPPING AND HANDLING : The fiberglass manholes shall not be dropped or struck . They may be lifted by inserting a 4" x 4" x 30 " timber into the top of manhole with cable attached or by a sling or "choker" connection around center of manhole , lift as requ ired . Use of chains or cables in contact with the manhole surface is prohibited . I. CONCRETE : 1. Fiberglass Bottom : Class F Concrete shall be used to form bench area and invert. Class E Concrete shall be used on top of anti-flotation ring and around the reduce section as required for buoyancy and as shown on the drawings . 2 . Concrete Bottom : Lower manhole into wet concrete until it rests at the proper elevation, with a minimum of 4 inches of fiberglass manhole inserted into the wet concrete below flow line , then move manhole to plumb. The concrete shall extend a minimum of one foot from the outside wall of the manhole and a minimum of 6 inches above incoming lines . On the inside concrete shall form the bench and invert area and rise a minimum of 4 inches above incoming lines. Concrete collars shall be constructed around reducer section at locations shown on the drawings . J . BACKFILL: 1. Backfill Material : Unless shown otherwise on drawings and approved by the Engineer, sand, crushed stone , or pea gravel shall be used for backfill around the manhole for a minimum distance of one foot from the outside surface and extending from the bottom of the excavation to the top of the reducer section . Suitable material chosen from the excavation may be used for the remainder of the backfill. The material chosen shall be free of large lumps or clods, which will not readily break down under compaction . This material will be subject to approval by Engineer. 2. Backfill shall be placed in layers of not more than 12 loose measure inches and mechanically tamped to 95% Standard Proctor Density , unless otherwise approved by Engineer. Flooding will not be permitted .. · Backfill shall be placed in sµch a manner as to prevent any wedging action against the fiberglass manhole structure . K. MARKING AND IDENTIFICATION : 11/02104 Each manhole shall be marked on the inside and outside with the following information : 1 . 2 . 3. Manufacturer's name or trademark Manufacturer's factory location Manufacturer's se ri al number ASC-79 '"\ PART DA -ADDITIONAL SPECIAL CONDITIONS 4 . Total height 5. Complies with ASTM D-3753 L. MEASUREMENT AND PAYMENT : 1. The price bid for new/ replacement manhole installations shall include all labor , equipment and materials necessary for construction of the manhole including but not limited to joint sealing, lift hole sealing and exterior surface coating , concre te base , concrete invert , connections to sewer pipes, castings , backfill , unpaved surface restoration , and all appurtenant work. Payment shall not include pavement replacement , which if required , shall be paid separately . 2. Payment for concrete collars and watertight manhole inserts , if required, will be made separately , based on the appropriate bid items . DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure . It shall be the contractors responsibility to notify the util ity companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly . The following are utility contact persons : Company Telephone Number Southwestern Bell Telephone Texas Utilities Lone Star City of Fort Worth , Street Light and Signal 338-6275 336-9411 Ext . 2121 336-8381 Ext. 6982 871-8100 Contact Person "Hot Line" Mr. Roy Kruger Mr. Jim Bennett Mr. Jim Bob Wakefield Of course , under the terms of this contract , the contractor shall complete adjustm·ent of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A .C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. 11 /02104 ASC-80 PART DA -ADDITIONAL SPECIAL CONDITIONS The contractor shall be responsible fo r all materials , equipmen t and labor to perform a most accurate job and al l costs to the contract or shal l be figured subs id iary t o t his contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb . and gutter, as designated by the Construction Engineer, and replace w ith standard concrete curb and gutter, laydown curb and gutter, or i n 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 lim it s 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 fi gured subsid iary fo 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 , w ith same day haul-off of the removed materia l to a suitable dump site . The street void shall be filled with H.M .A.C. "Type D" m ix 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 demolit ion to date of complet ion. If the contractor fails to complete the work within fourteen (14) calendar days , a $100 dollar liquidated damage will be assessed per block per day . The un it price bid per linear foo t shall be full compensation for all materials , labor, equipment and incidentals necessary to complete the work. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways , due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water w ith same day haul-off of the removed material to a suitable dump site. For spec ifications governing this ite m see Item No . 104 "Removing Old Concrete", Item No . 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No . S-S5 of the Standard Specifications . The unit price bid per square yard shall be full compensation for all labor, material , equipment , supplies , and incidentals necessary to complete the work . DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE The contractor shal l remove all exi st ing deformed H .M .A.C . pavement and/or bad base material that shows surface deterioration and/or complete failure . The Engineer will identify t hese areas upon which time the contractor wi ll begin work. The failed area shall be saw cut , or other similar means , out of the ex ist i ng pavement in square or rectangular fashion . The side faces shall be cut vertically and all failed and loose ma t erial excavated . As a part of the excavation process, all unsatisfactory base material shall be removed , if required , to a dept h sufficient to obtain stable sub-base . The to t al de pt h of excavat io n co ul d range from a coup le of i nches to include the 11102104 ASC-81 PART DA -ADDITIONAL SPECIAL CONDIT IONS surface-base-some sub-base remova l for wh ich the Enginee r w ill se lect the necessa ry depth . T he rema i ni ng good material sha ll be leveled and uniform ly made read y to accept the fi ll materia l. A ll excavated material shall be hauled off site , the same day as excavated , to a su itab le dump s it e . After satisfactory completion of removal as outlined above , the contractor shall place the permanent pavement patch , w ith "Type D" surface mix . Th is item will always be used even if no base improvements are required . The proposed H.M .A.C. repair shall match t he e xi sting pavement section or the depth of the failed material , whic h ever is greater . Howeve r , t he patch thickness shall be a mi nimum of 2 inches . Generally the ex isting 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 t o 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 t he City of Fort Worth , made in preparation to accept the recycling process . All applicable provisions of Standard Specification Item Nos . 300 "Asphalts , Oils , and Emulsions", 304 "Prime Co~t", and 312 "Hot-Mix Asphaltic Concrete" shall govern work . The unit price bid per cubic yard shall be full compensation for all materials , labor, equipment and incidentals necessary to complete the work. DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No . 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials , labor, equ i pment and incidentals necessary to complete the work . DA-28 WEDGE MILLING 2" TOO" DEPTH 5.0' WIDE A. Description 11 /02104 This item shall consist of milling the ex isting pavement from the lip of gutter at a depth of 2" and transitioning to match the existing pavement (O" cut) at a minimum width of 5'. The existing pavement to be milled will either be asphalt , concrete, or brick pavement. The removal and disposal of the milled materials shall be as directed by the Engineer. The m illed surface shall provide a smooth surface free from gouges , ridges , oil fi lm , and other imperfections of workmanship and shall have a uniform textured appearance . In all situations where the exist ing H.M.A.C . surface contacts the curb face the wedge milling shall include the removal of the existing asphalt covering the gutter up to and along the face of curb . The wedge milling operations for this project will be performed in a continuous manner along both sides of the street. Deta ils of milling loca ti ons are at the back of th is do c ument. Contractor is required to begin the overlay, within five (5) calendar days from the date of the wedge milling complet ion of any one street . Should the contractor fa il to meet this condit ion , the wedge mill i ng w ill be shut down , and liqu idated damage of $500 .00 per day ASC-82 PART DA -ADDITIONAL SPECIAL CONDITIONS per street will be assesse d un t il all wedge mi ll ed streets are overlayed . The ove rl ay, once begun on a stree t sha ll continue unin terrupted until complete . The Contractor shal l hau l-off the removed material to a su itab le dump site . B . Equipment The equipment for removing the pavement surface shall be a power operat ed milling mach ine or other equa l or be tt er mechanical means capable of removing , in either one pass or two passes , the necessary pavement thickness in a five-foot minimum width. The equipment shall be self-propelled with sufficient power , traction and stability to maintain accurate depth of cut and slope . The machine shall be equipped with an integral loading and reclaiming means to immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation . Adequate back-up equipment (mechanical street sweepers, loaders , water truck , etc .) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface da il y. Stockpiling of planed material will not be perm itted on the project site un less designated by the Engineer. The ma chine shall be equ ipped with means to control dust c reated by the cutting action and shall have a manual system providing for uniform ly varying the depth of cut while the machine is in motion thereby making it possible to cut flush to all inlets , manholes , or other obstructions within the paved area . The speed of the machine shall be variable in order to leave the desired grid pattern spec ified under Surface Texture. The unit price bid per linear feet shall be full compensation for all labor , material , equipment , tools , and incidentals necessary to complete the work . DA-29 BUTT JOINTS -MILLED A. Description : This item requires the contracto r to mill "butt joints" into the ex isting surface , in association with the wedge m ill ing operation to the depth and at locations as describe d below . The butt joint will provide a full w idth t ransition section , whereby the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activit ies , performance standards and equipment needed for the butt ·joints milling operations shall be governed by the special prov isions of Pay Item No . 9 -Wedge Milling . The con fi guration of the butt joints is described in more detail below . General details of butt joint locations - along with wedge milling in general - are shown in p lan form at the back of this document. B. Construction Details 11 102104 ASC-83 '.., PART DA -ADDITIONAL SPECIAL CONDITIONS Prior to the milling of the butt jo ints , the Contractor shall consul t with the Construct ion Engineer for proper location of these joints and verify that the selected limits of the projects ' street are correct. The general locations for butt joints are at all beginning and ending points of streets listed in the project and as more graphically detailed at the back of this specification book. The joints are also required on both sides of all railroad tracks and concrete valley gutters , bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface . Each butt joint shall be 20 feet long and milled out across the full width of the street section to a tapered depth of 2". This milled area shall be tapered within the 20 feet to a depth from O" to 2" at a line adjacent to the beginning and ending points or intermediate transverse items . This butt joint -when overlayed -will consist of a asphalt section that will transition the new overlay to match the existing pavement elevation. The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. C. Measurement and Payment Butt joints as prescribed above, will be measured by the unit of each butt joint milled . The disposal of excess material involved will not be measured for payment. Each butt joint-milled, measured as above, complete-in place-in accordance with these specifications , will be paid for at the unit price shown in the proposal for "Butt Joints". The unit price bid per each shall be full compensation for all milling, including material haul-off, tools, labor, equipment and incidentals necessary to complete the required work. DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications, Item Nos . 312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts , Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the project. Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat , or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall ·furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay . The City will provide laboratory control as necessary . The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials , equipment, tools, and incidentals necessary to complete the work . DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER 11 /02104 ASC-84 PART DA -ADDITIONAL SPECIAL CONDITIONS This item shall include the removal and reconstruction of existing concrete valle y gutters at locations to be determined in field : Removal of existing concrete valle y, aspha lt pavement , concrete base , curb and gutter, and necessary excavation to instal l the concrete valley gutters all shall be subsidiary to this pay item . Furnishing and placing of 2 :27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutte r details , shall be subsidiary to this Pay Item . See standard specification Item No . 314 , "Concrete Pavement", Item 312 "Hot-Mix Aspha ltic Concrete", Item No . 104 , "Removing Old Concrete", Item No . 106 , "Unclassified Street Excavation" l!em No . 208 "Flexible Base ." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2 :27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". Asphalt base material may be required at times as directed by the Engineer to exped ite the work at locations identified in the field . The concrete shall be designed t o achieve a minimum compressive strength of 3000 pounds per square inch . Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days . If the contractor fails to complete the work on each half within seven (7) calendar days , a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. DA-32 NEW 7" CONCRETE VALLEY GUTTER This item shall include the construction of concrete valley gutters at various locations to be determined in field . Removal of existing , asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item . Furnishing and placing of 2 :27 concrete base and crushed limestone to a depth as directed by th·e Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item . See standard specification Item No . 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No . 104 , "Removing Old Concrete", Item No. 106 , "Unclassified Street Excavation" Item No . 208 "Flexible Base ." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no add itional cost. See Item 314" Concrete Pavement". 11 /02104 ASC-85 PART DA -ADDITIONAL SPECIAL CONDITIONS The concrete sha ll be des igned to ach ieve a minimum compressive strength of 300 0 pounds pe r square inch . Contractor shall wo rk on one-half of Valley gutte r at a time , and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days . If the Contractor fails to complete the work on each half within seven (7) calendar days , a $100 dollars liquidated damage will be assessed per each half of valley gutte r pe r day . The un it price bid per square yard for Concrete Valley as shown on the proposa l w i ll be full compensation for materials , labor, equipment , tools and inc identals necessary to comp lete the wo rk . DA-33 NEW 4" STANDARD WHEELCHAIR RAMP The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The removal of existing substandard wheelchair ramps and sidewalk as required for the installation of new wheelchair ramps · shall be subsidiary to this pay item . The removal and replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in Pay Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR-1). The pay limit w ill extend from 9" outside the lip of gutter to 15" back from the face of curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item . Pay lim its for "Standard Wheelchair Ramp" will start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk . All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways'' shall apply except as herein modified . All concrete flared surface shall be colored with LITHOCHROME co lor hardener as manufactured by L.M . Scofield Company or equal. The color hardener shall be brick red color and dry-shake type , and shall be used in accordance with manufactures instructions . Concrete stain may be applied after concrete is poured (Product sold by BAER). "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension , or other dimension approved by the Engineer, meeting the aforementioned specification . The sample, upon approval by the Eng ineer, shall be the acceptable standard to be applied for all construct ion covered in the scope of this pay item . The method of application shall be by screen , sifter, sieve or other means in order to provide for a uniform color distribution." The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials , labor, equipment, tools and incidentals necessary to compete the work. DA-34 8" PAVEMENT PULVERIZATION Contractor shall pulverize the existing pavement to a depth of 8". After pulverization is comple ted , contractor shall temporarily 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 8" from the existing pulverized surface . After the undercut operation is comp leted , contractor shall 11 /02104 ASC-86 PART DA -ADDITIONAL SPECIAL CONDITIONS spread, mix , and compact the pulverized material to a 95% compaction per City's Standard Specifications or as directed by the Enginee r in the field . A 3.5% portland cement shall be used to mix the pulverized material. If the existing pavement has a combination of 10 " H.M.A.C . and crushed stone/grave l, undercut will not be required , the contractor will pulverize 1 O" inches , the 2" inch cut will be taken from the 10 " pulverized material. (see soil test report) Pulverization shall start within te n (10) calendar days after all concrete work has been completed on a street. If the contractor fails to begin the work with in ten (10 ) calendar days, a $200 dollars liquidated damage will be assessed per block per day . 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, hau l off, sweep , and dispose of the undercut material. The 2" 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 finish ing 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 t he 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 requ irements 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 re inforced concrete pavement. The existing pavement shall be sawed so as to maintain an even , straight pavement cut. The exist ing reinfo rcing steel at sawed line and construction joints shall be lapped 18 inches with the 11 /02104 ASC-87 PART DA -ADDITIONAL SPECIAL CONDITIONS new reinforced concrete pavement. The existing st eel sha ll be thorough ly cleaned before lapping . The follow ing work method will be performed on each utility cu t: 1. Place safety s igns , barricades and/or other warning dev ices where necessary and as required . 2 . Replace pavement to nearest joint. 3. Mark out the damaged area with keel, chalk line or pa int being su re to include all areas requiring repa ir. 4 . Saw cut along marked lines a minimum of two (2) inches deep. 5 . Remove existing concrete . 6 . · Form ·joints and place reinforcing steel and Dowel Bars (as required) according to standard specifications . 7 . Place and finish concrete. 8 . Clean up job site, removing all debris. 9. Maintain traffic control devices to protect the area until the concrete has cured seven days or concrete reaches 3000 psi compressive strength. E. PAYMENT: Payment shall be made at the unit price per linear foot as shown on the proposal and shall be full compensation for furnishing all labor, materials , equ ipment tools and incidentals necessary to complete the work. DA-36 RAISED PAVEMENT MARKERS All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply. The Contractor shall install standard roadway markers according to city specifications as shown on plan sheet or as directed by the Engineer. Please refer to "Roadway Markers Specifications". DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL: 1 1102/04 Where known by the design engineer, the locations of potent ially pe t roleum contam inated material (soil ) that may be encountered during excavation and /or cons t ruction activit ies w ill be shown on the plans . For all locations where material is excavated and suspected of being contaminated with petroleum products, whether known or not, these special conditions are to be followed . The contractor is a lso to follow all appl icable Federa l. St ate and Local regulations when handling known or suspect contaminated materials (soi ls). ASC-88 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. WORK INCLUDED a. Excavation , stockp iling and testing of Potentially Petroleum Contaminated Ma terial. b. Remova l, test ing , and disposa l of pe t roleum contamina ted groundwate r. c . Obtain ing and pay ing for required permits. d. Hiring of qual ified env ironmental professional consultant (s). Contractor w ill be required to submi t the env ironmental consultant 's experience and qual ifi'cations to the City prior to beginning work in areas of Potentially Petroleum Contamina ted Materia l. e . Hiring of qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fort Worth testing laboratory . The City of Fort Worth 's Department of Environmental Management for coordination of laboratory testing. 2. REFERENCES a. All applicable OS HA regulatory requirements . b. All appl icable Environmental Protection Agency (EPA) ~egulatory requiremen ts . c. All applicable State of Texas regulatory requirements . d . All applicable City of Fort Worth (City) regulatory requirements . e . All applicable NIOSH standards . f. All applicable TNRCC requirements. 3 . SUBMITI ALS a. The contractor shall prepare and submit to the City's Department of Environmental Management , Se nior Spec ialist in Compliance , plans for handling Potent ially Petroleum Contaminated Material (PPCM) not less than 30 days prior to commencing excavation . b. The Contractor shall take necessary precautions while perform ing th is project. Contractor shall not commence PPCM work (1) Contractor's submittal for dealing with PPCM is reviewed by the City and (2) the plans (i.e., drawing and descript ion) for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the Ci t y (3) and acceptable stockpile area is identified by the Contractor. c . Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City . The PPCM Hand ling Plan shall include the detailed sequence of construction includ ing proposed excavat ion and handling methods , proposed carriers for con t am inated materials , waste di sposal site , and a list of any perm it s tha t may be required for PPCM handling or contaminated materials disposal. The above da t a must be compiled and arranged in a format tha t is acceptable to the Te xas Na tura l Resou rce Conserva ti on Commiss ion (TNRCC). ASC-89 ' ' PART DA -ADDITIONAL SPECIAL CONDITIONS d. Contractor shall submi t actual lim its of PPCM excavation , as prepared by his qual ified env ironmental consultant (s ) and testing lab . e. Contractor shall submit for review the proposed carrier pipe material to be used with the actua l lim it s of PPCM excavation , includ ing pipe gasket and carrier pipe coat ing or line r. B. PRODUCTS : 1. PIPE GASKET MATERIAL. Materials used within the actual lim its of PPCM excavat ion , including pipe gaskets , shall be resistant to petroleum hydrocarbon deterioration . C. EXECUTION : 11 /0210 4 · 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Areas suspected of having petroleum contam inated material (soils) are shown in on the engineering drawings. b. In areas other than those noted on the plans and where po tentially petroleum contaminated materials are either detected or suspected , the City of Fort Worth and the Engineer should be notified immediately and the work should proceed in accordance with this section. 2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Care should be taken during all excavation and dewatering act ivities to identify areas potentially contaminated by petroleum. b. When a petroleum odor is encountered during excavation or when there is visual evidence of potent ially petroleum contaminated soil , the Contractor shall notify the Enginee r without delay . c. The Contractor shall have retained the services of an environmental consultant who shall be present at the site to screen suspect soil with a photo-ionization detector (PIO) or a flame ionization detector (FIO). A reading of 20 ppm above ambient conditions or greater on PIO or FIO tested soil sample will be considered potentially petroleum con taminated. The soul sample should be a recent sample from the excavation face . The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid . The City of Fort Worth Department of Environmental Management w ill be notified prior to all sample collection and submittal to the current testing laboratory identified by the City . The PIO or FIO tests shou ld be performed in a confined location . Soils producing a reading of less than 20 ppm above ambient will not be considered potentially petroleum contaminated . The PIO or FIO shall be calibrated according to manufactures instructions . d. Water encountered during excavat ion or dewatering shall be cons idered to be p_otent ially contaminated if there is a visible sheen, a hydrocarbon odor , ad j acent soil ASC-90 1 1/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS that appears v isually to be contam inated by hydrocarbons or at any time the Contractor has reason to believe that hydrocarbon contamination may have occurred . The Contractor shall immediately notify the City and the TNRCC whenever contam inated water is encountered. a. The Contractor shall contact the City whenever contamination from any source is suspected . 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS) a. Contractor shall coordinate with the City to determine a suitable location for the stockpiling of contaminated soil. The following procedure shall be followed in preparing the chosen site: 1. Provide a diked enclosure large enough to hold all material and prevent runoff. 2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 3. At the end of each work day, Contractor shall completely cover stockpile with 20 mil plastic . During the day, the Contractor shall keep the stockpile covered, as necessary , to prevent release of contaminated materials due to rain or wind . 4. Sampling and evaluation of materials will be performed at the Contractor's expense. (The City of Fort Worth will provide laboratory services) b. PPCS shall be handled, tested, observing all standard chain-of-custody procedures and sampling preservation and analyses shall conform to published and recognized standards. c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene , Toulene , Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. d. Contaminated soil identified by test results will be disposed of according to DA-36 , Loading, Transportation , and Disposal of Contaminated Soil. e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as backfill material, if the soils also meet the Type C or B backfill classifications. 4 . HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW) a. Water pumped from the excavation or from dewatering activities that has an oily sheen, a hydrocarbon odor , or is otherwise suspect, shall be considered potentially petroleum contaminated . b. PPCW shall be handled , tested , and discharged in accordance with the TNRCC's appropriate state regulation. PPCW shall be tested no later than 15 days prior to extraction . PPCW shall, if necessary , be treated in an appropriately sized oil/water separator, air stripper or GAC canisters. Contractor shall have his testing laboratory determine that the oil/water separator treated discharge is within the limits establ ished by the TNRCC 's regulations before being allowed to discharge ASC-91 PART DA -ADDITIONAL SPECIAL CONDITIONS (discharge to sanitary sewe r). Contractor shall be responsible for furnishing the effluent test reports to the Cit y. c. Alternatively , the Contractor may dispose of contaminated water, after appropriate pretreatment , into the sanitary sewer collection system . It shall be the responsib ility of the Contractor to obtain the necessary permit(s ) and to perform all testing required by the City of Fort Worth Pretreatment Services Division . d. All treated water shall be discharged into a Contractor supplied Frac Tank , sampled , and analyzed before discharge into the sewer system . e. The product that is recovered shall be disposed of in accordance with all applicable regulations. Any phase sepa rate product recovered from the oil/water separator and air stripper shall be transported in accordance with Department of Transportation rules and regulations for flammable products . When transporting product for disposal , transportation shall also be performed by a licensed carrier. The Contractor is responsible for proper manifesting of the material from the site to the waste disposal facility . Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. 5. HANDLING VAPOR CONCENTRATIONS a. In order to maintain safe working conditions, the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL). During construction , measures should be taken to maintain LEL levels below 20 percent in all working areas . b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a LEU02 meter should continuously operate in the working area. The CGI should be properly calibrated and should have an alarm that sounds if. 20 percent LEL is reached. Monitoring data from the GCI should be recorded periodically to determine if ventilation or other methods are effective . In the event local health and safety agencies require more stringent monitoring , the local regulations must be implemented. D. MEASUREMENT AND PAYMENT : Payment for handling PPCS, PPCW and Vapor Concentrations , obtaining and paying for any permits required , hiring the services of a qualified professional environmental consultant(s), environmental issues, stockpiling and all issues included and incidental to th is section wlll be full compensat ion for all labor, equipment, materials , and supervision. Measurement and Payment for th is section will be per linear foot of trench excavated where the excavated material is handled as a contaminated material. No sepa rate payment will be made for handling of contaminated water , vapor concentrations, sampling, stockpiling, etc . DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL A. GENERAL : 11102104 ASC-92 PART DA -ADDITIONAL SPECIAL CONDITIONS This item has been estab lished for the loading , transportation and disposal of contam inated so ils in a Stat e of Texas approved dis posa l site (landfill ) to handle special wastes (petroleum contaminated soils ). A bid item has been established in the proposal fo r the proper loading , transportation and d isposa l of the materia l to a designated site and the quantit y established is the engineers best estimate of the quantity that ma y be removed . This quantity may vary depending upon actual conditions and testing results . The unit price bid will not be increased regardless of the actual amount of material d isposed and may be decreased if a larger vo lume of material , than that listed in the bid proposal , results in a unit cost reduction fo r disposal. B. WASTE MANIFESTS : Any and all non-hazardous liquid and petroleum substance waste removed from the site of generation and transported for treatment and/or disposal must be accompanied by a waste shipment record/manifest detailing required generator, transported, destinat ion and waste description information . These results may not be un iform throughout the entire site. For all pe t roleum substance waste , the waste sh ipment record utilized shall be the TNRCC PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall be responsible for obtaining , originating and maintain ing manifests in accordance with federal and state laws . The Contractor shall sign the manifests forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN CONTINGENT UPO N RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount of waste removed from the s ite and received by the treatmenUdisposal facility . The Contractor shall immed iately resolve any manifest discrepancies . Completed Manifests shall be returned to t he City Department of Environmental Management within 90 days of shipment. C. MEASUREMENT AND PAYMENT: Payment for this item shall be made per in place cubic yard of contaminated soils that are loaded , transported and disposed of in an approved special disposal site . No separate payment will be made for loading , transportation and disposal of contaminated ground waters collected ; these costs considered subsidiary to DA-37 , POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in the Contractor's bid submittal and approved by the City of Fort Worth Department of Enviro nmental Management prior to contract award . Contractor shall be responsible for all landfill costs , including , but not limited to landfill fees , transportation costs and landfill operator requested analytical testing and waste characterization . DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC A. GENERAL: 1110210 4 1. General Cond itions , Supplemental Conditions , applicable requi rements of Division 1 - General Requirem e nt s and the North Central Texas Council of Governments (NCTCOG ) Standard S pecifi ca ti ons , are hereby made a part of th is section .· ASC-93 r r , PART DA -ADDITIONAL SPECIAL CONDITIONS 2 . This item shall govern for the installation of rock riprap of the various sizes shown on the plans. B. DESIGN CRITERIA: C. 11/02104 1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the channel bottom is not stable , the design shall incorporate other requirements needed to stabilize the revetment toe . 2. The channel side slope shall be as shown on the drawings. 3. Engineering filter fabric material shall be placed underneath the riprap . 4 . Riprap shall extend up the bank to an elevation where vegetation will provide adequate protection. See cross sections . PRODUCT: 1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to insure permanence in the structure . It shall be free from cracks, seams and other defects that would tend to increase deterioration . Rock shall be reasonably well graded between the following prescribed limits : 24~ Riprap 18" Riprap Sieve Size (Square Mesh) 24inch 18inch . 12inch 6inch Sieve Size (Square Mesh) 18inch 12inch 6inch 3inch Percent Passing 100 80-90 45-55 0-20 Percent Passing 100 60-85 15-45 0-15 2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid cubic foot (min.) calculated from the bulk specific gravity (saturated surface dry). 3. FILTER FABRI.C BLANKET: Approved Manufacturer: • Supac -Heavy Grade BNP (UV) • Trevira 011 /280 • Amoco 4553 • or Equal Heavy Grade 4. RIPRAP GROUTING a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand, manufactured sand , or a combination of natural and manufactured sands. The ASC-94 PART DA -ADDITIONAL SPECIAL CONDITIONS g rad ing and uni fo rmi ty of the fine aggregate sha ll conform to th e fo ll ow ing requ irements as delivered to the mixers: Sieve Designation , U.S. Standard Square Mesh 3/8 in . (9.5 mm ) No . 4 (4 .75 mm) No . 8 (2 .36 mm) No . 16 (1 .18 mm) No . 30 (600 um) No . 50 (300 um ) No . 100 (150 um) Permissible Lim its Percen t b y Weight, Passing 100 95 -100 80 -95 55 -75 30 -60 12 -30 2 -10 D. EXECUTION : 1 110 2/04 1. CONSTRUCTION : a. The channel side slope and the toe excavation shall be prepared to the required lines and grades . b. Filter fabric and r iprap shall be placed in succession to the requ ired th icknesses and elevations. Riprap shall be hand placed around structures to prevent damage to the structures . 2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be placed in the manne r and at the locations shown on the drawings. At the time of installation , the geotextile shall be rejected if it has defects, rips , holes, flaws , deterioration or damage incurred during manufacture , transportation or storage . The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions , depressions , debris , and soft or low density pockets of material. Eros ion features such as rills , gu lli es , etc . must be graded out of the surface before geotextile placement. The geotextile shall be placed with the long d imens ion perpendicular to the center line of the channel and -laid smooth and free of tension, stress, folds, wrinkles, or creases . The strips shall be placed to provide a minimum width of 24-inches of overlap for each joint. Temporary pinning of the textile to help hold it in place until the rock riprap is placed . The temporary pins shall be removed as the riprap is placed to relieve hig h tens ile stress which may occur during placement of material on the geotextile . The specified placement procedure requires that the length of the geotextile be g reater than the actual slope length . The Contractor shall adjust the actual length of the geotextile used based on initial installation experience . The geotextile shall be protected at all times during construction from contamination by surface runoff and an y geotexti le so con t aminated s hall be removed and rep laced with uncontaminated geotextile . Any geotext ile damaged during its installat ion or during placemen t of riprap shall be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that the covering of t he geotextile with a layer of t he specified material is accomplished within seven (7) calendar days after placement of the geotextile . Failure to comp ly shall require replacement of geote xt ile. The geotext il e shall be protected from damage prior to and du ring the placement of rock riprap . Before place ment of gabion units , the Contractor shall demons tr ate that the ASC -95 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS placement technique will prevent damage to the geotextile . In no case shall any type of equipment be allowed on the unprotected geotextile . 3. RIPRAP PLACEMENT : Stone for riprap shall be placed on the filter fabric blanket in such a manner as to produce a reasonably well graded mass of rock with the minimum practicab le percentage of voids and shall be constructed within the specified tolerance to the lines and grades shown on the drawings . Then intent of these specifications is to require placement of riprap to the thickness shown and to allow isolated stones to extend as much as six inches above grade. Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid displacing the fabric . The larger stones shall be well distributed and the entire mass of stones in their final position shall conform to the gradation specified hereinbefore . The finished riprap shall be free from objectionable pockets of small stones and clusters of larger stones . The desired distribution of the various sizes of stones throughout the mass shall be obtained by selective loading of the material at the quarry or other source, by controlled dumping of successive loads during final placing , or by other methods of placement which . will produce the specified results . Rearranging of individual stones, by mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably well graded distribution of stone specified above . The Contractor shall maintain the riprap protection until accepted . Any material displaced by any cause shall be replaced at his erosion to the lines and grades shown on the Drawings. 4. GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of sand, sufficient water to produce a workable mixture , and that amount of admixture which will entrain sufficient air to produce durable grout, as determined by the ENGINEER. Sand for grouting shall conform to the requirements of paragraph : FINE AGGREGATE . The grout shall be mixed in a concrete mixer in the manner specified for concrete except that the time of mixing shall be increased to that necessary to produce a mixture having a consistency such as to permit gravity flow into the interstices of the riprap with the help of limited spading and brooming . The grout shall be used in the work within a period of one (1) hour after mixing. Retempering of ground will not be permitted. Riprap shall not be grouted when the ambient temperature is below 35 degree F. or above 95 degrees F. unless approved by the ENGINEER in writing ; nor when the grout, without special protection, is likely to be subjected to freezing temperatures before final set has occurred. Prior to grouting, all surfaces of riprap shall be wetted. The riprap shall be grouted in successive longitudinal strips , approximately 10 feet in width , commencing at the lowest strip and working up the slope . Grout shall be brought to the place of final deposit by approved means , and in no case will grout be permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately after dumping the batch of grout , it shall be distributed over the surface of the strip by the use of brooms and the grout worked into place between stones with suitable spades, trowels , or vibrating equipment. As a final operation , the grout shall be removed from the top surfaces of the upper stones and from pockets and depressions in the surface of the stone protection . After completion of any strip as specified , no workman or any load shall be permitted on the grouted surface for a period of at least 24 hours . The grouted surface shall be protected from rain , flowing water , and mechanical injury . The surface of all grouted riprap shall be cured by keeping the surface continuously wet for a period of not less than 7 days . ASC-96 PART DA -ADDITIONAL SPECIAL CONDITIONS E . MEASUREMENT AND PAYMENT 1. FILTER FABRIC: Filter fabric will be measured by the square yard for material used including that required at toes and thickened edges of riprap . Payment for filter fabric will be made at the contract unit price per square yard which includes all plant , labor, material , and all insta ll ation costs in-p lace , complete. 2. STONE RIPRAP : Stone (rock) riprap will be measured by the cubic yard using actual plan dimensions . Payment for riprap will be made at the contract unit price per cubic yard which includes all plant , labor, material , and installation costs in-place , complete . 3. GROUT: Grout for rock riprap will be measured by the square yard using actual plan dimensions . Payment for grout will be made at the contract unit price per square yard which includes all plant, labor, material, and installation costs in-place , complete . DA-40 CONCRETE RIPRAP 1 GENERAL: The following shall govern the furnishing and placing of concrete riprap as shown on the plans or as directed by the Engineer. 2 MATERIALS: Concrete for riprap shall be placed in accordance with the details and to the dimensions shown on the plans or as established by the Engineer. Unless otherwise shown on the plans, concrete riprap shall be reinforced using wire or bar reinforcement. The concrete shall be 3000 PSI at 28 days , Class A. Wire reinforcement shall be six (6) by six (6) inch No. 6 plain electric welded reinforcing fabric or its equal. A minimum lap of six (6) inches shall be used at all splices. At the edge of the riprap , the wire fabric shall not be less than one (1) inch , no more than three (3) inches from the edge of the concrete and shall have no wire projecting beyond the last member parallel to the edge of the concrete . Reinforcement shall be supported properly throughout the placement to maintain its position equidistance from the top and bottom surface of the slab . If the slopes and bottom of the trench for toe walls are dry and not consolidated properly, the Engineer may require the entire area to be sprinkled , or sprinkled and consolidated before the concrete is placed . All surfaces shall be moist when concrete is placed . After the concrete has been placed , compacted , and shaped to conform to the dimensions shown on the plans , and after it has set sufficiently to avoid slumping , the surface shall be finished with a wooden float to secure a reasonably smooth surface . 3. PAYMENT: Payment for concrete riprap in place shall be made at the unit price bid in the Proposal multiplied by the quanti t y of material used . Bid price w ill be full compensation for placing all materials , and for all labor, tools, equipment, and incidentals necessary to complete the work . Payment for all necessary excavation below na t ural ground , and bottom or slope of the excavated channel will be included in t he bid price. 11 10 2/04 ASC-97 ' ' PART DA -ADDITIONAL SPECIAL CONDITIONS DA-41 CONCRETE CYLINDER PIPE AND FITTINGS Concrete cylinder pipe on this project shall be Class 150 AW.WA. 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 Materia l Standard E1-4 conta ined in the Genera l Contract documents . Payment for work such as backfill , bedding , blocking , excavation and all other associated appurtenances ; required , shall be included in the Linear Foot price of the p ipe 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 G-30'.{ prete-nsici n ed 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 furnishing and installing 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, 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 submitted with the Proposal shall be used to determine the increase or decrease in the value of the lump sum of the Proposal, and the Contractor shall be paid on the basis of this adjusted value under that bid item. DA-43 UNCLASSIFIED STREET EXCAVATION This item will be used if additional excavation is needed that is not covered by "8" PAVEMENT PULVERIZATION ". Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade and City standard specifications for street reconstruction. All applicable provisions of Item No . 106 "Unclassified Street Excavation " shall apply , work shall be paid per cubic yard. DA-44 6" PERFORATED PIPE SUBDRAIN This item shall consist of furnishing and installing 6" perforated subdrain and filter material all as shown on the enclosed details , or as directed by the Engineer. All applicable provision of standard Specifications Item 500 "SUBDRAINS " shall apply except as herein modified. The pipe material shall be poly vinyl chloride (PVC) with the standard dimensional ratio of 35 (SDR35) and meet the ASTM D 1784. Filter shall have the capabil ity of passing ground water without transporting the soil placed around the filter fabric . The fabric shall be constructed exclusively of synthetic thermoplastic fibers and may be either woven or non- woven to form a mat of uniform quality. Fabric fiber may be either continuous or discontinuous and oriented in either a random or an aligned pattern throughout the fabric . The fabric shall be mildew resistant, rot proof, shall be satisfactory for use in a wet soil and aggregate environment , contain ultraviolet stabilizers and have nonravelling edges . 11 /02104 ASC-98 PART DA -ADDITIONAL SPECIAL CONDITIONS The fabric shall meet the following requirements when sampled and tested in accordance with the methods indicated . Test Original Phys ical Properties Fabric weight , on an ambient Temperature air-dried tension free sample , expressed in oz/sq .yd. Water flow rate by falling head method, 7.9 inches (20 cm) to 3.9 inches (10 cm) on 2 inch ID . cylinder with 1 inch diameter orifice, with flow rate expressed in gal/sq . ft/minute . Method SDHPT Test Method Tex-616-J "Testing of Construction Fibers " Tex-616-J Requirements 4 .0 minimum for under drains and Slope Stabilization, 6 .0 · minimum for Gabions Revetment 80 minimum Breaking load in either machine or ASTM Designation: 100 minimum cross-machine direction , expressed D 1682 grab method G as in pounds. modified by Tex-616-J Equivalent opening Standard sieve no .) size (US CW-02215, US Army Corps of 70 to 100 Engineers, Civil Works Construction Guide Specification . "Plastic Filter Fabric: November, 1977. "Apparent elongation" at breaking AST , Designation : 100 maximum load in either machine or cross-D 1682 grab method G as machine direction , expressed as modified by Tex-616-J percent. The "Filter Fabric" shall be ins t alled in accordance with the manufacturer 's recommendations , as indicated or as directed by the Engineer. When lapping is required , it shall be in accordance with the manufacturer's recommendations . Backfilling around the Filter Fabric shall be done in such a way as not to damage the Filter Fabric material during the placement. The unit price bid per L.F. shall be full compensation for all labor, materials , equipments , tools, and incidentals necessary to complete the work . DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS 11 /02/04 ASC-99 ' ' PART DA -ADDITIONAL SPECIAL COND ITIONS This item shall include the remova l and replacement of existing concret e sidewa lk due to fai lure or in situation where curb and gutter is replaced to adjust grades to eliminate pond ing water with same day haul-off of the removed material to a suitab le dumpsite . Fo r s pe cif ications govern ing this item see Item No . 104 "Removing Old Concrete ", and Item No . 504 "Concrete Sidewal k and Driveways ". The unit price bid per square yard shall be full compensation for all labor, material , equipment , supplies, and incidentals necessary to complete the removal and replacemen t wor k . 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 on the project streets based upon the following sequence : 1. "A" Street 2 . "B" Street 3. "C" Street 4. "D" Street 5 . "E" Street After the work start date has been established, the selected contractor shall be required to submit the 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 stre~t have been submitted to the City. DA-47 PAVEMENT REPAIR IN PARKING AREA The unit price bid under appropriate BID ITEM(S) of the Proposal shall cover all cost for providing pavement repair equal to or superior in composition , thickness , etc., to existing pavement. All required paving cuts shall be made with a concrete saw in a true and stra ight line on both sides of the trench, a minimum of twelve (12) inches outs ide the trench walls . The trench shall be backfilled and the top nine (9) inches shall be filled with crushed limestone base material , compacted and level with the finished adjacent surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced . DA-48 EASEMENTS AND PERMITS Easements and permits , both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or perm its, both temporary and permanent, that have not been obtained by the time of publ ication shall be secured before construction starts . No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and perm it requ irements , as contained herein , along with any spec ial condit ions that may have been imposed on these easements and permits . 1 1/0210 4 ASC-100 PART DA -ADDITIONAL SPECIAL CONDITIONS Where the pipeline crosses privately owned property , the easements and construction areas are shown on the plans . The easements shall be cleaned up after use and restored to thei r or ig inal conditions or better . In the event additional work room or access is required by the Contractor, it shall be the Con t ractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item . DA-49 HIGHWAY REQUIREMENTS The Texas Department of Transportation requirements pertaining to the construction of this project are enclosed herein and made part of these specifications . 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 E 1-20 and E2-20 of the General Contract Documents . Payment for work such as forming, placing , and finishing including all labor, tools , equipment and material necessary to complete t he 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 E 1-20 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, equ i pment , 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 d irected 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 i.e.: in a street , parking lot, or driveway. The appropriate size turbo meter with strainer and check valve if requ ired will be furnished to the Contractor free of charge; however, the Contractor will be requ ired 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 11 /02104 ASC-101 PART DA -ADDITIONAL SPECIAL CONDITIONS All open fire line installat ions will be pe r attached Figure 32 un less otherw ise d irected by the Eng ineer. The appropriate size detector check meter , 3/4-inch meter and class 'B' mete r bo x will be furn ished to the Contractor free of charge ; however , the Contractor wil l be required t o p ick up the items at the Field Ope_rat ions Warehouse . Payment for all work, materials , and all necessary appurtenances fro m the City s ide flange coupling adapter to the customer side gate valve and box ; including incidental 5 linear feet of p ipe, which are required to prov ide 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 GENERAL: All water sampling station installa tions w ill be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge ; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS : Payment for all work and materials necessary for the installation of the 3/4.:.inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops , and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station , concrete support block, curb stop , fittings , and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampl ing station shall be included in the price bid for the vy~t ~r -.m~j n. PAYMENT FOR FIGURE 33 INSTALLATIONS : Payment for all work and materials necessary for the installation tap saddle , gate va lve , and fittings shall be included in the price bid for S ervice Taps to Main. Payment for all work and materials necessary for the installation of the sampling station , modification to the vault , fittings , and all type K copper service line which are required to provide a complete and functional water samp li ng station shall be included in the price bid for Water Samp le Stations . DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein mo difi ed . 1 1102/04 ASC-102 PART DA -ADDITIONAL SPECIAL CONDITIONS INTEGRAL CURB : Integral curb sha ll be constructed along the edge of the pavement as an integra l part of the slab and of t he same concrete as the slab. The concrete fo r t he curb shall be deposited not more than thirty (3 0) 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-e ight (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 gutt ers 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 met h od described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data . Processed shop drawing submittals are not change orders . The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install , and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the des ign drawings and/or specifications are discovered , either prior to or after submittals are processed , the design drawings and specifications shall govern . The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site , fabrication processes and techniques of constriction , coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal , which signifies compliance with plans and specifications and dimensions suitable for the application . Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form . 2 . Shop drawings shall be submitted for the following items prior to installation : List the required submittals here Additional shop drawing requirements are described in some of the material specifications . 3. Address for Submittals -The submittals shall be addressed to the Project Manager: 11/0210 4 (Project Manager) City of Fo rt Wo rt h ASC-103 - PART DA -ADDITIONAL SPECIAL CONDITIONS 1000 Throc km orton Fort Worth , T X 76102 DA-57 COST BREAKDOWN In order to establish a bas is upon which partial payments to the Contractor ma y be au th orized , immed iately after execution of the contract t he Contracto r shall f urnish a detailed cost breakdown of his contrac t price arranged and itemized to meet the approva l of the Enginee r. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY All work involving paving and/or drainage shall conform to the two following published specifica ti ons , except as modified herein : STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP When H.M .A.C . greater than 9 inches in depth is encountered , it shall be replaced with a comb i nation of H .M.A.C . and 2:27 concrete base , as determ ined by the Engineer, to achieve the required thickness of pavement. DA-60 ASPHALT DRIVEWAY REPAIR At locat ions 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 Whe re di rected by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department 's Standard Specifications for Street and Storm Drain Construction , Item 116 , except as follows : All labor, equipment , tools and incidentals shall be included in the square yard bid price for the top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT Th is item shall include raising or lowering an existing meter box to the parkway grade specified No payment will be made for adjusting existing boxes which are within 0 .001 feet of specified parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box. DA-63 BID QUANTITIES Bid quant it ies of the various items in the proposal are for comparison only and may not reflect the actual quanti ties. There is no limit to which a bid item can be increased or decreased . 11 /0210 4 ASC-104 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 , th is prov ision controls . No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities . In particular , the Contractor sha ll be aware that it is the City 's intention that the quantities in Unit I be used on an "emergency " basi s only. Total quantities given in the bid proposal may not reflect actual quantities ; however, they are given for the purpose of bidd ing and awarding the contract. A contract in the amount of $200 ,000 (see Options to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bid in th is proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed . It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200 ,000 (see Options to Renew) including all change orders . DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Depart ment of Transportation prior to commencing any work therein . All work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within Highway Right-of-Way" of the General Contract Documents and Specifications , effective July 1 , 1978 , as amended. DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No . 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-66 OPTION TO RENEW The City has the right to renew this contract for three (3) one year terms/expenditures of $200 ,000 under the same terms , conditions , and unit prices . The City shall give at least sixty (60) days notice prior to the expiration of one year from the date of execution of this contract or of an option period or a like notice at such time as there is less than $20,000 left unexpended . DA-67 NON-EXCLUSIVE CONTRACT This contract is non-exclusive . During the term of this contract or any renewal hereof, the City reserves the right to advertise and award another contract for like or similar work . If a second contract is awarded , the City further reserves the right to issue work orders under either contract as it deems in its best interest , w ithout recourse . DA-68 CONCRETE VALLEY GUTTER 11102/04 ASC-105 PART DA -ADDITIONAL SPECIAL CONDITIONS This item shall include the repair/replacement of ex isting concrete valley gutters as directed by the Engineer. The proposed va lley gutters w ill be constructed accord i ng to the deta il included in these documents as well as conforming to Specification Item No . 314 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation · and Public Works Department. The unit pr ice bid for this item shall be full compensation for all materials (in cluding appl icable sub-base), labor , equipment and incidentals necessary to complete the wor k . DA-69 TRAFFIC BUTTONS The Contractor shall supply all materials and labor necessary to install traffic buttons of the same type as were previously installed at locations designated by the Engineer. The buttons to be supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed w ith a Type Ill Epoxy . The unit price bid for this item shall be full compensation for all materials , labor, equipment and incidentals necessary to complete the work. DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered , shall be replaced to match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-71 H.M.A:c. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B'' and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference . This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated , if one has not been previously calculated , for the use during density testing . For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing . After a rolling pattern is established , densities should be taken at loca t ions not more than 300 feet apart ~ The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type "D " asphalt is applied . 11 /02104 ASC-106 PART DA -ADDITIONAL SPECIAL CONDITIONS Cores to determ ine thic k ness of Type "B" asphalt must be taken before Type "D " aspha lt is applied . Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness . DA-72 SPECIFICATION REFERENCES When reference is made in these specificat ions to a particu lar ASTM , AWWA, ANSI or other specification , it shall be understood that the latest revision of such specification , prior to the date of these general specificat ions o r revisions thereof , shall apply . DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VAL VE 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 ide ntified by the Engineer. A minimum of twenty-four (24) hours advance notice shall be given when service interruption will be required. When the relocat i on 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 resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26.1. All resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. DA-75 EMERGENCY SITUAT ION, JOB MOVE-IN The Owner or Engineer shall determine when an emergency situation shall exist. When water emergency work is required , the Contractor shall mobilize to the said location within twenty-four (24) hours after given notification from the Inspector and/or Project Manager. The Contractor shall make all necessary arrangements for bypass pumping , setting up barricades , notifying citizens , etc., while waiting for other utilities to be located as directed by the Engineer. The Contractor shall work continuously until the emergency work order has been completed at a time agreed to by the Project Manager, Inspector, and Contractor. After the emergency work order has been completed , there will be no additional "Job Move-In" charges paid to remobilize back to the previous project location site . DA-76 1 %" & 2" COPPER SERVICES The following is an addendum to E1-17 , Copper Water Service Lines and Copper Alloy Couplings: 11 /02104 ASC-107 PART DA -ADDITIONAL SPECIAL CONDITIONS All fit t ings used for 1 Yi'' and 2" w ater services lines sha ll be com pressio n fit tin gs of the type produced wit h an interna l "g ripper ring " as manufactured by the Ford Meter Bo x C o., Inc., Mueller Compa ny , or approved equa l. Approved equal products shall submit shop drawings and manufacturer's catalog informat ion for approva l. Contractor shall make all cuts to the copper t ubing with a coppe r tub i ng cutter tool specifica ll y designed for this purpose in orde r to prov ide a clean , squa r e cu t. 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 ma terials 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) The work covered by these Specifications consists of the paving repair over utility cuts which have been backfilled previously by the City Water Department, as indicated by the details and possible adjacent areas damaged by blowout , etc. Included in this work will be the removal of the existing material in order to insure a paving section in conformity with existing pavement or the appropriate detail shown in this document as directed by the engineer and all other miscellaneous items of construction to be performed as outlined in the specifications , which are necessary to satisfactorily complete the wo r k. Total quantities given in the b id proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. Final payment will be based on actual measured quantities and the unit price bid in th is proposal. There will not be a direct payment for saw cutting the existing asphalt or concrete , compacting the existing subgrade or removal of the existing material. These items will be considered as subsidiary to the contract. The contractor will be required to maintain a capping course of hot mix-cold lay asphalt in areas where traffic has whipped out washed rock , until the paving repair can be accomplished. These items will be considered as subsidiary to the contract. The Inspector will pick up the repair tickets by 8:00 a.m. Monday through Thursday. The repair tickets will be issued to the contractor early the next day. Each repair ticket that is issued shall be completed within twenty-one (21) calendar days . The twenty-one (21) calendar days for completion of the job begins the day after the contractor rece ives the ticket. See special cond ition TIME ALLOWED FOR UTILITY CUTS . The Contractor shall identify to the Engineer possible locations for settlement of repaired pavement due to backfill of ditch by others. As directed by the Engineer, the Contractor shall remove and replace existing backfill with washed rock . The Water Department will est imate the necessary size of the pavement repair on each tic ket. Upon receipt of each ticket the Engineer shall determine, by measurement , the required size of each repair. All repair sizes shall be approved by the Engineer prior to any repair work . DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) 11 /02104 ASC-108 PART DA -ADDITIONAL SPECIAL CONDITIONS Contractor covenants and agrees to ful ly perform or cause to be performed , with good faith and due diligence , and in accordance with standards common to the industry and herein set forth in these Contract Documents wh ich is hereby incorporated and made a part of this contract , pavement repair to be ordered by the City at va rious times and to be performed at various places by separate repair tickets . The C ity may designate pavement to be repaired by furnishing to the Contractor a marked drawing , or street addresses contained in a written order or by marking in the filed by paint or other means , or by any or all combinations of said methods of designation . The Contractor agrees that no work will be performed without written authorization from the individual designated in writing by the Director of the Engineering Department. DA-79 CONTRACT TIME (UTIL. CUT) It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City as the need arises. It is further agreed that the term of this contract is five (5) months from the date of execution of contract work order and no orders will be accepted by the Contractor after the contract has expired . At the end of contract the Contractor will have twenty-one (21) additional calendar days to complete work already ordered and fifteen additional calendar days to bill said work for a total of thirty-six days after contract termination to complete and bill work authorized pursuant to this contract. DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) The Contractor shall be required to furnish sufficient personnel and equipment capable of completely finishing an average of fifty (50) utility cut tickets with an aggregate average of 750 S .Y. of permanent pavement repair each week. DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) The Contractor shall assist the Engineer in measuring each pavement repair before any work is started . A repair ticket will be issued for each utility cut after measurement and twenty-one (21) calendar days beginning the day after the ticket is issued will be allowed for final completion of each utility cut. See also SCOPE OF WORK. A calendar day is any day of the wee k or month , Sundays or legal holidays as defined on Page C 1-1 (4) Section C1-1 .24 Calendar Days of Part C General Conditions . DA-82 LIQUIDATED DAMAGES (UTIL. CUT) Failure to complete work on time : The Owner and the Contractor agree that it will be most difficult or impossible to ascertain the amount of damages that will be sustained by the Owner if the Contractor fails to complete t he work in the allotted time , but they both agree that the Owner would sustain substantial damages in such event. Accordingly, if the Contractor fails to complete the contract in the calendar days spec ified , a time charge shall be made for each working day thereafter, not as a penalty but as liquidated damages . 11 /02104 ASC-109 PART DA -ADDITIONAL SPECIAL CONDITIONS The contracto r shall pay liquida t ed damages of twent y-five dollars ($25 .00 ) pe r da y pe r t icket for each repair cut not comp leted w it hin twenty-one (21 ) calendar days and liquidated damages shall end on day that repairs are completed . Should the amount otherwise due the Contractor be less than the amount of such ascertained and liquidated damages , the Co ntractor and his surety sha ll be liable to the Cit y of suc h delivery . DA-83 PAVING REPAIR EDGES (UTIL. CUT) All paving repair edges shall be undamaged neat lines (by sawing or equal) and shall be parallel or perpendicu lar to the center line of the street. DA-84 TRENCH BACKFILL (UTIL. CUT) The Water Department shall place the pipe embedment and backfill with washed rock per the following specification. Washed Rock : All washed rock used for embedment or as otherwise directed by the engineer shall be washed gravel or washed crushed stone or washed crushed gravel and shall meet the following gradation and abras ion: S ieve S ize 1 Yi " 3/8" #4" #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles abrasion test: 50% Maximum wear per ASTM . DA-85 CLEAN-UP (UTIL. CUT) Final clean up work shall be done for this project as soon as the paving and curb and gutter has been constructed . Contractor shall remove all excess cold mix, washed rock and debris from the street in the area of the repair . No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. Refer also to Page C5-5 (8) Section C5-5 .17 Clean-Up of Part C General Conditions. DA-86 PROPERTY ACCESS (UTIL. CUT) Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. DA-87 SUBMISSION OF BIDS (UTIL. CUT) The proposal sections of th is special contract document is arranged to allow the Owner to make payment based on size of repair . The Contractor is requir.ed to submit a bid on all proposals Unit I , Unit 11 , Unit Ill and IV. Unit I will generally consist of small patch , less than or equal to 200 square feet. Unit II will generally cons ist of medium patch , greater than 200 square feet and less 11 /02104 ASC-110 PART DA -ADDITIONAL SPECIAL CONDITIONS than or equa l to 1000 sq u are fe et . Un it Ill w ill generally consist of large patch , greater than 1000 square feet. Unit IV will generally consis t of items necessary for each s ize Utilit y Cut Repair . The total low bidder, Units I, II , Il l and IV is the apparent successfu l bidder . If Contractor does not bid all four Units of the proposal , the bid w ill be considered as "non-responsive" and will be re jected by the Eng ineering Departmen t. DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) Regardless of the existing pavement type , base repair for Unit I shall be either min . 8" concrete base (see D-23 , 2:27 Concrete Base ) or min . 5" re inforced concrete base (see DA-35 , Rei nfo rced Concrete Pavement or Base ) as directed by the Engineer. Any dev iation from standard repair shall be approved by the Wate r Departmen t. DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) When concrete base is require d for repairs > 200 square feet in area , the base repair shall be either min .. 8" concrete base (see D-23 , 2 :27 concrete base) or as min. 5" reinforced concrete base (see DA-35 , Reinforced Concrete Pavement or Base) as directed by the Engineer. Any deviation from standard repair shall be approved by the Water Department. DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) These items will include the furn ishing and placing of H .M.A.C . surface course as directed by the Engineer. For Specifications governing Type "D" H .M.A.C . see the 1982 Texas State Department of Highways and Public Transportation , Spec . Item No . 340 "Hot Mix Asphalt ic Concrete Pavement". H.M .A.C. is also covered under Spec . Item No. 312 in the Standard Specifications for Construction , City of Fort Worth. Subsidiary to the H.M.A.C . pavement shall be sawing , removal of asphaltic material , gravel and excavation as shown on the deta ils or as directed by the Engineer. The removed surfacing shall be loaded into trucks upon removal and hauled away from the job site as directed by the Engineer. In no case shall the removed surface be stockpiled on the job site. The following work method will be performed on each utility cut: 1. Place safety signs , barricades and/or other warning devices where necessary and as required . 2. The existing asphalt pavement shall be saw cut into a square or rectangular shape and cut side faces vertically . The sawed asphalt pavement shall be a minimum of 1' outside the utility cut area . 3. Apply liquid asphalt tack to vertical faces and bottom of excavated area in a uniform manner. Do not puddle tack coat on bot t om of uti li ty cut area. Do not apply tack coat to washed rock . 4 . Place H.M.A.C . surface m ix in li fts not to exceed three (3) inches. Last or top lift shall not be less than two (2 ) inches i n thickn ess . 1 1/02104 ASC -111 • I PART DA -ADDITIONAL SPECIAL CONDITIONS 5. Each lift shall be thoroughly compacted with a plate compactor or portab le vibratory roller . Fifteen to twenty passes will be necessary with a vibratory rolle r and mi x temperature above 250 F (121 C) to ensure a good compaction . Top lift when compacted shall be approximately 1/8 inc h above surrounding pavement 6. Apply liquid asphalt around edges of patch along cold joints . 7 . Clean up surrounding area . Do not leave excess fill or excavated material on the pavement 8. Remove safety signs, barricade and/or warning devices after job is complete . Payment shall be made at the unit price per S.Y . as shown on the proposal and shall be full compensation for furnishing all labor, materials , equipment tools and incidentals necessary to complete the work. DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) Contractor will be responsible for adjusting water valve boxes , manholes and vaults to match new pavement grade. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . DA-92 MAINTENANCE BOND (UTIL. CUT) A maintenance bond in the amount of one hundred percent ( 100%) of the contract amount shall be furnished for a period of two years from the date of final acceptance of the work will be required on this project DA-93 BRICK PAVEMENT (UTIL. CUT) This item shall. include: 1. Removal and salvage of existing brick pavers for the purpose of relaying, in such a manner that no damage occurs during handling of the brick . 2. Supply additional brick pavers as necessary that meets size , shape and color of existing brick , as approved by engineer. 3. Mortar bed shall be leveled to the desired elevation , as directed by Engineer and shall not be disturbed in any way. The mortar setting bed shall consist of: a. 1 part Portland cement -ASTM C150, Type 1 b. 1 /4 part hydrated lime by volume -ASTM C207 , Type 5 c. 3 parts damp sand -ASTM C-144 (for high-bond mortar, gradation in accordance with additive manufacturer's recommendation) d. Add water to obtain stiff mix -water shall be potable quality The dry joint filler shall consist of: a. 1 part Portland cement -ASTM C150, Type 1 1110210 4 ASC-112 PART DA -ADDITIONAL SPECIAL CONDITIONS b . 6 parts dry sand -ASTM C-1 4 4 c . Do not add water High bond mortar mix shall consist of: a . 1 sack Portland cement -ASTM C150 , Type 1 b. 50 pounds workability additive -"A" Ma r ble Dust by Armco Steel Corp., Piqua Quarries , or Ute Dolomite Limestone by U .S. Lime Division of Flintkote Corp ., or Micro Fi ll No ./2 by Pure Stone Co ., of Marble Falls , Texas . c. 3 1/4 cubic feet of sand -ASTM C-144 d . 4 gallons of high bond additive -Sarabond Liquid Mortar Additive by the Dow Chemical Co . e . M ix with water in accordance with High Bond Additive manufacturer's recommendations Concrete surfaces to receive pavers shall be dry , clean fee of oily or waxy films and firm and level. Pavers with chips, cracks , or voids shall not be used . The setting bed mixture shall be spread and screeded to a true plane and shall be lim ited to that amount that can be covered with pavers before initial set. DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) Upon the direction of the Engineer, the Contractor shall provide a lime stabilized Subgrade or base in conformance with Specification Items 210 and 212 of the City of Fort Worth's Transportation and Public Works Department's Standard Specifications for Street and Storm Drainage Construction. Unless otherwise directed by the Engineer, lime shall be applied .at the minimum rate of four pounds (4#) per square yard per inch depth. Payment shall be made by the square yard at the unit price bid for the quantity measured in place and shall include all labor, equipment, material , and incidentals necessary to satisfactori ly complete the project. No payment shall be made for the hydrated lime as it shall be considered subsid iary to the bid price for lime stabilization . DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) At the direction of the Engineer, the Contractor shall stabilize the subgrade or base material with Portland Cement in conformance with Specification Item 214, Portland Cement Treatment, in the Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth , Texas Transportation and Public Works Department. Unless directed otherwise by the Engineer, Cement shall be applied at a minimum rate of five pounds (5#) per square yard per inch of depth .. DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) This pay item shall apply to all storm drain structures such as inlets, manholes , headwalls , or other facilities which , in the op inion of the Engineer requ i re repair. The Cont ractor shall remove and replace the tops of exist ing drainage structures and a port ion of the walls of the structure as directed by the Eng i neer. The vertical reinforcing steel bars in the walls shal l be cleaned of any concrete or dirt and exposed a minimum of twelve (12) inches . New steel shal l be used in the recons t ruction of the walls and top. 11/02104 ASC-113 PART DA -ADDITIONAL SPECIAL CONDITIONS No paymen t sha ll be made for manhole frames , lids , steps and ot he r miscellane o us items of construct ion , as they shall be considered subsidiary to th e un it price bid for Repair of Storm Drain Structures . Unless d irected otherwise by the Enginee r , th e existing manhole frames , lids , and other misce ll aneous items may be reused . Storm Dra i n Structure Repa i r shall be performed in conformance w ith specificat ion Item 444 , "Manholes and Inlets", and Drawing No. S-SD1 through S-SD20 of the City of Fort Worth Transportation and Public Works Department's Standard Spec ifications for St reet and Storm Drain Construction and shall further apply to all storm drainage facil ities of a sim il ar design and construction . Payment for Repair of Storm Drain Structures shall be made by the cubic yard of concrete required to reconstruct the structures as well as all steel , etc . in conformance w ith the appropriate drawings . DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) In high traffic areas where the utility cut repair must be returned to service sooner than a normal cure time will allow, the Contractor shall use concrete admixtures as outl ined in Item 422 , "Concrete Admixtures" or ready made mixes such as "Rapid Set" concrete mix or approved equal. Any and all materials used shall conform to the above mentioned Item 422. Payment for quick set concrete shall be made at the unit price bid per CY as shown on the proposal and shall be full compensation for furnishing all labor, materials , equipment , tools , and incidentals necessary to complete the work. DA-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 cost 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 mainta in . An arbitrary figure has been placed in the Proposal ; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor'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 Contr'actor 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) All applicable prov isions of Standard Specification Item 504 "Concrete S idewalks and Driveways" shall apply . 11 /02104 ASC-114 PART DA -ADDITIONAL SPECIAL CONDITIONS The Contractor shall construct standard concrete sidewal k and wheelchair ramps as shown in the details or as directed by the Eng ineer . All concrete flared surfaces (whee lchair ramp wing or curb ) shall be colored with LITHOCHROME color hardener or equal. A br ick red color , a dry-shake hardener manufactured by L.M . Scofield Company or equal , shall be used in accordance with manufacturer's instructions . Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension , or other dimensions approved by the Engineer, meeting the aforementioned specification if needed . The sample , upon approval by the Engineer shall be the acceptable standard to be applied for all wheelchair ramp construct ion . Surface coloring shall be subsid iary to the unit price for this pay item . The method of application sh.all be by screen , sifter, sieve or other means in order to provide for a uniform color distribution . DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) The following criteria will be used to determine the limits of concrete pavement repair for this contract: 1. The minimum size of repair for concrete shall be S'x 5'. 2. Whenever the limits of the repair are 8 feet or less from an adjacent joint of any type , the replacement shall be extended to that joint. 3 . Dummy joints shall be sawed across any panel where a construction joint intersects the panel and a joint does not exist. All new joints (construction or dummy) shall be parallel with existing joints . 4 . Depending on the existing longitudinal joint spacing and the limits of the damaged pavement, the contractor may be required to extend the replacement to the halfway point of the panel. The determination shall be made by t he inspector on a case by case basis in order to assure uniform joint spacing. Payment for all concrete pavement repairs shall be made at the unit price bid per square yard as shown in the proposal and shall be full compensation for furnishing all labor, materials , equipment, tools, and incidentals necessary to complete the work . However, payment for sawcutting dummy joints in adjacent panels shall be made under the appropriate bid item . DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) This item shall apply for the placement of concrete curb and gutter on H.M.A.C. paved streets . Specification item no . 502 of the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction shall govern this item. DA-102 PAYMENT (UTIL. CUT) Because of the unique nature of this contract , CB-8 .5 PARTIAL ESTIMATES AND RETAINAGE of the General Cond itions shall not apply and shall be superseded by the following: (Please i nitial below) 11/02104 ASC-115 PART DA -ADDITIONAL SPECIAL CONDITIONS Wheneve r the improvement s prescribed by an individua l Work Orde r ha ve bee n comp leted , t he Contractor sha ll no ti f y the Eng i neer. The Enginee r or other appropriate official of t he Owne r w ill , within a reasonable time , perform the inspections . If such inspection reveals that the improvements are in an acceptable condition and have been completed in accordance with the terms of the Contract Documents and all approved modificat ions thereof , the Eng ineer will recommend acceptance of the wor k under that particular Work Order and recommend payment therefore . If the Engineer finds that the work has not been completed as required, he shall so advise the Contractor in writing , furn ishing him an itemized list of all known items which have not been completed or which are not in an acceptable condition . When the Cont ractor has corrected all such items , he shall aga i n notify the Engineer that the improvements are ready for inspect ion, and the Engineer shall proceed as outlined above. Whenever the improvements prescribed by the individual Work Order have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, an estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations , and checks can be made. The amount of the estimate will be paid to the Contractor after acceptance by the Water Department Director , provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the estimate for payment, the Contractor shall execute an affidavit, as furnished by the City , certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials under that Work Order have been paid in full , that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages . The acceptance by the Contractor of the individual payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the wo r k under that Work Order or any act or neglect of said C ity relating to or connected with the Contract. The making of the payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which spec ifically continue thereafter. Bidder's Initials --------- DA-103 DEHOLES (MISC. EXT.) The Contractor excavates for exist ing water and/or sanitary sewer main as deta iled by work order together wi t h a sketch . The location and d imensions 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 locat ion of, existing unde rground utilities . It shall be the Contractor's responsibility to verify locat ions of adjacent and/or conf li cting utilit ies suffic iently in advance of construction in order that he may negotiate such local adjustments as necessary in the deho le process to provide adequate clearances . The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities result ing from the Contractor's operations , shall be restored at his expense . 1 110 2/04 ASC-116 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 appropr iate bid item . DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) The Contractor shall have no more than three (3) locations under construction at any one time , unless approval by the Engineer has been granted in writing . DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) Care shall be taken to keep all water extensions clean and free from foreign objects. Chlorinated lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe laying, water shall be introduced slowly for sterilization, after which the extension shall be thoroughly flushed with clean water . Risers shall be installed, as directed by the Engineer , for flushing and for providing sample points for bacteria tests. The water main extensions of the project shall be tested under normal line pressure and any leaks observed shall be immediately repaired . DA-106 BID QUANTITIES (MISC. EXT.) Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limi t 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 quant ities . DA-107 LIFE OF CONTRACT (MISC. EXT.) It is contemplated that Work Orders will be issued to the Contractor for work to be performed under this Contract for not to exceed 365calendar days following the date of the Contract nor to exceed the limit of the bid price , whichever should occur first. The Contractor shall be required to complete any work covered by a Work Order issued prior to that date of termination but will not be required to accept any work order for execution dated after that date of termination . If the cost of the work performed under this Contract is less than the limit of the bid price at the end of the 365 calendar day period , at the City's option and the Contractor's concurrence, the Project may be extended to the limit of the bid price . DA-108 FLOWABLE FILL (MISC. EXT.) 1. Description : The flowable fill material shall be delivered to the si t e , 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 ma xim um twent y-eight (2 8) day compress ion strength of not le ss than 60 and 11 /02104 ASC-117 - • 1 PART DA -ADDITIONAL SPECIAL CONDITIONS no t more than 85 PSI allowing the material to be removed w ith hand too ls suc h as picks and shovels . The height of free fa ll of the flowable fi ll sha ll not exceed four (4 ) fee t . 2. Material Specificat ions : Flowable fill shal l consist of: a. An app ropriate amount of Portland Cement meet ing ASTM C-150 (with ot her addi ti ves as necessary). b. Aggregates meeting ASTM C-33 c. Sand or fine aggregates as per City of Ft. Worth Standard Spec ifications for Street and Sto r m Dra i n Construction Item 406 d. Flyash , Class C or F, meeting ASTM C-618 e. Admixtures 1. Mineral admixtures will be pozzolanic 2 . Chemical admixtures shall be in liquid or powder form used in standard ready-m ix concrete products unless specifically designed for flowable fill. Permissib le types of admixtures are : a. High air generators, as manufactured by Grace Construction Products or approved equal , which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence , and control compressive strength . b. Air entraining admixtures conforming to ASTM C-260 . c . High range water reducers conforming to ASTM C-494 Type For 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.) Contractor shall take all precautions to carefully remove all existing brick pavers . The brick pavers shall be handled with extreme care to avoid chipping and/or breaking of pavers. Until installed , they shall be cleaned and neatly stacked on pallets (not to exceed 3 feet in height). If necessary , all new brick pavers used on this project shall meet the spec ifications for ASTM C1272 . The brick shall be a Type F heavy vehicular paving brick a minimum 2 5/8 " thick , with spacer nibs or lugs , and match the existing brick in size, shape, and color. The brick pavers will be set on a %-inch sand/cement bedding m ixture . The sand used shall conform to ASTM C33 excluding all stone screenings that may pass the C33 sieve analys is . The cement sand ratio shall be 1 sack of cement per 1 CY of sand or as directed by the Engineer. Filter fabric 12-inches wide will be installed over every construction , and/or expansion joint as well as all vertical surfaces. Once the br ick pavers have been installed they w ill be vib rated into the sand bed . Sand conforming to C33 will then be swept into joints and vibrated again . All bric k sha ll be installed per the manufacturer's recommendations . The resulting repair shall provide a smooth driv i ng surface and match all applicable street grades , cross slopes , and crowns . 11/02104 ASC -118 PART DA -ADDITIONAL SPECIAL CONDITIONS The price bid pe r linear foo t for "BRICK PAVEMENT REPAIR " as shown in the Proposa l w ill be ful l paymen t for materials includ ing all labor , equipment , tools and i ncidentals necessary t o complete the work . DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) The Engineer shall determine and des ignate to the Contractor the location of the service main requiring replacement by a Work Order together with a sketch for each such replacement , giving the limits , size and nature of work required . The Engineer will notify the Contractor that a Work Or9er is ready and fax the Contracto r a copy of the Work Order notificat ion . The Contracto r is to provide his fax number to the Engineer at the pre-construction conference. Single or several Work Orders may be issued at one t ime . The Contractor shall initiate work on a replacement within seven (7) working days of the date the Work Order is faxed to the Contractor , and cont inue work on the Work Order until it has been completed , not including paving . The Contractor shall furnish and supply sufficient equipment and personnel to complete the Work Order in the amount of time provided for in the Work Order. Should the Contractor fail to start any Work Order within the time spec ified , he shall add the necessary work crews and equipment to prosecute the work to complete the Work Order or Work Orders in the time provided therefore . DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) Should the contractor fail to complete an individual work order in the given amount of calendar days as specified on each ind ividual work order, liquidated damage charges as prescribed in Part C -General Conditions C7-7 .10 T ime of Completion will be subtracted from the final pay estimate of that particular work order. The estimated amount for each particular work order will be used for determining the amount of damages charged per calendar day of time exceeding the specified amount. The first two paragraphs of Part C -General Cond itions C7-7 .10 Time Of Completion shall be replaced with the following : The time of completion of each individual work order in an essential element of this contract. Each work order issued will have the maximum allowed number of calendar days allowed for the completion of that specific work . The number of calendar days specified will be calculated as follows : The total estimated cost for the specific work order div ided by 2000 (r ounded up) + 10 days = Number of Calendar Days allowed for Construct ion of Individual Work Order. DA-112 MOVE IN CHARGES (MISC. REPL.) A Work Order may contain one or more locations . One move-in fee will paid to the cont ractor per Work Order issued. Locat ions for mult iple sit es per Work Order will be in the same general vicinity , if possible , and if so , only one mobil ization charge will be paid . When water and sewer work are required only the water move in fee will be paid . At no time will both fees be paid for one specific location . DA-113 PROJECT SIGNS (MISC. REPL.) 1 110210 4 ASC-119 '1 PART DA -ADDITIONAL SPECIAL CONDITIONS Project Signs are required at all loca ti ons which w i ll be unde r construction fo r m or e than thirt y (30 ) calendar days as ind icated in Part B Proposal. Project Signs shall be in accordance with Figure 30 (dated 9-18-96 ) of the Genera l Contract Documents . The s igns ma y be mounted on skids or on posts . The exact loca ti ons and methods of mounting shall be approved by the engineer. Any and all costs for the required materials , labor, and equipment necessa ry for the furnishing of Project S igns sha ll be considered as a subs idia ry cos t of the pro j ect and no add itional compensation wi ll be all owed. DA-114 LIQUIDATED DAMAGES (MISC . REPL.) The Contractor shall pay liquidated damages of one hundred dollars ($100 .00 ) per day per Work Order, for failure to begin a Work Order within the seven (7) working days of the date the Wo rk Order is faxed to the Contractor. Fai lure to complete proj ect with in the stipulated construction t i me on the Work Order , the Contractor w ill pay liquidated damages in the amount stipulated in these contract documents. DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) Because of the un ique nature of this contract , the number of t rench safety system designs required is not known at the time bids are received . While the contractor is still bound by the latest version of the U.S. Department of Labor, Occupational Safety and Health Admin istration Standards , 29 CFR Part 1926 , Subpart P-Excavations as detailed in D-26 Trench Safety System , it is the City 's intention that all costs incurred by the Contractor in acquiring trench sa f ety designs be included in the unit price bid for Job Move in . DA-116 FIELD OFFICE As specified in Part C, General Cond itions CS-5 .6 , the contractor shall provide a fie ld office exclusively for the City of Fort Worth Construction Manager and coordination meeti ngs for the following: A. Temporary field offi ce shall be established on the job site where approved or directed by the Eng ineer, adequately furnished . B. Contractor shall provide either a separate building or a partit ioned-off space of at least 140 sq ft of floor space with solid lockable door in Contractor's building for the exclusive use of the City of Fort Worth Construction Manager throughout the period of construction . The temporary office shall be weathertight , have a tight floor at least 8-in off the ground and shall be insulated and suitably vent ilated . The office shall be provided with janitor service, heating and cooling equipment, electrical wiring , outlets and fixtures suitable to light the tables and desk adequately as directed . Provide separa t e toilet facilities in the field office . C. Prov ide the following furniture and equipment in the Construction Manager's office : 1. One plan table, 3-ft by 5-ft and one stool 2 . Desk about 3-ft by 5-ft with desk cha ir 3. Two add itional chairs 4 . Two-drawer, filing cab inet with lock Field office shall also have available to the Construct ion Manager the following : 11 /02104 ASC-120 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. One conference table (6-ft ). 2. Eight folding chairs . 3. First aid ki t suitable for ten people with manua l, American White Cross No . K1 O or equal. 4 . Duplicating machine , Xerox Model 10251 or equa l. D Contractor shall furnish temporary light and power, including wiring , lamps and similar equipment as required to adequately light all work areas and with sufficient powe r capacity to meet the reasonable needs of the Construction Manager. Contractor shall make all necessary arrangements with the local electric company for temporary electric serv ice an d pay all expenses in connection therewith and pay all electrical bills . DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan . A traffic control plan has been prepared and is included in the project plans . All other requirements of D-8 shall apply . DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The contractor shall coordinate his work with the work of other contractors on remaining units of this project. The contract documents indicate the starting and stopping points for each of the units of the project. The plans indicate "connecting to an existing pipeline " constructed by others and ending the line with the installation of a plug. If the start of the project cannot be connected to the previous unit , the contractor will begin his line with a plugged section of pipe. If the pipeline is constructed for the connecting unit the contractor shall connect his line with the adjoining unit in lieu of installation of a plug . Contractor will be paid for "connection" to existing line or installation of blind flanges based on the unit price bid for the water or sewer ma in. 1 1102/04 ASC-121 TABLE OF CONTENTS E 1 Material Specifications SECTION E1 -MATERIAL SPECIFICATIONS JANUARY 1, 1978 SECTION E -SPECIFICATIONS JANUARY 1, 1978 All materia ls , construct ion 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 Specificat ions , together w ith any add it ional material specificat ion(s), construction(s) or later revision(s). (See revisions listed on this sheet). Sections E 1, 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 re ference for all purposes , the same as if cop ies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX E1 MATERIALS SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20. 1981, follow: E 1-2.4 Backfill: (Correct minimum compaction requ irement to 95% Procto r density and correct P. I. v a lue s as follows:) c. Add itional backfill requirements when approved for use in streets : (1) Type B Backfill (c ) Maximum plastic index (Pl) sha ll be§. (2) Type C Backfill (a ) Material meeting requirements and having a Pl of§. or less shall be cons idered as suitable for compaction by jetting. (b ) Material meeting requirements and hav ing a Pl of~ or more sha ll be cons id ered for use only with mechanical com~action. E 1-2.11 Trench Backfill: (Correct minimum compaction requirement wherever it appears in this section to 95% Proctor density except for paragraph a.1. where the "95% mod ifi ed Proctor density" shall remain unchanged). (a) Material meeting requirements and having a Pl of§. or less shall be considered as suitable for compaction by jetting. (b ) Material meeting requirements and having a Pl of~ or more shall be considered for use only with mechanical compaction. E 1-2.11 Trench Backfill: (Correct minimum compaction requirement wherever it appears in thi s section to 95% Proctor density except for paragraph a.1 . where the "95% modified Proctor density" shall remain unch anged ). SECTION E1-18A-REINFORCED PLASTIC WATER METER BOXES E 1.18A.1 SCOPE: This specification covers three types of water meter boxes, T y pe A Type Band Type C. E1 .18A.1 .1 C lass A Standard Meter Box: Intended for use with services utilizi ng 5/8" X o/..", %'' and 1" meters . E1 .18A.1.2 Class B Standard Mete r Box: Intended for use with services utilizing 1-1 /2" and 2" meters . E1 .18A.1.3 Class C S tandard Me ter Box : Intended for use w ith services utilizing two 5/8" X o/.. or o/.." meters. E1 .18A.2 CONSTRUCTION: Reinforced plastic water meter boxes and iron cover lids under th is spec ification will include three specific sizes of a rectangular shape. Those three sizes will be referred to us: CLASS 'A', 11" x 18" Box, 12" high CLASS '8', 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 L inear Medium Density Po lyethylene (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 s idewall load. The meter box exterior shall be free from seams or parting lines and all edges and comers are to be smooth and free from sharp edges so the unit can be handled safely without gloves. E1.18A.4 IRON METER BOX LID SPECIFICATION The meter box lids are to be made of cast iron according to ASTM A48-84, Class 30-B or ducti le iron according to ASTM A-536. The lids shall withstand a minimum vertical load of 15,000 pounds . Castings are coated with a bituminous emuls ified 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. Casting weights may very plus or minus(+/-) five percent from drawing weight per industry standards. A. GENERAL CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLI C WORKS DEPARTMENT TECHNICAL SPECIFICATION FOR MANHOLE JOINT SEALING Th is specification covers a cold-app lied performed flexible butyl rubber or plastic sealing compound for sealing interior and /or exterior j oints on concrete manhole sections. It governs all manho les, vaults, etc., constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed 0-ring gasket, and shall require a bitumastic joint sea lant in al l joints as per Figure M attached . B. MATERIALS This sealant shall be preformed and trowelable bitumastic as manufactured by Kent-Seal , Ram-Nek , E-Z Stick or equal. The joint sealer shall be supplied in either extruded rope-form of suitable cross -sectional area or flat tape form 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 adhes ive properties or cohesive strength . The jo int sea ler shall remain to tally flex ible without shrinking, hardening, or oxidizing regardless of the length of time it is ex posed to the e lements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a performed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. C. 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. A primer shall be applied to all surfaces prior to installing the joint sealant in accordance with the recommendations by the manufacturer. The protective paper wrapper shall remain on the joint sealant until immediately prior to placement of the pipe in the trench . After removal of the protective paper wrapper, the joint sealant shall be kept c lean. Install frames and cover over manhole opening with the bottom of the rings resting on bitumastic joint sealer. Manhole frames and covers shall be McKinley, Type N, with indented top design, or equal , with pick slots . 1. Frames, unless otherwise shown on the drawings, shall rest on two (2) rows (inside and outside) of bitumastic jo int sealer. 2 . Grade adjustment rings shall also rest on two (2) rows of bitumastic jo int sealant. D . SEALING AND/OR ADJUSTING EXISTING MANHOLES Excavate (rectangu lar f ull depth saw cut if in pavement) adjacent to the manho le to expose the entire manho le f rame and a mi nimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. MJS -1 1. Remove manhole frame from the manhole structure and observe the cond it ion of t he frame . The existing frame shall be used wherever possible . Any existing frame shall be used wherever poss ible. Any frame that is not su itable for use as determined by the Engineer s hall be replaced. Separa te and observe the condition of the grade adjustment rings. If the grade rings are loose , deteriorated , broken , or show structural defects, replace them in accordance w ith these specifications. Replace adjustments that are constructed of brick, block, or materia ls other than precast concrete with precast concrete ring·s, or where necessary, and approved by the Engineer, a precast flattop section. Precast concrete rings , or a precast concre te flattop section wil l be the only ad j ustment s allowed. 2. In brick or block manholes where it is difficult to de t ermine where grade adjustmen t s and wal ls meet, replace the upper portion of the manhole to a po int 24 inches below the frame . If the wal ls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade adjustments or manhole frame. Existing brickwork, which is structurally satisfactory, if damaged by the Co ntractor, shall be replaced at the Contractor's expense. 3. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris . Coat exposed manhole surfaces with an approved bonding agent followed w ith an application of a quick setting hydraulic cement to provide a smooth working surface . 4 . If the inside diameter of the manhole is too large to safely support new ad j ustment rings or frame, a flattop section shall be installed. 5. Joint surfaces between the frame , adjustment rings and cone section shall be free of d irt , stones and voids to ensure a watertight seal. Please a flexib le gasket joint material in two concentric rings along the ins ide and outside edge of each j o i nt, or use trowe lable materia l in lieu of preformed gaske t ma teria l. Pos ition the butt joint of each length of j oint ma t erial on oppos ite sides of t he manho le. Not stee l sh i ms , wood, stones, or any material not specifically accepted by the Engineer may be used to obta in fina l su rf ace elevat ion of the manhole frame. 6. In paved areas or future paved areas , castings shal l be installed by using a straight edge not less than ten (10) feet long so that the top of casting will conform to the s lope and finish elevation of the pa v ed surface . The top of the casting shall be 1 /8 inch below the finished elevation . Allowances for the compress ion of the joint ma terial shall be made to assure a proper final grade elevation. 7. Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than ( 1) inch or less than one half ( 1 /2) inch above the surround ing ground . Backfill shall provide a un iform slope from the stop of manhole casting for not less than three (3) feet each direction to ex isting finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lin ing the entire area regraded near the manhole. 8. Manholes in open fields, unimproved land , or drainage courses shall be at an e leva ti on shown on t he drawings or minimum of 6 inches above grade. E . MEASUREMENT AND PAYMENT The price bid for new manhole installations shall include t he cost of j oint sealing and payment w ill be made from the appropriate Bid ltem(s ). F o r ex isti ng manho le ad j ustment and /or seal in g , the cos t of sea li ng shall be inc luded i n the appropriate b id it em and payment wil l be made for these items . MJ S -2 SECTION C UNIT II: TRANSPORTATION/ PUBLIC WORKS SPEC IAL PROVIS IONS FOR STREET AND STORM DRAIN GENERAL CONSTRUCTION NOTES (TPW) SPECIAL PROVISIONS FOR STREET AN D STORM DRAIN IMPRO VEMENTS Table of Contents 1. SC OPE OF W ORK ................................................................................................................................... SP-4 2 . A WARD OF C ONTRACT ........................................................................................................................ SP-4 3. PREC ON STRUCTION CONFEREN CE .................................................................................................. SP-4 4 . EXAM IN A T ION OF SITE ...................................................................................................................... SP-4 5 . BID SUBMITTA L. .................................................................................................................................... SP-5 6. WATER FOR CO N STRU CTION ............................................................................................................. SP-5 7. SANITARY FA CILITIES FOR WORKMERS ......................................................................................... SP-5 8 . PAYMENT ................................................................................................................................................ SP-5 9 . SUBSIDIARY WORK .............................................................................................................................. SP-5 10 . LEGAL RELA TlONS AND RESPONSIBILITIES TO THE PUBLIC ...................................................................................................................................... SP -5 11. WAGERATES .......................................................................................................................................... SP-5 12 . EXISTING UTILITIES ............................................................................................................................. SP-5 13 . PARKWAY CONSTRUCTION ................................................................................................................ SP-5 14 . MATERIAL STORAGE ........................................................................................................................... SP-5 15 . PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS .......................................................................................................................... SP-6 16 . INCREASE OR DECREA SE IN QUAN TITIES ...................................................................................... SP -6 17 . CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS ........................................................... SP-6 18. EQUAL EMPLOYMENT PROVISIONS ................................................................................................. SP-6 19 . MINORITY AND WOMENS B U SINESS ENTERPRISE (M/WBE) COMPLIANCE ........................................................................................................................ SP-7 20 . FINAL CLEAN UP ................................................................................................................................... SP-8 21. CON TRACTOR'S COMPLIANCE WITH WORKER 'S COMPENSATION LAW .......................................................................................................................... SP-8 22 . SUBSTITUTION S ................................................................................................................................... SP -11 2 3. MECHANICS AND MATERJALSMEN 'S LIEN ................................................................................... SP -11 24. WORK ORDER DELAY ........................................................................................................................ SP-11 25 . WORKING DAYS .................................................................................................................................. SP-11 26 . RIGHT TO ABANDON .......................................................................................................................... SP -11 27. CONSTRUCTION SPECIFICATIONS .................................................................................................. SP-1 1 2 8. MAINTENANCE STATEMENT ........................................................................................................... SP -11 29. DELAYS .................................................................................................................................. SP-11 30. DETOURS AND BARRICADES ........................................................................................................... SP-12 3 1. DISPOSAL OF SPOIL/FILL MATERIAL ............................................................................................. SP-12 3 2. QUALITY CONTROL T ESTING .......................................................................................................... SP-12 3 3. PROPERTY A CCESS ............................................................................................................................. SP-13 34 . SAFE TY RESTRICTION S -WORK NEAR HIGH VOLTA GE LINE S ............................................... SP -13 3 5. WATER DEPARTMENT PRE-QUALIFICATIONS ............................................................................. SP -13 36. RIGHT TO AUDIT ................................................................................................................................. SP-13 37 . CONSTRUCTION STAKES ................................................................................................................... SP -14 3 8. LOCATION OF NEW WALKS AND DRIVEWAYS .......................................................................... SP -14 !~:'r .... ,· !~{;~L1~~i~~:~:i:.~,~:.~}f~?~.~~~.::::·:.:'.;_'.::::·::::::,::·::_:::::::·:::::}:::.'.::::::::::;:::·:::::::::'.:::;::'~;:~~. J0/27/04 SP-1 SPE CIAL PRO V ISIONS F OR STREET AN D STORM DRAIN IMPROVEMENT S Table of Con ten ts CONSTRUCTION ITEMS : 41. PAY ITEM -UNCLASSIFIED STREET EXCAVATION ...................................................................... SP -15 42. PAY ITEM -6" REINFORCED CONCRETE PAVEMENT .................................................................. SP -1 6 43. PAY ITEM -SILICONE JOINT SEALING ............................................................................................. SP-16 44. PAY ITEM -7" CONCRETE CURB ....................................................................................................... SP -20 45. PAY ITEM -RETAINING WALL.. ......................................................................................................... SP -20 46. PAY ITEM -REPLACE EXIST. CURB AND GUTTER ........................................................................ SP -20 47. PAY ITEM -HMAC TRANSITION ........................................................................................................ SP -20 48. PAY ITEM -6" PIPE SUBDRAIN .......................................................................................................... SP -20 49. PAY ITEM -TRENCH SAFETY ............................................................................................................. SP-20 50. PAY ITEM -8" THICK LIME STAB ILI Z E D SUBGRADE AND CEMENT FOR SUBGRADE STABILIZATION ............................................................................................................... SP-21 51. PAY ITEM -6" HMAC PAVEMENT (THICKNESS TOLERANCES AND HMAC TESTING PROCEDURES) ................................................................................................................. SP -21 52 . PAY ITEM -CONCRETE FLAT WORK (CURB , CURB & GUTTER, SIDEWALKS, LEADW ALKS, WHEELCHAIR RAMPS AND DRIVEWAYS) ...................................... SP -22 53. PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS , LEADW ALKS AND WHEELC HAIR RAMPS ................................................................. SP -22 54 . PAY ITEM -REMOVE EXISTING CURB AND GUTTER ................................................................... SP -22 55. PAY ITEM -REMOVE EXISTING CURB INLET ................................................................................ SP-22 56. PAY ITEM -6" REINFORCED CONCRETE DRJVEWA Y .................................................................. SP -23 57. PAY ITEM -REMOVE AND CONS TRUCT CONCRETE STEPS ....................................................... SP -23 58. PAY ITEM-4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAM P ...................................................................................................... SP -23 59. PAY ITEM -REMOVE AND REPLACE FENCE .................................................................................. SP -23 60 . PAY ITEM -STANDARD 7" CURB AND 18" GUTTER ...................................................................... SP -24 61. PAY ITEM-REMOVE AND RECONSTRUCT MAILBOXES /MISCELLANEOUS ........................... SP -24 62. PAY ITEM -BORROW ........................................................................................................................... SP -24 63. PAY ITEM -CEMENT STABILIZATION ............................................................................................. SP-24 64 . PAY ITEM -CEMENT ........................................................................................................................... SP -24 65. PAY ITEM -NEW 7" CONCRETE VALLEY GUTTER ........................................................................ SP -24 66. PAY ITEM -STORM DRAIN INLETS ................................................................................................... SP -25 67. PAY ITEM -TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN ......................................................................................................... SP -25 68. PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS . EQUAL TO OR GREATER THAN 1 ACRE) ................................................................... SP -25 69. PRE BID ITEM -PROJECT DESIGNATION SIGN .............................................................................. SP -27 70 . PRE BID ITEM -UTILITY ADJUSTMENT .......................................................................................... SP -27 71. PRE BID ITEM -TOP SOIL.. .................................................................................................................. SP -27 72. PRE BID ITEM -ADJUST WATER VAL YE BOX ............................................................................... SP-28 73. PRE BID ITEM -MANHOLE ADJUSTMENT ...................................................................................... SP-28 74. PRE BID ITEM -ADJUST WATER METER BOX ............................................................................... SP -28 75. NON -PAY ITEM -CLEARING AND GRUBBING ............................................................................... SP-28 76 . NON -PAY ITEM -SPRINKLING FOR DUST CONTROL. .................................................................. SP-28 77. NON-PAY ITEM -PROTECTION OF TREES , PLANTS AND SOILS ................................................ SP -28 78 . NON-PAY ITEM -CONCRETE COLORED SURFACE ...................................................................... SP -29 J 0/27/04 SP -2 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 79 . NON -PAY ITEM -PROJECT CLEAN-UP ............................................................................................. SP-29 80. NON -PAY ITEM -PROJECT SCHEDULE ............................................................................................ SP -29 8 1. NON -PAY ITEM -NOTIFICATION OF RESIDENTS .......................................................................... SP-29 82. NON -PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNI NG CONSTRUCTION .............. SP-29 83 . NON -PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING ....................................... SP -30 84. NON -PAY ITEM -WASHED ROCK ... , ................................................................................................. SP -30 85. NON -P AY ITEM -SAWCUT OF EXISTING CONCRETE .................................................................. SP-30 86. NON-PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .......................................................................................... SP-30 87. NON-P AY ITEM -TIE-IN INTO STORM DRAIN STRUCTURE ....................................................... SP -31 88. NON-PAY JTEM -SPRINKLER HEAD ADJUSTMENT ..................................................................... SP-31 89. NON -P AY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS .............................. SP-3 1 9.90?-':°' .,· NON 'PAY1TEM-TEMP0RARY ER0SION;'SED.IMENT:AND WATER 9i.~tYLl;';~ON~xy ii+~~1?f:~ztgt~rti~;~~fr3~::§I:~3~s.~t:~:1-.?}~.?:~:!~t t.Ir::f~?.J:~;~}1 10/27/04 SP-3 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: PAVING RECONST RUCTION: D.O .E. NO. 1. SCOPE OF WORK : The work covered by these plans and specifications consist of the following: Reconstruction of and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work . 2. AWARD OF CONTRACT: Submission of Bids: Unit 1 and Unit II constitute a package : Jf the Contractor submits a bid on both Unit 1 and Unit II and has the lowest responsive proposal price, the Contractor will be the apparent successful bidder .for this project. .The Contractor can bid either the HMAC alternate and/or"the Concrete alternate: The additive alternate .must be included in an_y bid. Bidders are hereby informed that the Dfrector·of the Department:of Erigineering reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. 3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Eng ineer , and City~ City shall meet at the call of the City for a preconstruction conference before any of its work begins on this project. At this time , details of sequencing of the work , contact individuals for each party, request for survey , and pay requests will be covered . Prior to the meeting, the Contractor shal l prepare schedules showing the sequencing and progress of their work and its effect on others. A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction . As Li'sed hereih; the term ."Engiheer" sh ail mean the design engineer y;h'o prepa red and sealed the plans , specification? and contract documents forth is -project. 4 . 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 cOndiHohs that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be remo v ed. Proper consideration shou ld be given to these details during preparation of the Pro posa l and all unusua l congitions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. During the construction of this project , it is required that all parkways be excavated and shaped including bar ditches at the same time the roadway is excavated . Excess ex cavation will be disposed of at locations approved by the Engineer. During construction of this project, the Contractor shall comply w ith present zoning requirements of the City of Fort Wo rth in the use of vacant property for storage purposes. 5 . BID SUBMITTAL : B idders shal l not separate , detach or remove any portio n, seg m ent or sheets from the co nt ract doc u ments at any time . Failure to b id or fu lly execu te co nt rac t w it hout retaining 10/27/04 SP-4 cont ract docu m en ts intact ma y be grounds fo r designating bid s as "non-res pons ive " an d rejectin g bids as appropriate and as determined by t he Director of the Department of Eng ineering . 6. WATER FOR CONSTRUCTION: Water for construction will be f urnished by the Contractor at his own expense . 7. SAN ITARY FAC I LITIES FOR WORKERS: The Contracto r sh all pro v ide all necessa ry convenie nces for the use of workers at the project site . Specific attention is directed to th is equipmen t. 8 . PAYMENT: The Contractor shall rece ive full payment from th e Ci ty for all the wo rk based on un it prices bid on the proposal and specified in the plans and specifi ca ti ons and ap proved by the Engineer per actual field measurement. 9. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans, the Genera l Contract Documents or these special Contract Documents , in which no specific item for bid has been prov ided for in the Proposal , shall be considered as a subsidiary item or work, the cost of which shall be included in the price bid in the Proposal for each bid item ,. incl!,Jdrng but not limited .to su _rface restoration cleanup arid ' relocation of mailboxes . All objectionable matter required to be removed f[p(ll within the right-of-way and not particularly described unde r these specifications shall be covered by Item No . 102 "Clearing and Grubbing " and shall be subsid iary to the other items of the contract. 10 . LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC : The Con tractor 's particular attent ion is directed to the requirements of Item 7, "Lega l Rela t ions and Respons ibilit ies to t he Public " of the "Stand_ar,d Specific$tion5.J of'Str.~eti3rid $jormprain Cor,sfcuctiqn ".. 11 . WAGE RATES : The labor classifications and min imum wage rates set forth he rei n have be en predetermined by the C ity Counc il of the City of Fort Worth , Te xas , in accordance w ith statut ory requ irements , as being the prevailing classifications and rates that shall govern on al l wo r k performed by the Contractor or any subcontractor on the si te of the project co vered by these Contract Documents. In no event shall less than the following rates be paid. (Attached at the end of this section .) 12 . EXISTING UTILITIES: The locations and dime nsions shown on the plans re la ti ve to exi sti ng ut i lities are based on the bes t information ava ilable . It shall be t he Cgntracto r's re spons ib ili ty to verify location of adjacent and /or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance. The Contractor shall take all necessary pre cau t io ns in ord e r to protect all services encountered . Any damage to ut ilities and any losses to the ut ility City due to disruption of serv ic e resulting fro m the Contractor's operations shal l be at the Contractor's ex pense . 13 . PARKWAY CONSTRUCTION : During the construction of this project , it will be re quired th at all parkways be ex cavated and shaped at the same t ime the roadway is exca vated. Excess excavation will be d isposed of at locations approved by the Director of the Departmeri i of Engineering. 14. MATERIAL STORAGE: Materia l shall not be stored on private property unless th e Contractor has obta ined permiss ion from the property City . 15 . PROTECTION OF EX ISTIN G UTILITIES AND IMPROV EMENTS : The Con tr ac tor sh all t ake ade quate measures to pro te ct a ll ex ist ing structures , improvem en ts and ut ilitie s , whi ch ma y be 10/27/04 SP-5 encountered. The util ity lines and condu its show n on the plans ar e for information onl y and are no t gua ranteed by the Cit y or the Enginee r to be accurate as to extent, locat ion and depth , the y are shown on the plans as the best information ava ilable at the time of design, from the Owners of the util ities involved and from evidences found on the ground. 16 . INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are appro ximate. It is the Contractor's sole responsibility to verify all the minor pa y item quantities prior to subm itting a bid . No additional compensation shall be paid to Contractor for errors in the quantities. Final payment will be based upon field measurements . The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered , increased or decreased at the unit prices as established in the contract documents . No allowance will be made .for any change? in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations. in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories . 17 . CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS : Confracfor" Covenants an ·d agrees to indemnify City's Engineer and Architect, and their persc:mnel at the project site for Contracto(s sole n~gliger,ce ... In addition, Contractor coverants _ and agt;es to inderr,nify , hqld har,mless arid defend : atits .c>wn expehse , the City , its officers, servants and employees ,Jrorn.and against any and all claims ·or suits for property kiss , property damage , personal injury, 'including dec3t~, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Cqntractor, its Offjc~rs , agent.s, empioyees, SlJbcontra.ctOf?_, 'l,icepsees gr inviteeS, 0 Whetherp[ not an"y_ Stich in}ury, danfagebr death :;s caused, ir/whdle or. ir/ part, hr the 'riegngence"rfr'alleged negligenctotCiW,'its officers, ·servants; or employees/ Contractor , likewise cove nan fa and agreest() inq~rr,riify and hold hc3 .rmless the City ,fro _m and againstariy a,nd all injuries to City 's officers, servarits a"nd employees and anydamag~/loss ofdestructio"n.'to .propertyofthe :City arising frorn the performance of any of the terms _and conditions of this Contract,.Whethef oFn.ot an}' sucl]in)ury or damage ls causecUn. whole or in part by the negligence or alleged negligence of City, its officers,. servants or employees. In the evenfCity receives a written claim for damagE!s against the Contractor or its subcontracfo fs prior to finc31 payment, final payn1ent shall not be made untiLCoritractor either (a) submits to City satisfactory ~yidence· that the claim has been settled and/or :a reiea _se from the claimant involved, or (b). provides City with a letter from Contractor's liability insurance carrier thatthe claim. has b~en referred to the .insurance carrier: The Director may , ·if deemed appropriate , refuse to accept bids ori >other City of Fort Worth public work from a Contractor against whom a claim for damages is outstancling .as a result ofwork performed under a City Contract. 18 . EQUAL EMPLOYMENT PROVISIONS : Contractor shall comply with City Ordinance Number 7278 as amended by City Ord inance Number 7 400 (Fort Worth City Code Sections 13-A-21 through 12- A-29) prohibiting discrimina tion in employments practices. The Contractor shall post the required notice to that effect on the project site , and at his request , will be provided by assistance by the City of Fort Wo rth 's Equa l Employment Officer who will refer any qualified app licant he may ha ve on fi le in his office to the Contractor . Appropriate notices may be acquired from the Equal Employment Officer . · j 6i27/04 SP-6 19 . MINO RI T Y AN D WOMEN B US IN ESS ENTERPRISE (M /W BE ) CO MPLIANCE : In accordance w it h City of Fort Worth O rd ina nce No . 15530 , the City has goa ls fo r the pa rt ic ipa tion of m inority busi ness enterprises and wo m en business en terprises in C ity con tr acts . Th e Ordinance is incorporated in these specifications by reference. A cop y of the Ord inance ma y be obtained from the Office of the Cit y Secretary . Failure to comply with the ordi n ance sha ll be a materia l breach of contrac t. M/W BE UT ILIZATION FORM , M/W BE GOALS WAIVER FORM AND GOOD FAI T H EFFORT FORM , as app licable , must be submitted within fine (5) cit y b us iness days afte r bid opening. Fai lure to comply shall render the bid non-responsive . Upon request , Contractor agrees to provide the City complete and accura te informa ti on reg arding act ua l work performed by a M ino ri ty or Women Business Ente rpr ise (M /WBE ) on the con t ract and payment thereof. Contractor further agrees to permit an audi t and /or examination of any books , records or files in its possession that will substantiate the actual work performed by an MBE and /or WBE . The misrepresentation of acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating act ion under appropriate federal , state, or local laws or ord inances re lating to false statement. Further , any such misrepresenta ti on (other than a negligent misrep resentation ) and /or co m miss ion of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work fo r a period of time not less than three years . The City w ill consider the Contractor's performance regarding its M/WBE program in th e eva l uation of bids. Failure to comply with the City 's M/WBE Ordinance , or to demonstra te "good f aith effort", shall resu lt in a bid be ing rendered non-responsive to specifications. Contractor shall provide cop ies of subcontracts or co-signed letters of in tent w ith approved M/WBE subcontractors prior to issuance of the Notice to Proceed . Contractor shall also prov ide month ly reports on util ization of the subcontractors to the City's M/WBE office . The Contractor may count fi rst and second tier subcontractors and /or suppliers toward meeting the goals . The Contractor may coun t toward its goal a portion of the total dollar amount of the contract w ith a joint venture equal to th e percentage of the M/WBE part icipation in the joint venture for a clearly defined portion of th e work to be performed . All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s ) must be certified by either the North Central Texas Regiona l Certification Agency (NCTRCA) or Te xas Department of Transportation (T x DOT), Highway Division and must be located in the nine (9) cou nty marketp lace or currently doing business in the mark etplace at time of bid . The Co ntractor s ha ll contact all such M/WBE subcontractors or suppliers prior to l ist ing them on t he M/WBE utilizat ion or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non-responsive . Whenever a change order affects t he work of an M/WBE subcontractor or su pplier , the M/W BE s hall be given a n opportu n it y to perform the work. Whenever a change order ex ce eds 10% of t he orig inal co ntract, the M/WBE coo rdinator shall determine the goals app l icable to t he wo r k t o be perfo rmed under the change order During the term of the contract the cont ract shall : 1 . 2 . 10/27/04 Ma ke no u nj u st ifie d c hanges or deletions in its M /W BE participatio n co mm itm en ts s u bmi tted w ith or subsequent to the bid, and, If substantial sub contracting and/or substantial supplier opportunities arise during t he term of the con tract wh ich the Contractor had rep resen ted he wou ld perfo rm with his f orces , t he Co nt ractor sha ll notify the City before subco ntracts or purc hase orde rs a re SP-7 r' let , and shall be required to comply with modifications to goals as determined by the City , and , 3 . Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers . Just ification for change may be granted for the following : a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. b. Failure of Subcontractor to provide required genera l liability of other insurance . c . Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Partic ipation plan. d . Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs. 20 . FINAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been 'cgrT:,Plet~d . No more than seven days shall elapse after completion of construction before the roadway and R.OW . is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. 21 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. DEFINITIONS: b. Certification of coverage ("Certificate"). A copy of a certificate of insurance , a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, OR TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406 .096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees . This includes, without limitation , independent Contractors, subcontractors , leasing companies , motor carriers , QitH:ip~rator's, 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 proj ect. "Services" does not include activities unrelated to the project, such as food/beverage vendors , office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage , based on proper reporting of class ification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code , Section 401 .011 (44) or all employees of the Contractor providing services on the project, for the duration of the project. 10/27/04 SP-8 c. The Contractor must prov ide a certifi cate of coverage to the governmental ent ity prior to being awarded th e contract. d. If the coverage period shown on the Co nt ractor's current certificate of coverage ends during the duration of the project, the Contractor must , prior to the end of the coverage per iod , file a new ce rtifi cate of coverage wi th the gov ern mental en tity showing th at coverage has been extended . e. The Contractor shall ob tai n from each person providing servic es on a project , and provide to the governmental en tity: (1) a certificate of coverage, prior to th at person beginning work on the proj ect , so the governmen ta l entity will ha v e on fi le certificates of coverage showing coverage for all persons provid ing services on the project ; and (2) no later than seven days after receipt by the Contractor , a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. g . The Contractor shall notify the governmental entity in wr iting by certified mail or personal delivery, within t en (10) days after the Contractor knew or s hould have known, or any change that ma teri ally affects the provision of coverage of any person pro vi ding services on the project. h. The Contractor shall post on each proj ect site a notice , in the text , form and manner prescribed by the Te x as Worker's Compensation , informing all persons providing services on the project that they are required to be covered, and sta ti ng how a person may verify coverage and re port lack of coverage . i. The Contractor sha ll contractually require each person with whom it contracts to provide services on a project , to : 10/27/04 (1) prov ide coverage, based on proper reporting on classificat ion 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 it s emp loyees providing services on the project, for the duration of the project; (2) provide to the Contractor, prior to that person beginn ing 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 t he duration of the project; (3) provide the Contractor , prior to the end of the coverage period , a new certificate of cove rage showing ext ens ion of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the proj ect; (4) obtain fo rm each other person with whom it cont racts , and provide to t he Contractor: (a ) a certi fic ate of coverage, pr ior to the other person beginning work on the project ; and SP-9 j. k. B. (b ) a new certificate of coverage showing extens ion of coverage, prio r to the end of the coverage period , if the co v erage period shown on the current certificate of coverage ends dur ing t he duration of the proj ect ; ( c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter . (d) notify the governmental entity in writing by certified ma il 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 (e) contractually requ ire each person with whom it contracts, to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract or providing or causing to be provided a certifica te 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 cove red 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 appropriate insurance carrier or, in the case of a self- insured, with the commission's Di vi sion of Self-Insurance Regulation . Providing false or m isleading information may subject the Contractor to administrative , criminal, civil penalties or other civil actions. The Contractor's failure to comply with any of these provisions is a breach of contract by the Con tractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Span ish and any other language common to the Worker population . The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by worker's 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 identify of their employer or status as an employee ." Call the Texas Worker's Compensation Commission at 512-440-3789 to rece ive information on the legal requirement for coverage, to verify whether your emp loyer has provided the required coverage, or to re port an employer's failure to provide coverage". 22 . SUBSTITUTIONS: The specifications for materials set out the minimum standard of qual ity that the City be li eves necessary to procu re a sat isfactory proj ect. No subst it ut ions w ill be permitted 10/27/04 SP-10 unti l the Cont ractor has rec eiv ed wr itten permission of the Eng ineer to make a substitution fo r th e material that has been specified Where the term "o r equa l", or "or approved equa l" is used , it is understood t hat if a ma terial , product, or piece of equipment bearing the name so us ed is furnished, it will be approvable , as the particular trade name was used for the purpose of estab l ishing a standard of quality acceptable to the City. If a product of an y oth er name is proposed substitutes is pr oc ured by the Contractor . Where the term "or equa l", o r "ap proved equa l" is not used in the spe cifi cations , this does no t necessa r ily exclude alterna tive items or m ateria l or equipment whic h may accomplish the intended purpose . Howeve r, the Contractor shall have the full responsibil ity of providing tha t the proposed subs tit ut ion is, in fac t, equa l, and the Engineer, as the representative of the City, shall be the sole judge of the acceptabili ty of substitutions . The provisions of the sub-section as related to "s ubstitutions " shall be applicab le to all sections of these spec ifications . 23. MECHANICS AND MATERIALMEN 'S LIEN : The Contractor shall be requi red to execute a re le ase of mechanics and materialmen's liens upon receipt of payment. 24 . WORK ORDER DELAY : All utilities and right-of-way are expected to be clear and easeme nts and /or permits obtained on th is project within sixty (60 ) days of advert isement of th is project. The work order for subject proj ect wi ll not be issued until all util it ies, rig ht -of-ways , easements and /or perm its are cleared or obtai ned . The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25 . WORKING DAYS : The Contractor agrees to complete the Contract w ithin the allotted number of working days . 26 . RIGHT TO ABANDON : The City reserves the right to abandon, without obl igation to the Contractor, any part of the project or the entire project at any time before the Con tr acto r begins any construction work authorized by the City. 27. CONSTRUCTION SPECIFICATIONS : This contract and project are governed by the two follow ing published specifications , except as modified by these Special Prov isions : STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Depa rtment of Engineering , 1000 Throckmorton Street, 2nd Floor, Municipal Build ing, Fort Worth , Te xa s 7610 2 . The specifications applicab le to each pay item are indicated in the call-out for the pa y item by the Engineer . If not shown , then appl icable published specificatio ns in either of these documen t s may be followed at the discretion of the Contractor. Genera l Prov is ions shall be those of th e Fort Worth document rather than Division 1 of the North Central Te xas document. 28. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materia ls and workmanship , or both, for a period of two (2) years from date of fi nal acceptance of th is proj ect and will be required to replace at his ex pense any part or all of the project wh ich becomes defe ctive due to these causes. · 29 . DELAYS : The Contractor shall rece ive no compensat ion for dela ys or hindrances to the work , excep t when direct and una vo idab le extra cost to the Contracto r is caused by the failure of the City to provide information or mat eria l, if an y, which is to be furnished by the C ity. When such extra compe nsa tion is c laim ed a written statement t hereof sha ll be presented by the Contractor to the 10/27/04 SP-11 Director of the Department of Eng in eering and if by him found correct s hall be approved and referred by him to the Cou ncil for final approval o r disapprova l ; and the action thereon by the Council shall be final and b inding. If delay is caused by specific orders given by the Eng in eers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work , then such dela y will entitle the Contractor to an equivalent ext ension of time , his application for which shal l , however , be subject to the approval of the City Counc il; and no such ext ens ion of time sha ll release the Contractor or the surety on his performance bond form all hi s obl igati ons hereunder which shall remain in full force until the discharge of the contract . 30 . DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to tra ffi c and pedestr ian facilit ies and to the flow of vehicular and pedestr ian tr affic within the project area . Contracto r shall protect construction as required by Engineer by providing barricades . Barricades , warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and /or Detour S igns," Item 524 and/or as shown on the plans . Construction signing and barricades shall conform with "1980 Texas Manual on Un iform Traffic Control Devices, Vol. No. 1 ." 31 . DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil /fill material, the Contractor shall advise the Director of the Department of Eng ine ering acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all site s 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 Admin istrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies . No fill permit is required if disposal sites are not in a flood p lain. Approval of the Contractor's d isposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood pla in 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 tha t the Contractor disposes of spoil/fill materials at a sit e w ith out a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 32. 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 mi x des ign for any asphaltic and /or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be us ed along with the name of the p it from which the material was taken . T he Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any ex pense related thereto. (b) Tests of the design concrete mix shall be made by the Contracto r's laboratory at least nine days prior to the placing of concrete using the same aggregate , cement and mortar wh ich are to be used lat er in the concrete. The Contractor shal l provide a certified copy of the test results to the Cit y. (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retest ing required as a result of failure of the material to meet project spec ification s wi ll be at the expense of th e Contractor and will be billed at commercia l rates as determined by the City. The failure of th e City to make any tests of materials sha ll in no way 10/27104 SP-12 re li eve the Co ntracto r of it s respons ibilit y to furnish materi als a nd equ ipment conforming to the requi rements of the con trac t. (d ) Not less than 24 hours notice shall be provided to the City by the Cont ractor for operations requiring tes t ing. The Contractor shall provide access and trench sa f et y system (i f required ) for the site to be tested and an y wor k effort inv o lved is deemed to be includ ed in the unit pr ice for the item being tested. ( e) The Contracto r shal l provide a cop y of the trip ticket for each load of fi ll material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 33 . PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless · oth erwise direc ted by the Engineer . 34 . SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES : The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches , painted yellow w ith 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 : "W ARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITH IN SIX FEET OF HIGH VOLTAGE LINES ." (b) Equ ipment that may be operated w ithin ten feet of high voltage lines shal l have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work w ithin six feet of high voltage electric lines , notification shall be given the power company (TU Electric Service Company) wh ich w ill erect te mporary mechanical barriers , de-energ ize the line or raise or lower the line . The work done by the power company shall not be at the expense of the City of Fort Worth . The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case. (d) The Contractor is requ ired to make arrangements with the TU Electric Service Company for the temporary relocation or ra ising of high voltage lines at the Contractor's sole cost and expense. (e) No person sha ll work within s ix feet of a high voltage line without protection having been taken as outli ned in Paragraph (c). 35 . WATER DEPARTMENT PRE-QUALIFICATIONS : 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 Specifi cat ions wh ich general specifi cation s shall govern performance of all such wo rk . 36 . RIGHT TO AUDIT : (a) Contracto r agrees th at the City sha ll, until the exp iration of three (3) yea rs after final payment under th is contract have access to and the righ t to examine and photocopy any directly pertinent books, documents , papers and records of the Contractor in volving transactions rel ating to th is c o ntract. Contractor agrees that the Ci ty shal l have access du ring normal 10/27/04 SP-13 working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section . The City shall give Contractor reasonable advance notice of intended audi ts . (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocop y any directly pertinent books , documents , papers and records of such subcontractor involv ing transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof . City shall give subcontractor reasonable advance notice of intended audits . (c) Contractor and subcontractor agree to photocopysuchdocuments as may be requested by the City. The'City agrees fo reimburse Contractor for the cosfofcoples at the rate ·published in the :Texas Admir:1i~trative .Code)r, effect as pf thetime .c9pying is . performed ; 37 . CONSTRUCTION STAKES; The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other · customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or paving . It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc ., all stakes furnished until completion of the construction phase of the project for which they were furnished. If, in the opinion of the Eng ineer, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed , that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as required . An individua l registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes , at the Contactor's expense . No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents . 38 . LOCATION OF NEW WALKS AND DRIVEWAYS ; The Contractor will make every effort to protect existing trees within the parkway, with the approval of the engineer the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees. 39. EARLiwARN1f\Jt '}3YSTEM :'i=t5'R coN.stRUtt10N :'.:fi111 f ,s'of'tt1ei"-e'sse·ncei Tn"H,e'.comp1etion ot lb}§\sontrad: .: \n ,p ,rder Jo )n$~r~.:::;tbat the C::9ntr~ctor .Js r ~spons.ive w~e.n : .. no_![fi~d of ~nsatisfactory p~rformanceC.arid/ori oUailureJq .maintai11 the contract schedule ; the following procet~ sha!l'be i=!PRIJ~~ble : Jh:~f ~orR)5rogrfss ·?n' a1i2on~tr9'ction . pfoJects wi.n :beciqsely monitor~a. 96'a ~'i ~mon.tfii f h?sis the perc~ntage ·6f w9rKb omp1eted .Wi11 be cOmparedto the percentage atrme.chargedtothe :cc)ntract. 1tttie amouiif ofwork pertorme8 •bytne contractor is .'1ess .than the percentage ot time allowed by 20<yo or. more (ex~mple : .10% ofth¢. worl{°cornpleted in 30°,{ofthe stated ;cqhtrbct timt a_s . r::n?Y b~ ~.r:rignged py c::hai\ge 6rder), thE:Joll9wing _.proadive measures· ~iJI 'be.Jak¢_(1: 10(27/04 ; A J etter will be fo~ile.d . fo the Contractor b y;' certifieil'mpil ; return recei pt . requested derpar1ding _ that, \.vitt:)iff 10 days . from · the. date. that .th~ letter is received., it provide sufficiellt equipment, materials and labor to -e/1sure completiOfl of. the Work within the contract time. In the · event the Contractor receives such a letter;-the Contractor shall SP-14 provide to the City an updated sched ule showi ng how t he pro j ect w il l be completed wi t hin the con trac t time . 2 . The Projec t Manager and the Directors of the Department of Engineering , W ater Department, and Department of Tra nsportation and Pub li c Works wi ll be made aware of t he s it ua t io n. If necessa ry , t he C ity Mana ger's Offi ce and th e ap prop r iate city c ou nc il members may also be informed . 3. Any notice t ha t ma y , in the City's sole discre ti on , be requ ired to be prov ided to interested individuals w ill distributed by t he Engineering Department 's Publ ic Information Officer. 4 . Upon receipt of t he Contract or's response , the appropriate City departments and d irectors w ill be not ifi ed . The Engineering Depa rt ment's Public Informat ion Office r will , if necessary , then forward upda ted notices to t he interested individuals . 5 . If 'the Contractor fails to provide an acceptable schedule or fails to perform satisfactoril y a second t ime prior to the comp letion of the contract, t he bonding compar,y w ill be not ified appropriately. 46 : AIR POLLUTION WATCH DAYS : • The Contractor shall be requ ired to observe the following guidelines relating to working on City construction .sites on days designated as "AIR POLLUTIQt>J WATCH DAYS ". Typically,,the OZONE SEASON , w ithin the M et roplex area , runsfrom May 1; through OCTOBER 31 , w ith _6 :00 a.m . -10 :00 a:m : being criti ca l BECAUSE EMISSIONS FROM THIS TIME PERIOQ !-!AYE ENOUGH TIME TO BAKE IN Tt:!E HOT ATMOSPHERETHA.T ,LEADS TO EARLY AFTERNOON OZONE FORMATION . T he , Te~as Commiss ion ·on ·~nvironniental Quality (TCEQ ), in coord ination with the National Weathe r Serv ic e, will issue the Air Pollution Watch by _3:00 p.m . on the afte rnoon prlor to the WATCH da y. On designa ted Air Pollution Watch Days , th e Contractor shaH bear the ,respqns ib ility of being .. aware ;tha,t $UCh :dc3ys_'t1ave been d~signated Air ' Pol lut ion Watch pays and . as .such sha)I nor. b~giri"work until . J 0:00 a.m. whenever constr ucti on phas ing requ ires , the ·. use of ,motori zed equipment for periods in excess of 1 hou r. However. the Con tractor may beg in wo rk prior to 10 :00 a .n,,. if use of motorized equ ipment is less than 1 hour, or if equ ipment is hew and certified by EPA as "Low Em itt ing ", or equ ipment burns Ultr a Low Sulfur Diese l {ULSO ), diesel emuls ions , or a lt ernative fuels _such as CNG ~ If the' C:o ntrador is unabl e tO perform con ti nuous wo rk fo r a per iod 'of at lea sf seve n hOurs betwe.e n t he hours of 7 :00 a.m . -6:00 p.m ., on a designated A ir Po ll uti on . Wa tch Da y, th 9t day w ill be consiqe.re.q a$ .. a weather day and added onto the allowab le .weat her d,ays 9f ~ given month : CONSTRUCTION 41 . PAY ITE M -UNC LA SS IFIED ST REET EX CAVATI O N: See Stan dard Sp ec ificati ons Item No . 106, "Un cl ass ified Street Exc avat ion " for spec ifi cati ons governing th is it em. Rem ova l of ex ist in g pe net ra tion or asphal t pavement s hall be includ ed in th is item . Operation s nec essa ry to wind row exi st in g g rav el base in or der to lower or ra ise s ubg ra de s hall be co ns idered as s ub sid ia ry to this item a nd no ad d itional co mpen satio n sha ll be giv en as such . Du rin g t he con struction of th is project , it is req uire d th at al l parkway s be excava ted a nd s ha ped at th e sa me tim e the ro adway is excavated. Ex ces s exc av ation w ill be disp ose d of at loca tion s a pproved by t he e ngineer . . 10/27/04 SP-15 The inten tion of the City is to pay onl y t he plan q uantity without measurement. S hould e ith er contract ing party be abl e to show a n erro r in the quantit ies ex ceed ing 10 percent, then actu al quantities wil l be paid for at the un it prices bid. The party requesting the payment of actua l rather th an plan quantities is respo nsible for bearing an y surve y and /or measurement costs necessary to verify the ac tu al qua ntit ies . 42 . PAY ITEM -6" REINFORCED CON CRETE PAV EMEN T : (a) All applicable provis io ns of standard Spec ificatio ns Item 314 "Concrete Pavement," sha ll apply. The Contractor shal l use a si x (6) sack concrete mix for all hand placement in the intersections. The unit price bid per squa re yard shal l be full payment fo r all labor, material, equipment and in cid en tals necessary to comp lete the work . (b) Once an eva lua tion of the pavement is made to determine whether the crac k is d ue to distress or minor shrinkage , the following policy will apply: (1) When the crack is minor and due to shrinkage (cosmeti c), then no further treatment will be needed . (2) If the crac k is due to distress (structural), the failed pavement must be removed and replaced a minimum of 5 feet. In no case should the remaining portion of the panel be less than 5 feet wide after repairing the failed panel. (3) Any crack within 12 inches of any joint must be removed and replaced a minimum of 5 feet to preven t future spalling of the pavement. (c) All concrete pavement not placed by hand shall be placed using a ful ly automated paving machine as approved by the Construction Engineer . Screeds will not be allowed ex cept if approved by the Construction Eng ineer . 43 . PAY ITEM -SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: 1. SCOPE CI TY OF FORT WORTH , TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18, 1989) (Rev ision 2, May 12 , 1994) This specification for si li cone joint sealing Portland Cement Concrete pa ve ment and curbs shall supersede Item 314.2 . (11) "Joint Seal ing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH , and Item 2 .210 "Joint Sea ling" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CO NSTRUCTION -NORTH TE XAS COUNCIL OF GOVERNMENTS . 2 . MATERIALS 2 .1 The silico ne joint sea lant shal l meet Fede ral Specifi cation TT-S-0 01 543 A fo r C la ss A sealan t except as modified by t he test requirements of this spec ificat ion. Before the installation of the joint sea lant , the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint sealant meet the se requ iremen ts . 2 .2 The manufactu rer of the s ilicone joint se a lant s hall have a m ini m um two -yea r 10/27/04 SP-16 demonstrated , documented successful field performance with Portland Cement Concrete pavement silicone join t sealant systems . Verifiab le documentation sha ll be submitted to the Eng ineer . Acetic acid cure sealants s hall not be accepted . The silicone sealant shall be cold applied. 2 .3 Sel f-Level ing Silicone Jo int Sealant The j oint sealant shall be Dow Corning 890-SL self-leveling silicone jo i nt sealant as manufactured by Dow Corning Corporat ion, Midland , M l 48686-0994 , or an approved equal . Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED **** Non Volatile Content, % min. 96 to 99 MIL-S-8802 Extrusion Rate, grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1 .206 to 1 .340 **** Skin-Over Time, minutes max. 60 **** Cure Time, days 14 to 21 **** Full Adhesion , days 14 to 21 AS CURED -AFTER ASTM D 412, Die C Mod. Elongation,% min. 1400 ASTM D 3583 Modulus @ 150% Elongation, psi max. 9 (Sect. 14 Mod.) ASTM C 719 Movement, 10 cycles @ +100/-50% No Failure ASTM D 3583 Adhesion to Concrete , % Elongation min . 600 (Sect. 14 Mod .) ASTM D 3583 Adhesion to Asphalt, % Elongation min . 600 (Sect. 14 Mod .) 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the "Construction Detail" sheet for the various joint details with their respective dimensions. 3 . TIME OF APPLICATION 10/27./04 On newly constructed Portland Cement Concrete pavement, the jo ints shall be initially saw cut to the required depth w ith the proper joint spacing as shown on the "Construction Detail" sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch width "green" saw-cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation . Immediately after the saw cu tting pressure washing shall be applied to flush the concrete slu r ry from the fresh ly SP-17 saw cut joints.) The pavement sha ll be allowed to cure for a mi nimum of seven (7) days . Then the saw cuts for th e j o int sealant re se rvoir shall be made, th e joint cleaned , and the joint sealant in stalled . During the appli ca tion of the j o int sealan t, the weather shall not be incleme nt and the temperature shall be 40F (4 C ) and rising . 4. EQUIPMENT 4 .1 All necessary equipment shal l be furnished by the Con tractor . T he Contractor shall keep his equ ipment in a satisfactory working condition and shal l be inspected by the Engineer prior to the beginning of the work. The minimum requirements for constructio n equipment shall be as follows : 4 .2 Concrete Saw : The sawing equipment shall be adequate in si ze and po wer to complete the joint sawing to the required dimensions. 4.3 High Pressure Water Pump : The high pressure cold water pumping system shall be capable of delivering a sufficien t pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors : The delivered compressed air shal l have a pressure in excess of 90 psi and 120 cfm . There shall be suitable reaps for the removal of all free water and oil from the compressed a ir . The blow-tube shall fir into the saw-cut joint. 4 .5 Extrusion Pump : The output shall be capable of supplying a sufficient volume of sealant to the joint. 4 .6 Injection Tool : This mechanical device shall apply the sealant uniformly into the joint. 4. 7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 4 .8 Backer Rod Ro ller and Tool ing Instrument: These devices shall be clean and free of contaminat ion. They shall be compatible with the join depth and width requirements . 5 . CONSTRUCTION METHODS 10/27/04 5.1 General : The joint reservoir saw cutting, cleaning , bond brea ker installation , and join t sealan t pl ac ement shall be performed in a continuous sequence of operations 5.2 Sawing Join ts: The jo ints shall be saw-cut to the width and depth as shown on the "Construction Detail " sheet. The faces of the joints shall b e uniform in width and depth along the full length of the joint. 5 .3 Cleaning Joints : Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing w ith high pressure water. The water flushing shall be done in o ne -direction to prevent joint contaminat ion. When the Con tractor elects to saw the joint by the dry method, f lu sh ing the joint with high pressure water may be deleted . The dust resulting from the sawing shall be remo ved from the joint by using compressed air . (Paragraph Rev . 1, SP-18 Octobe r 18 , 19 89 ) Afte r complete drying , the jo ints shall be sandblas ted . The nozzl e sha ll be attached to a mechanica l aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches fro m the face of the j oint. Both jo int faces shall be sandblasted in separate , one d irectiona l passes . Upon the terminat ion of the sandblast ing , the j oints shall be b low n-ou t usi ng compressed air . The blow tube shall fit into the joints . The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found , the sandblas ting and blowing sha ll be repeated unti l the j oint is cleaned . Solvents will not be perm itted to remove sta ins and con tamination . Immed iately upon cleaning , the bond breaker and sealant shall be placed in the joint. Open , cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape : The bond breaker rod and tae shal l be installed in the cleaned joint prior to the application of the join t sea lant in a manner that w il l produce the required dimensions . 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sea lant shall be applied using the mechanical injection tool. The joint sealant appl ication shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and d ry . Unsatisfactorily sealed joints shall be refilled . Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints . The pavement surface shall present a clean final cond ition. Traffic shall not be allowed on the fresh sea lant until it becomes tack-free . Approval of Joints : A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints . He sha ll demonstrate to the Contractor and the Engineer the acceptable method for sea lant ins tallation. The manufacturer's representat ive shall approve the clean , dry joints before the sealing operation commences . 6. WARRANTY The Contractor shall provide the Engineer a manuf acture r's written g ua rantee on a ll j o i nt sealing materials . The manufacturer shall agree to provide any rep lacement material free of charge to the City. Also, the Contractor sh all provide the Engineer a written warranty on all sea led joints. The Contractor shall agree to replace any failed joints at no cost to the C it y . Both warranties shall be for two years after final acceptance of the completed work by the Engineer. 7. BASIS OF PAYMENT 10/27/04 Payment will be made at the Contract bid item unit price bid per linear foot (L .F .) as provided in "MEASUREMENT" for "SILICONE JOINT SEALING ", which price of shall be fu ll compensation for furn ishing all materials and for all preparation , delivery, and a pplication of th o se sea li ng materials and for all labor, equipmen t , tools and incidenta ls necessary to complete the silicone jo i nt seali ng in conform ity w ith t he pla ns SP-19 and th ese spec ificatio ns . 44. PAY ITEM -T' CONCRETE CURB : The Contractor may, at his option , construct either integral or supe rim posed curb . Standard Speci f ication Item 50 2 shall app ly except as fol lows: Integra l curb sh al l be cons truct e d along the edge of the pavemen t as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited no t more than thirty (30) minutes after the conc rete in the slab . If the Contractor fails to backfill behind the curb within seven (7) calendar d ays of pouring the curb and gutter, the amoun t paid for the curb shall be reduced by 25 % until the backfill ope rati on is complete. 45 . PAY ITEM -RETAINING WALL : This it em wil l cons ist of placing retaining walls in locations and at heights determined by the eng in eer in the field . All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows : Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing No. S-M13 "Retaining Wall With Sidewalk" where applicable . All existing brick and/or stone retaining walls not significantly impacted by proposed grade changes w ill be protected. Replacement of retaining walls not impacted by proposed grade changes will be at the ex pense of the Contractor . 46 . PAY ITEM -REPLACE EXIST. CURB AND GUTTER: This item is included for the purpose and removing and replacing existing curb and gutter in trans ition areas as determined by the Engineer in the field. The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed. Quantities for th is pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for "REPLACE EXIST. CURB AND GUTTER" as shown in the Proposal will be full payment for materials including all labor, equipmen t, tools and incidentals necessary to complete the work . 47 . PAY ITEM -HMAC TRANSITION: This item will consist of the furn ishing and placing at varying thicknesses an HMAC surface in transition areas where indicated on the plans, as spec ifi ed in these specifications and at other locations as may be directed by the Engineer. This item shall be governed by all applicable provisions of Standard Specifications Item 312. The price bid per ton HMAC Transition as shown in the Proposal will be full payment for materials including all labor , equipment , tools and incidentals necessary to complete the work. 48. PAY ITEM --6" PIPE SUBDRAIN: No specific location for this item is designated on the plans. Subdrain shall be installed on ly if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the Engineer. 49. PAY ITEM -TRENCH SAFETY: Description: This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. The Contractor shall deve lop , design and implement the trench excavation safety protection system. The Contracto r shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. 1P (27/04 SP-20 The trench excavation safety protection sys tem sha ll be used for all tren c h excav ati ons deeper than f ive (5) feet. The Excava ting and T ren c hing Operation Manua l of the Occupationa l Safety an d He alth Adm in istrat io n , U.S . Department of Labo r , shall b e the m inimum governing requ irem ent of this item and is hereby made a part of t h is spec ificatio n. The Contractor shal l , in addi ti on , comply w ith all other applicable Federal , State and local rules , regulations and ord in ances . Measurement and Paymen t: A ll methods used f or tre nch excavation safety pro tection sha ll be measured by the linear foo t o f trench and paid at the un it price in the Proposa l , w hi c h shal l be total compensati on for furnishing des ign, materials , tools, labo r, equipment and incide ntal s necessary, including removal of the system. Trench depth for payment purposes for Trench Safety S ystem s is the vertical depth as measured from the top of the existing ground to the bottom of t he p ip e . 50 . PAY ITEM -8"THICK LIME STABILIZED SUBGRADE & CEMENT FOR SUBGRADE STABIL:IZATION : See Standard Specifications Item No. 210 , '.'Lime Treatment (Materiai Man [pu latiori)"and Specificatior, Item No. 212 , "Hydrated Lime and Lime Slurry" for specifica ti ons governing this item. Quantities for this pay item are approximate and are giyen only to establish a un it price for the work. }he price :bidper square ·yard'tor "$';-THICK LIMESTABIUZED SUBGRADE'.'. as ·stiown in the Proposal yvill be fulf payment for ali ,labor, equipment, tools 'and incidentals -necessary to completethe work , Tbe price bid per ton for "LIME FOR SUBGRADE STABILIZATION" as shown in the Proposa i yvilf be fuJI payment for mat.erials necessary to complete the work. 51 . 'pp.y ITEM-6" f{M ;A .C. PAVEMENT-(Th1ckriess Tolera nces ·'and HMACTesting Proceduresi: The base .course shall be. a 3" deep TypE1 °B" course placed -in one lift. The surface course shall be a 3" deepType('Q''. course placed in one lif( . . . . .. .. . . ..... . All provisions of Standard Spec ifi cation No. 312 .7 'Construction To lerance' sha ll apply except as modified herein : 1) After completion of each asphalt paving course , core tests wi ll be made to determine compliance with the contract specifica tions . The hot-mix asphaltic concrete pavement will be core drilled by the City of Fort Worth . The thickness of the asp h altic surface will be determined by measurement cores ta k en at locations determined by the Eng ineer. The thic kness of individual cores will be determined by averaging at least three (3) measurements . If the core measurements ind icate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obta ined wh ich are at least of specified thickness. The width of such area shall not be less than % of the roadway wid th . 2) When the thickness of the base course (as determined from core samples) is more than 15% de f ic ient of the plan thickness, the Co ntractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% de ficient , the Contractor sha ll make up th e difference in the base thickness with surface course material. 3) The surface course must be the plan thickness. Th is does not include surface course material used to make up deficiencies in the b ase course as desc rib ed in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thi ckness . Deficient areas (as det ermined in item 1) found to be less t han the plan thickness will be removed and replaced at the Contractor's e xp ense . 5) No add itio na l pa ym en t over the contract price will be made for any ho t-mix aspha ltic co ncrete c ourse of a thi c kn ess exceeding that required by the p lans and specifica ti on s. j 0/27 /04 SP-21 6) HMAC Testing Procedure : The Contractor is requ ired to submit a Mi x Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference . This design shall not be more than two (2) years o ld . Upon subm itt al of the design mi x a Marshal (Proctor) wi ll b e calculated , if one has no t been previous ly calculated , for the use during density testing . For type "B " asphalt a maximum of 20% rap may be used. No Rap may be used in type "D" Upon approva l of an asphal t mix design and the calculation of the Marshal (proctor) the Contract o r is approved for placement of the asphalt. The Contractor shall contact the City Laboratory , through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that w ill provide the required densities . The required Densi ty for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxl er Thin Layer Gauge will be used for all asphalt testing . After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type "D" asphalt is applied . Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied . Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness . 52 . PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTTER, SIDEWALKS, LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS): Concrete flatwork is defined as curb , curb and gutter, s idewalks, leadwal k s, wheelchair ramps and driveways as shown in the plans . This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item . Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed. No payment will be made for flatwo rk unti l the pay item has been completed , which includes backfi lling and f inished grad ing . 53. PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK. DRIVEWAYS, STEPS, LEADWALKS AN D WHEEL CHAIR RAMPS: This item includes removal of e xist ing concrete sidewalks, driveways, steps, leadwal k s and wheelchair ramps at location shown on the plans or as designed by the Engineer. See Item No . 104 "Removing O ld Concrete", for Specifications governing th is item. 54 . PAY ITEM -REMOVE EX ISTING CURB AND GUTTER: Where shown on the plans or where designated by the Engineer, ex isting cu rb and or gutter and ex isting la id down curb shall be removed and disposed of in a manner satisfactory to the Engineer. Mea su rement wi ll be by the linear foot for curb and gutter, laydown curb removed, and for all labor, tool s, and incidentals necessary to comp lete the job . 55 . PAY ITEM -REMOVE EX ISTING CURB INLET : This it em shall in clude all labor, materials, and equipment necessary to remove and dispose of the e xi sting inlet and remov al and connection of th e e xi sting RCCP lead p ipe inlet as shown on the Plans and as directed by the Engineer. 10/27/04 SP-22 56 . PAY ITEM -6 " THICK REINFORCED CONCRETE DR IVEWAY : See St andard Specification Item No . 504 , "Concrete Sidewalks and Driveways " for specifications governing this item as wel l as details S-S5 and S-S5A. The price bid per square foot for "6 " THICK REINFORCED CONCRETE DRIVEWAY " as sh own in th e Proposal will be 'full payment for materials including all labor , equipment , tools an d incidentals necessary to comp lete the work. 57 . PAY ITEM -REMOVE AND CONSTRUCT CONCRETE STEPS : See Standard Specification Item No . 516 , "Concrete Steps " for specifications govern in g this it em as well as details SM-3 . The phce '.bid pe/each forUREMOVE CONCRETE STEBS". and ."CONSTRUCT CONCRETE STEPS " as shown in the Proposal will be fuil paymentfor materials including all labor, equipment, tools and incideota.ls Qecessary to complete the r emoval and cqnstruction of each 0 St:!t of concrete steps . 58. PAY ITEM -4 ' STANDARD CONCRETE SIDEWALK LEADWALK AND W HEELCHAIR RA MP: All applicable provisions of standard Specificat ions Item 104 "Removing Old Concrete" and Ite m 504 "Concrete Sidewalk Driveways" shall apply ex cept as herein mod if ied. The Contracto r shal l constru ct sta nda rd co ncre te wheelchai r ramps as show n on t he e ncl osed detail s, or as directed by the Engi neer. The Contractor shall not remove any regu latory sign , instruct ion sign , street name and sign or ot he r sign which has been erecte d by t he Ci ty . The Contractor shall contact Signs and Marki ng Di v isio n, TPW (Pho n'e _87J ~7738). All conc rete fla red surfaces s hall be co lored w it h LITHOCHROME colo r ha rde ner as m anufa ctured by l.M. Scofield Compan y or equa l. The co lor harde ner shal l be brick red color and dry -sha k e type , and shall be used in accordance wi th manufacturers instructions . "Contractor shal l prov ide a col ore d sam ple conc rete panel of one foot by one foo t by t h ree inch e s d imens ion , or other dimens ion appro ved by the Engineer, meet ing the aforemen t io ned specifica t ion . The sam ple, upon appro val by the Engi neer , sha ll be the ac ceptable standard to be ap pli ed fo r all cons t ruction covered in th e scope of t hi s pay item . The method of application shal l be by screen, sifter , siev e or othe r means in order to prov ide for a un iform color dist ribu ti on ." 59. PAY ITEM -REMOVE AND REPLACE FENCE : This item shall include the remo val and reconstruction of the ex isting fence at the locat ions s hown on the plans or whe re deemed nec essary by the Engineer . The Contracto r shall exe rcise caut io n in removing and salvag ing the ma terials to they may be used in reconstructin g the f ence. The ir cons tructed fence shall be eq ual in every way , or s up erio r, to the fe nce remove d . T he Con t ra ct or sha ll be re spons ib le for keep ing lives tock w ithin the f e nced areas d u rin g constructi on op e ra ti on an d w hile removing and relocati ng the fe nc e, and for any damage or injury sustained by persons , livestoc k or property on account of any act of omi ss ion , neglect or misconduct of his agen ts , employees , or subcon tractors . The unit pric e per linea r foo t shown on the Proposal shall be ful l co m pensa ti on for al l m ateri als , labor, equi pme nts , too ls and inci dentals ne cessa ry to com plete the wo rk . 60 . PAY ITEM -ST AN D ARD 7" CURB A N D 18" G UTTE R: SP -23 All provisions of Standard Specification No . 502 'Concrete Curb and Gutter ' s hall appl y e xcept as modified herein : Subsidiary to the unit price bid per linear foot shall be the following : a . A min imum of 5" or greater as required depth of stabilized subgrade properl y compacted under the proposed curb and gu tter as shown in the construction de tails . b. If the Contractor fails to backfill either in from of the gutter or behind the curb w ithin seven (7 ) calendar days of pouring the curb and gutter, the amount paid for the curb and gutter shall be reduced by 25% unti l the backfill operation is complete . Standard Specifications Item No. 502 , shall apply except as herein modified. Concrete shall have minimum compressive strength of three thousand (3 ,000) pounds per square inch in twenty-eight (28) days . The quantity of mixing water shall not exceed seven (7) gallons per sack (94 lbs .) of Portland Cement. The slump of the concrete shall not exceed three (3) inches . A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. 61. PAY ITEM -REMOVE AND RECONSTRUCT MAILBOXES / MISCELLANEOUS : This item includes the removal and reconstruction of existing mailboxes , brick walls, flowerbed trim and miscellaneous items within the right of way which may be damaged or removed during construction . When possible, the Contractor shall salvage existing materials for reuse in t he replacement or repair of damaged or removed items . Items which are to be repa ired or reconstructed should look architecturally the same in material and appearance and should be reconstructed or repaired in a better or new condition . All applicable provisions of City of Fort Worth Construction Standards shall apply. 62. PAY ITEM-BORROW: Where shown on the plans or where designated by the Engineer, existing curb and or gutte r and existing laid down curb shall be removed and disposed of in a manner satisfactory to the Engineer. Measurement will be by the linear foot for curb and gutter as shown on the proposal and wi ll be full compensation for the removal and disposition of the curb, curb and gutter, laydown curb removed, and for all labor, tools, and incidentals necessary to complete the job . 63. PAY ITEM -CEMENT STABILZATION: All applicable provis ions of Item 214 , 'Portland Cement Treatment' shal l apply. 64 . PAY ITEM -CEMENT: All applicable provisions of Item 214, 'Portland Cement Treatment' shall apply. 65. PAY ITEM -NEW 7" CONCRETE VALLEY GUTTER: This item shall include the construction of concrete valley gutters at various locations to be determined in field. Remova l of existing , asphalt pa vement , concrete base , curb and gutter , and necessary e xcavation to install the concrete valley gutters all shall be subsidiary to th is pay item . Furnishing and p lacing of 2:27 concrete base and crushed l imes tone to a depth as directed by the Eng ineer and ne c essary asphalt transitions as shown in the concrete val ley gutter details shall be subsidiary to this Pa y Item. J d/27/94 SP-24 See standard specification Item No . 314", Concrete Pavement", Ite m 312 "Hot-Mix Asphaltic Concrete", Item No . 104 , "Removing Old Concrete", Item No. 106 , "Unc la ssi fi ed Street Excavation" Item No . 20 8 "Fle xible Base ." Measuremen t for final quantities of valley gutter wil l be by the square yard of concrete pavement and the curb and gutter section will be included . Con t ractor may subs tit ute 5" non-reinforced (2 :27 ) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive stre ng th of 3000 pounds per square inch . Contractor shall work on one-half of Valley gutter at a time , and the other half shall be open to traffic . Work shall be completed on each half within seven (7 ) calendar da ys . 66 . PAY ITEM -STORM DRAIN INLETS : An alternative method of construction for these items will be "Pre-Cast" manholes and inlets . If the Contractor desires to use this method , he must submit detai ls for the construction to the Transportation and Public Works Department fore review and approval if said details are acceptable. The Pre-Cast construction must be equal or superior to the strength requirements for this item as set out in Item 444, "Manholes and Inlets " and sa id construction shall be in compliance with all other requirements of Item 444 where applicab le . 67 . PAY ITEM -TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN : Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area. Payment will be made for the quan ti ty of earth exca vated/backfi ll ed. The placing of fill shall be subsid iary to the trench excavation/backfill price . Excess material which is obtained from excavating the trench shall be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications . All e xcavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly . Unacceptable material shall be , but not lim ited to: rocks , concrete , asphalt, debris , etc . The cost for removal and disposa l of unacceptable material shall be subsidiary to the unit prices . 68 . PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER TH A N 1 ACRE): PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ ) regulations , a Texas Pollutant Discharge Elimination System (TPDES) General Construction Perm it 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/perm itting/water perm/wwperm /construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual ). This manual can be obtained through the Internet at www.dfwstormwater.com /runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techn iques that, if properly uti lized , can minim ize the need for physical controls and possible reduce costs . The methods of control shall result in minimum sediment retention of not less than 70 %. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres , the Con t ractor shall s ig n at the pre-construction meeting a TCEQ No tice of Intent (NOi ) form prep a red by the eng ineer. It serves as a notification to the TCEQ of construction activity as well as a comm itment that th e Contractor understands the requiremen ts of the permit for storm water ;1 ()/27/04 SP-25 discharges from construction activities and tha t measures will be taken to implemen t and maintain storm wa te r pol lut ion prevention at th e site . Th e NOi shall be subm itted to the TCEQ at leas t 48 hours pr ior to th e Contractor mov i ng on site and shal l include the required $100 application fee . The NOi shall be mailed to: Texas Commission on Env ironmental Qual ity Storm Water & Gene ral Permits Team ; MC-228 P.O . Bo x 13087 Austin , T X 78711-3087 A copy of the NOi shall be sent to : City of Fo rt Worth Departmen t of Environmenta l 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 & Genera l 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 w ith three cop ies 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 perm it since the actual construction activities may vary from those anticipated during the prepara tion 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 a lterations to the SWPPP proposed by the Contractor must be prepared and submitted by the Contractor to the engineer for review and approva'i. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the s ite 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 S ite Notice must be sent to the City of Fort Worth Department of Environmenta l Management at the address listed above . A SWPPP , prepared as described above, shal l be implemented at least 48 hours before the com me ncement of construction activities. The SWPPP must include descri pt ions of control m ea sures 10/2.7/04 SP-26 necessary to prevent and control soi l erosion , sed imentat ion and water pollution an d w ill be inc luded in the contract documents. Th e control measures shall be in sta ll ed and ma inta ined throughou t the construction to ass ure effective and cont in uous water pollution contro l. The controls ma y in c lude , but not be limited to , silt fences , straw bale dikes , rock berms , diversion dikes , interceptor swales , sediment traps and basins , pipe slope drain , inlet protection , stabilized co n stru ction entrances , seeding , sodd in g , mulching, soil retention blankets , or other structura l o r non-structural storm water pollution contro ls . The method of contro l sha ll result in a min imum sediment retention of 70 % as defined by the NCTCOG "BMP Manua l." Deviations from the pro p osed control mea su res must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lu mp sum as shown on the proposa l as f ull compensation for all items contained in the project SWPPP . FOR DISTURBED AREAS LESS THAN 1 ACRE , SPECIAL PROVISION 23 -40 SHALL BE APPLICABLE . 69 . PRE BID ITEM -PROJECT DESIGNATION SIGN : The Contractor shall construct and install two (2) Project Designation Signs and it will be the respons ibility of the Contracto r to main tain the signs in a presen table condition at all times on each project under construct ion. Maintenance will include painting and repairs as dir ected by the Engineer . It will be the responsibility of the Contractor to have the individual proj ect signs lettered and painted in accordance with the enclosed detail. The qual ity of the paint, painting and lettering on the signs shall be approved by the Engineer . The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign sh all be constructed of :Y." fir plywood, grade A-C (ext er ior ) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. The work , which includes t he painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support and ma intenance shall be to the sa ti sfa ction of the Eng ineer. The unit price bid per each will be full payment for material s including all labor, equipment, to ols and incidentals necessa ry to complete the work . 70 . PRE BID ITEM -UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary ad j ustments required due to street improvements to wa ter , san it ary sewer and natural gas serv ic e lines and appurtenances where such service 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" responsibili ty to provide the services of a licensed plumber to make the utility ad ju stments dete rmine d necessary by the Enginee r . No payment will b e mad e for util ity adjustmen ts except those ad justments determined necessary by the Engineer . Sho u ld th e Co ntractor 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 actua l cost of the adjustments plus ten pe rcent (10%) to cover the co st of bond and overhead in curred by the Contractor in handling the uti lity adjustments. 71 . PRE BID ITEM -TOP SOIL: The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb . The pa y ite m is intended to pa y for topso il that must be imported where suitable material is e ith er not a vai lable on the job or can n ot reasonably be stored o n-s it e. Paymen t will be made on the basis of loo se truck volume (full truck with sideboards up) t icket s and material must meet C ity of Fort Worth standards for topsoil. SP-27 Onl y the volume imported w ill be paid for and ma y be substantially less than th e proposal quantities listed . 72 . PRE BID ITE M -ADJUST W ATER VALVE BOX: Contracto r w ill be responsib le for adjusting water valve boxes to match new pavement grade . The water va lves themsel ves will be adjusted by City of Fort Worth Water Departmen t forces. The unit price bid will be full pa yment for materials including all labor , equipment , tools and incidentals necessary to complete the work . 73 . PRE BID ITEM -MANHOLE ADJUSTMENT: Th is item shall inc lude ad j usting the ,tops of existing and /or proposed manholes to match proposed grade as shown on the plans or as directed by the Engineer . Standard Specification Item No. 450 shall apply except as follows : Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior j oints on concrete manhole sections as per current City Water Department Special Conditions . 74 . PRE BID ITEM -ADJUST WATER METER BOX: This item shall include raising or lowering an existing meter box to the parkway grade specified . No payment will be made for ex isting boxes, which are within 0.1' of specified parkway grade. The unit price bid w ill be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 75 . NON-PAY ITEM -CLEARING AND GRUBBING : All objectionab le items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102 , "Clearing and Grubbing ." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 76 . NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: All applicable prov isions of Standard Specifications Item 200, "Sprinkling for Dust Control " shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. 77 . NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards , shrubs, trees, et c. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance , the Contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including st reet rights-of-way and designated alle ys . 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 to the Contractor by the City . To prevent the spread of the Oak Wilt fungus , all wounds on Live Oak and Red Oak t rees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 78 . NON-PAY ITEM -CONCRETE COLORED SURFACE : 10 /27/04 SP-28 Concrete w hee lcha ir ram p surfaces , e x clud ing the side s lopes and curb , s h all be colored wit h LITHOC HROME color hardener or equal. A brick red color, a dry-shake hardener m anu fa c tured b y L .M . Scofie ld Company or equa l , sha ll be used in accordance with manufacturers instructions . Contractor shall provide a sample concrete panel of one foot by one foot b y three inches dimension , or other dimension approved by the Engineer , meeting the aforementioned speci f ications . The sam ple, upon approval of the E n ginee r, shall be the acceptable standard to be applied fo r a ll co n struct ion covered in the scope of thi s Non-Pay Item. No direct paym en t wi ll be made for this item a nd it sha ll be considered in ciden tal to t h is con trac t. The method of applicati on shall be by screen , sifter , sieve , or other means in order to provide for a uniform color distribution . 79. NON-PAY ITEM -PROJECT CLEAN-UP : The Contracto r sha ll be aware that keeping the project site in a neat and orderly condition is conside red an integra l part of the contracted work and as such shall be considered subsidiary to the appropriate bid items . Clean up work shall be done as directed by the Engineer as the work progresses or as needed . If, in the opin ion of the Engineer it is necessary, clean up shall be done on a daily basis . Clean up work shal l include, but not be lim ited to: • Sweep ing the street clean of dirt or debris • Storing e xcess material in appropriate and organ iz ed manner • Keeping trash of any kind off of residents' property If the Eng in eer does not feel that the jobsite has been kept in an orde rly cond iti on , on the next estim ate payment (and all subsequen t payments until completed) of the appropriate bid it em (s ) w ill be reduced by 25%. Final cleanup work shall be done for th is project as soon as the pa vin g and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the roadwa y and right-of-way is cleaned up to the satisfaction of the Engineer. 80 . NON-PAY ITEM -PROJECT SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference . This schedule shall detail all phases of construction , includ ing project c lean up , and allow the Contractor to complete the work in the allotted time . Contractor will not move on to the jobsite nor will work beg in until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project sc hedule has not been turned in . Project schedule will be updated and resubmitted at the end of every estimating period . All costs involved with produci n g and maintain in g the project schedule shall be considered subsidiary to thi s contract. 81. NON-PAY ITEM -NOTIFICATION OF RESIDENTS : In order to cut down on the number of complaints from res idents due to the dus t generated when saw- cutting joints in concrete pavement , the Contracto r shall notify residents , in writing , at least 48 hours in advance of saw -cutting j oints during the construction of paving projects. All costs involved w ith providing such written noti ce shall be cons idered subs idiary to this contract. 82 . NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall , on a block by bloc k basi s , p rep are and deliver a noti ce or flyer of the pending co nstruct ion to the front door of each residence or business that will be impacted by construction. T he notice sha ll be prepared as follows : The notification notice or flyer shall be posted seven (7) days prior to beginn in g any construction activity on eac h block in the project area . The flyer shall be prepared o n the Contractor's letterhead and sh all include the fo ll owi ng information : Name of Proje ct , DOE No ., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the na m e of the Contractor's ,10/27/04 SP-29 foreman and his phone number, the nam e of th e C ity's inspecto r an d his p hone numbe r an d th e City 's after-hours phone number. A sample of th e 'pre-construction noti fi cat ion ' fl yer is att ached . The Contractor shal l submit a schedul e show ing the cons t ruction start and finish time for each b loc k of the proj ec t to the inspector. In additio n, a cop y of th e f lye r shall be del ivered to the C it y Inspector f or his review prior to be ing d istribu ted . T he Co nt rac t o r wi ll no t be all owed to beg in co nstruc ti on o n any block until the flyer is de livered to a ll residen ts of th e b lock. An electronic ve rsion of the sampl e flyer can be obtained from the construction office at 871-8306. All work involved with the pre-construction notification flyer shall be cons idered subsidiary to the contract price and no add itional compensat ion shall be made . 83 . Ne:lN-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING : After the pre-construction confe rence has been held but be f ore construct ion is a ll owed to beg in o n th is project a public meeting will be held at a location to be determined by the Engineer. The Contractor, inspector, and project manager shall meet with all affected residents and present the proj ected schedule, including construction start date , and answer an y construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre- construction conference but in no case will construction be allowed to begin until this meeting is held. 84 . NON-PAY ITEM -WASHED ROCK : All washed rock used for embedment or bac kfill or as otherwise dir ected by the Engineer shall was he d , crushed stone and shall meet the following grada t ion and abras ion: (Actual was hi ng not requ ired if gradation is met) S ieve Size 1" 1 /2" 3/8" #4 #8 % Reta in ed 0-10 40-75 55-90 90-100 95-100 Los Angeles Abrasion Test: 50 % Ma ximum wear per A.S .T .M . De signa ti on C-131 . 85. NON-PAY ITEM -SAWCUT OF EX ISTING CONCRETE : When existing concrete or H.M .A .C. is cut , such cuts sha l l be made w ith a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses . All sawing shall be subsid iary to the un it cost of the respect ive item . 86 . NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES : The Contractor shall be responsib le for locating and m ar k ing a ll p revi o usly e xposed manholes and water valves in each street of this contract before the rec yc ling process commences for a particular street. The Contractor shall attempt to include the constructio n eng ineer (i f he is av ailable ) in the observa t ion and marking activ ity. In any event a street shall be comple tely marked a min imum to two (2) working days before recycling begins on any stree t. Marki ng the curbs wi th pa int is a recommended procedure . It shall be the Contractor's responsibility to notify the ut ili ty compani es that he has commenced work on the proj ect. As the recycling is completed (within the same day) the Co nt ractor shall locate the covered manholes and v a lv es and exp ose them for later ad ju st me nt. Upon comp let ion of a str eet the Contractor shall no t ify the util ities of this completion and indica te that sta rt of t he next one in order fo r the utilities to adjust faci l ities accordin gl y . The following ar e utilit y contact persons : Company Southweste rn Bell Te lephone 10/27/04 Telephone Number (81 7 ) 338-62 75 SP-30 Contact Pe rson "Ho t Li ne " Te xas Ut ilit ies Lone Sta r (817 ) 336-9411 ext. 212 1 (81 7) 336-8381 ext . 372 Mr. Ro y Kruge r Mr. Ji m Bennett O f co urse , under t he terms of th is c ont ract , the Contractor shall complete ad j ustmen t of the storm dra in and Water Department fac ilities , one traffic lane at a time wi thin f ive (5 ) wor king da ys after comp let ing t he layi ng of proposed H.MAC. ove rl ay ad j ace nt to sa id fac ili ties . A ny deviation from the above procedure and allotted work ing days may resu lt in the shut down of the rec yc li ng ope ration by the Constructio n Enginee r. The Contractor shall be respons ible for all materia ls , equipmen t and labor to perform a most accura te job and al l costs to the Con t ractor shall be f igured subsid iary to th is contract. 87 . NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to t he bid price fo r the respective lines . 88 . NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT: The adjustment and/or reloca t ion of sprinkler heads encountered shall be paid for under utility adjustment in the proposal section . No other compensation will be provided . 89 . NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS : A fee fo r street use perm its is in effect. In add ition, a separate fee for re-inspections for parkway construction , such as driveways , sidewalks , etc ., will be required. The fees are as follows: The street perm it fee is $;,O .OQ per permit with payment due at the ti me of permit application . A re -i nspection fee of $25.00 w il l be assessed when work for which an inspection called for is incomp lete. Payment is due prior to the City performing re-inspection . Payment by the Contractor for al l st reet use permits and re-inspections shal l be considered subsid iary to th e contract cost and no add itiona l compensation shall be made. 90 . NON 'pp;y ITEM~ TEMPORARY EROSION SEDIMENT AND WATER POLLUTION .CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): N " -DESCRIPTION: This it~m shall consisfofterriporary soiierosion sedi.ment ai)d water pol iution control measures deemed necessary by the .Erigineer f9r the dLJration of!he contra~!. These cor:itrol measures, sha11 atno time be used as a 1iµbstituf~Jo~ the permanent control measure unle_s§ oth~rwise di rected_ by the . engineer and they'.shall npt include measure? ta~~n by the CONTRACTO~ to CO[l_lrol ccindi~ioils created by his construction operations .; The temporary measures shall include dikes , dames, berms, sediment basins , fiber mats , jute netting ; temporary seeding, straw mulch ; ~sphalt mule~. plast[c liners : .rubble liners, baled:bay retards, d ike~. slop~ drains c1nd other devic~s . ft · .. · CONSTRUCTION REQUJRMENTS : The Engineer has the authority to defiri.e 'erodibie ·e~rth and the aut.rio 'rity,to limit the surfa¢~ are of erodible-earth ;niaterial exposed by pr~p~:iring right~cfway ; clear_ing and gri.Jbbing , the surface .area of erodible-earth material ex posed by excavation ; borrow and t.o direct the CONTRACTOR. to pr,ovide temporary pollution-control measures to prevent c01:,taminc1tion of adjacent streams ,' otherwater course , lakes, ponds or other areas of water impoundment. such work may i_nvolve the construction of temporary berms , dikes., darns , sedi~ent basins , slope drc!ins and use of temporary mulches , mats, seeding or other control devices or methods directed by the Engineer as necessary to controi soil erosion . Temporary pollutfon"control measi.Jres shall be used to prevent or correct erosion that may develop during construction prior to instal lati on of permanent ·· pollution cc:mtrol featur~s . but are not associated with .permanent control features on the prnject The Engineer will limit the area of preparing righ t-of-way, clearing and grubbing , excavation and borrow to ')0/27/04 SP-31 be proport iona l to t he CONTR A CTOR 'S ca pability and progress in keeping the fin ish grading , mu lching , seeding , and other such permanent pol lutio n-con t ro l measures curren t in accordance w ith the accepted schedu le . Sho uld seasona l cond itions make such limitations unrealist ic , temporary so il- erosion-control measures shall be performed as directed by the Engineer . 1. Waste or d isposal areas and construction roads s hall be located and constr ucted in a manner that will m inimize the amount of sediment entering streams. 2 . Frequent fordings of live streams will not be perm itted ; therefore , temporary bridges or other structures shall be used wherever an appreciable number of st ream crossing a re necessary. Unless otherw ise approved in writing by the Engineer , mechan ized equipment shal l not be operated in live streams . 3 : When work areas or material sources are located inor 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 minim ize the muddy ing c:if a stream . 40:} All waterways shall be cleared as soon as practicable of falsework , piling , debris or other obstructions placed .during construction · operations that are not part of the finished work. 5 . The Contractor shall take suffic ient precautions to preven(pollutiori of streams , lakes and reservoirs with fuels , oils : bitumens; calcium chloride or other harmful materials. He'sti'a11 conductand schedule bis operations so as to avoid or .... minimize siltation of stream~(fakes· and reservoirf anci to av'oid 'i~terferen ce w ith movement ofmigratory fish . E-. ~LiBMITT AL: Prior to the start of the applicable construdion , .the Contractor shall submit for app roval his schedu les for accomplishment of soil-erosion-control_ workand his plan to keep the area · of,E!rodlbl~(,ear.th •material tci a niinirr1um : He .shall also 1submitfo(acceptance his proposed method .of so il -e rosip"ri :control on construction and haul roads and material sources and his"plan for dis'posa i of wa·ste materials .. No work shall be started until the soil-erosion control schedules and methods of operatio.r1§ h~ve been reviewed and approved by the Enginee r. ·· · j:{'Pf: ,' ;CT[MtASUHEMENT AND PAYMENl? '.All "work ,. materials and equipme nf necei ssa ry· to'~'pFovide ternp or~ry ' erqsion control shall b_e considered . subsidia'ry to t h~ contract -and no extra pay vyill be given for ti.is y;ork .. 91 . NOt;fPAY ITEM -TRAFFIC CONTROL :, The Contractor will be req uire d tc{\3t>t a°fn a "~_trre t:}d~~:f er.in it" prior to sta~J_ng work : .. f\s ' part . of . the '?street .!:Jse Per.~ i.t . a' traffic c;.pntrol plan is'_requ'ired . The Contractor shall be responsible for :providing traffi~ control during the constru'ction of this project consistent with the provisions set forth in the "Latest Edition i:exa.~.: .. Manual Orl Uniform Traffic, .Control Devices for Streets and . Higt:,1Nays·.::i~~;ued unqer the :authority ofthe ·"State of Texas Uniform Ad Regulating T'raffic on Highways /codified as Article :6I .01 d Vernon 's Civil Statutes , pertinent sections being Section Neis . 27; 29 : ~o anfl 31°: A traffic ~ont rol plan shall be submitted for reviewfo Mr. Charles R. Burke tt , City Traffic Eng ineer at (817) 392-:s712, at the pre-construction con fe renCe. Although work will not begin until the traffic control pla h 'hasbeen rev lewed , the Contractor's time will begin in ac co rdance with the time frameestabl ish-ed in the Notice to the Contractor. 10/27/04 SP-32 The Contractor will not remove any regulatory sign , instructional sign, st reet name sign or other s ign , which has been erected by the City . If it is determined that a sign must be removed to permit required construction , the Contractor.shall contactthe Transportation and Public Works Department ,.Signs and Markings Division, (Phone Number 871-7738) to remove the sign . lnrthe 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 instal led 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 me t. 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 reinstaUation is completed . Work shall not· be performed on certairi locations/streets during "peak traffic · periods " as determir,ation by the City Traffic Engineer and in accordance with the app licable provision of the "City pfcFort Worth Traffiq Control Handboo~_Ao~ Constructiqn _and Mc1i[1tenance Work Areas.'.'. 10/27/04 SP-33 (T o be prin ted on C o ntracto r 's Letterh e ad ) Dat e : ----- DOE No: PROJECT NAME : Water/Sanitary Sewer and Paving/Sto rm Drain Improvements for: MAPSCO LOCATION: -- LIMITS OF CONST.: -------------- E stimated Duration of Construction on your Street : _ days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMP ANY WILL< REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: M r. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPH ONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CA LL. 10/27/04 SP-34 PAVING GENERAL CONSTRUCTION NOTES I. Utility data is provided for information only. Although this inform ation is shown as co!11p le tely as possible, the Contractor is ca utioned th a t ne ith er the Owner nor th e Engineer assumes nor impli es any re spons ibility for the accura cy of the data. 1.1. Ve rify loca tion s, e le va tions and dimensions of existing utilities, structures and other imp rovements affec ting his work and protect so mewhere necessary. 1.2 . Co nt ac t those utility companies maintaining utility lines o r . easeme nts within the limits of construction, or in public rights-of-way adjacent to the proj ec t. This shall be done a minimum of forty -e ight ( 48) ho urs before conunencing co nstru c ti o n to provide adequate time for locati on of utilities. Fort Worth Water Department ......................... 392-8300 Furl W o rth Transportation & Public Works Dept. Light and Signal Division ............................... 392-8100 TXU Gas ........................................ l -(800)-460-3030 TXU E lec tri c .................................... l -(800)-242-9113 South wes te rn Bell Telephone Company ... 1-(800)-395-0440 Charter Co mmunication s ........................... 817-246-5538 Oth er Fa c iliti es .................................. 1-(800)-DIG-TES S 2 . Whe re a concrete va ll ey crosses a st reet intersec tion , transition from crowned sec ti o n to transverse, sec tion within 50' upstation and downstation of the va ll ey. 3. Contra c to r s hall keep at leas t one lane of traffic open at all times during co ns tru c ti o n and access to all places of bu s in ess and resid e nce al a ll tim es . 4 . Before co mmen c ing any ac ti v ity und er or pertaining lo this contract, th e Co nt ractor s ha ll : 4.1 Ob ta in all building and cons truction pern1its as required by the p e rtin e nt loca l, state or federal re gul a tory and governmental agenc ies . PAGE 1 of 1 4.2 Notify the construction inspection office of the appropriate governmental agency or agencies a minimum of forty-e ig ht (48) hours before conunencing construction, or as required by those agencies. 4.3 Hold a pre-construction meeting to be attended by rep resentatives of the Owner, Engineer, Contractor, those sub contractors-performing site work, govenunental agencies having jurisdiction over the project and utility companies maintaining utilities within or adjacent to the limits of construction. 4.4 Submit to the Engineer for re v iew all project schedules, shop drawings, materi a l schedules and other required submittals. 5. The contractor shall notify the Engineer at once if any conflict is di scovered between actual field conditions and the construction docume nts. 6. The co ntractor shall assume all responsibility for any damage to any existing or newly constructed building, pavement, sidewalk, driveway, curb and gutter, landscap ing, fencing, utilities, (stonn, draina ge, water, sanitary, irrigati o n, e lec tric, gas, cable, TV, te lep ho ne, etc). Or any other publicity or privately owned improvement, and shall repair or otherwise provide for restoratio n of same to its original condition of no additional cost to the owner. 7 . The Co ntractor shall accurately locate and mark cons tru c ti o n limits and property lin es, and shall limit all construction acti v iti es to whichever applicable. 8. The Contractor shall maintain at the job site a set of the constru c tion plans wherein an accurate record shall be kept of as-constructed information o n all site improvements. This plan set shall be submilled to the Engineer at the completion of constru c tion for use in th e preparation of record drawings. The Contactor shall also at all times maintain at the projec t site a PAVING GENERAL CONSTRUCTION NOTES complete reference se t of approved plans, specifications, shop drawings and other supplemental construction documents . 9. The Contractor sha ll schedule all required inspections and te s ts a minimum of forty-eight (48) hours in advance. Al the completion of construction, a final inspection shall verify completion of all site improvements in adherence with plans, specifications and standards . 10 . The Contractor sha ll at all times employ adequate erosion a nd sedimentation control measures to prevent damage to the property, adjacent properties, public ri ghts-of-way, and public or private drainage systems and bodies of water. These measures include but are not limited to: spread hay or mulch, staked for unslaked hay bales, silt fences, sedimentation basins, geotextiles and turbidity barriers. Deployment of erosion control devices shall be as per project plans and specifications, or as directed in the field by the Engin ee r or representatives of the governing regulatory agency. All erosion control devices sh all remain in place and functional until project comp le tion or until contributing drainage areas have been fully stabili zed. 11. A ll subsurface improvements shall be in pl ace and complete prior to subgrade compaction and roadway construction. 12. Dimensions and installation of driveway cuts, curbs, curb-and-gutter or valley gutter shall conform to the most recent standards and r eq uirements of the C ity of Fort Worth . 13 . Pipe materials shall be per plans . All pipes shall meet applicable A.S.T.M., A.A.S .H.T.O . and project specifications. 14. No excavation materials, backfill materials, equipment or supplies sha ll be stored within Ooodways or draina ge easements . 15 . Contractor personnel sha ll wear identifying clothing or hats at a ll times. 16. Constructio n activities s ha ll be limited to th e hours of 8:00 a .m. to 6 :00 p .m. unless approved or directed by th e engineer. PAGE 2 of2 17. The contractor shall remove from the project area all surp lu s material. This shall be incidental and not a separate pay it em. Surplus materials from excavation, including dirt, concrete, tra sh, etc. shall be properly disposed of at a site approved by th e engineer. 18 . Co nt acto r shall sawcut ex1st111g curb and gu tt e r, pavement, driveways, and sidewalks at areas where pavement o r co nc rete is to be removed. Sawcuts will be considered subsidiary to the price bid for linear feet of city utility rehabilitati on . Co ntractor shall provide compacted select materia l as needed to repai r damaged drives , streets, walks and patios. 19 . No equipment or material shall be deposited on private prope rty without written permission from the property owner. lf th e contactor places excess mat eri a l in the areas w ith ou t wri tt e n permission, he will be responsib le for all damage re su lting from such fill and he shall remove the material at hi s own cost if th e engineer so directs. 20 . Contractor shall submit written request to th e e ngi nee r fo r approval of all areas to be used for staging, mo bilization . Request shall be submitted to the engi nee r within 5 days of the Notice to Proceed. 21. Contractor shall be responsible for maintaining general safety adjacent to the project area . 22. All barricades, warning signs, light devices , etc., for th e guidance of traffic and protecti on of pedestrians must conform "to the installation shown 1980 Texas Manual Department of Highways and Public Transportation . 23. The con tra c tor is re sponsible for keeping street and s idewalks adjacent to the project free of mud and debris from th e construction . 24. The location of d r iveways, steps, retaining walls, etc., and a ll water, sanitary sewer, storm sewer, tel ep hone , gas, electric and cable television utilities , as shown on these plans are PAVING GENERAL CONSTRUCTION NOTES approximate. Accurate lo ca tions shall be verified at the time of co ns tru c ti o n after co ns ultati o n with the property owners and the re spective utility compa ni es .' 25 . The contracto r shall construct the proposed storm drain improvements utilizing a tr ench safety plan prepared by the contractor for thi s project. The contactor is respons ible for all trench safety . 26. The con tac tor s ha ll cl ea n up and res tore the area of operations to a cond ition as good or better than that which existed prior to cons tru c ti on. 27. T he co ntractor is respons ible for mainta111111g waler and sewer con nec ti ons lo homes in working order at all times, except for brief pre no tifi ed inl em1p tion s in serv ice for water and/or sewer services to be reinstated. In n o case sha ll services be allowed to remain out of service overnight. PAGE3of3 T.&P.W. GENERAL CONSTRUCTION NOTES 1. Contractor is respons ible for maintain ing water and sewer connections in working order at all times . In no case shall services be a ll owed to rema in out of service overnight. 2 . Contractor shall become familiar w ith the terms and conditions set fourth in temporary construction - easements . Ingress and egress is allowed on private property in order to access temporary construction easements . In the areas where no construction easements are ava il ab le, con t ractor sha ll lim it activities to within the exi sting utility easement. 3 . Contractor shall verify the elevation, configuration and location of existing lines prior to construction . Such verification shall be cons idered subsidiary to the cost of the project and not additio nal compensation will be allowed . 4. The contractor shall remove from the project area all surplus material. Th is shal l be incidental and not a separate pay item . Surplus materials from excavation including dirt, concrete, trash, etc ., shall be properly disposed of at a site approved by the city inspector. 5. The contractor shall preserve and protect or remove and replace (with pr ior app roval of affected property owner) any trees, shrubs, hedges, landscaping etc ., in or near proposed construction area. This work shall be considered incidental and not a separate pay item. 6. All grass areas damaged by construction shall receive 4" of topsoil and sol id sodding . Contractor shall remove and replace ex isting topsoil whenever possible. 7. The contractor shall remove all fences interfering with construction operation w ith in roe and/or easements removed fences shall be replaced with new fence or undamaged original fencing with prior approval of property owner 8. The contractor shall make necessary prov ision for the support and protection of all utility poles , gas mains, telephone cables, sanitary sewer lines, electric cables , drainage pipes, utility services, and all other utilities, and the structures both above and below ground during construct ion. The contractor is liable for all damages done to such existing facilities as a result of the contractor's operations . 9 . Contractor shall subm it written request to the engineer for approval of all areas to be used for staging , mob ilization , equ ipment and material storage and general project construct ion management. Request shall be subm itted to the engineer within five (5) days of notice to proceed . 10. Contractor shall be respons ible for maintaining general safety at and adjacent of the project area, including the personal safety of the construction crew and general public and the safety of public and private property. 11. All barricades, warning signs , light devices, etc ., for the guidance and protection of traffic and pedestrians must conform the installat ion shown on the 1980 Texas Manual of Uniform Traffic Control Devices, as curren tly amended, by the Te xas State Department of Highways and Public Transportation . 12. The contractor is responsible for keeping streets and sidewalks adjacent to the project free of mud and debris from the construction 13 . Two-way traffic must be mainta ined at all ti mes. One lane of traffic around co nstruction opera ti ons in progress w ith adequate safeguards wil l be acceptable, unless otherwise directed by the engineer. 14 . Contrac t shall have ut ili ty companies locate and mark all underground facilities before beginning ex cavat ion . 15 . Th e co ntractor shall clean up a nd restore t he area of operations to a condi t ion as good as or better t han that which exi sted prior t o the project. 16. The contractor is responsible for maintaining the ex isting storm drain system until the proposed system is in service in no case should the contractor leave the existing storm sewer out of service where by runoff would cause damage to adjacent homeowners. 17. Vertical deflections and pipe slopes for existing utilities shown on plans were obtained from record · drawings and have not been field verified. Some pipe slopes were adjusted to match surveyed manhole flowlines . Rime elevations and horizontal locations of existing manholes were determined from field survey's. 18. No equipment or material shall be deposited on private property without written permission from the property owners. If the contractor places excess material in the ware without written permission, he will be responsible for all damages resulting from such fill and he shall remove the material at his own cost, of the engineer so directs. 19. The location of driveways, steps, and retaining wall, etc ., and all water, sanitary sewer, storm sewer, telephone, gas, electric, and cable television utilities shown on these plans are approximate. Accurate locations shall be verified at the time of construction after consultation w ith the property owners and the respective utility companies. 20. The contractor shall construct all drainage streams from the downstream end to allow continued storm drain service , if the contractor chooses to construct the system otherwise, he shall present proposed construction staging at the pre-construction meeting 21. The contractor's personnel shall wear identifying clothing or hats at all times . 22. Construction activities shall be limited to the hours of 8:00 a.m. to 6 :00 p.m . unless approved or directed by the engineer. 23 . The adjustment and/or relocation of sprink ler head encountered shall be paid for under miscellaneous utility adjustment pay item in the proposal for section of the specifications and contract documents. SECTION D UNITS I & H: WATER DEPARTMENT & TRANSPORTATION/ PUBLIC WORKS CERTIFICATE OF INSURANCE PERFORMANCE BOND PAYMENT BOND CONTRACT CONTRACTORS COMPLIANCE TO WORKERS COMPENSATION LAW ,.., CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C .A. Labor Code §406.96 (2000), as amended , Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Eng ineering No .4874 and City of Fort Worth Project No. C200- 2064000163/P253-6061700163/P258-7061700163. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR Stabile & Winn, Inc. Date: AY,e,. 3 2-00 :::l::: I _ ~efore me , 1 the undersigned authority, on this day personally appeared ::re ~y_ @)@JI , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Stabile & Winn, Inc. for the purposes and considerat ion there in expressed and in the capacity therein stated . G iven Under My Hand and Seal of Office th is ..i_ day of A u6-11 ~, , 20 o 7 Notary Public i n and for the State of Texas ALVA NELL FEW Bond #PRF08888797 PERFORMANCE BOND THE ST A TE OF TEXAS § KNOW ALL BY THESE PRESENTS : COUNTY OF TARRANT § Colonial American Casualty That we (I) Stabile & Winn, Inc. as Principal herein , and (2) and Surety Company a corporation organized under the laws of the State of (3) Maryland and who is authorized to issue surety bond s 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: Four Hundred Forty-three Thousand Three Hundred Fifty-three and 63/100 .................................................. . ($443,353.63) Dollars for the payment of which sum we bind ourselves , our heirs , executors , administrators , successors and assigns , jointly and severally, firmly by these presents . SEP 1 1 2007 WHEREAS , Principal has entered into a certain contract with the Obligee dated the __ of ___ ,_2~0_0_7 a copy of which is attached hereto and made a part hereof, for the construction of: Pavement Reconstruction and Water and Sanitary Sewer Replacement on Lynndale Place and Wedgway Drive (Project No. 00163) NOW THEREFORE, the condition of this obligation is such , if the said Principle 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 detennined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN _ ':'ITNESS WHEREOF, ,t_h,.51 d l,l l):'.1 a~Uw.i;ized representatives of the Principal and the Surety have executed this instrument. ~tP I LUU/ SIGNED and SEALED this of __ ~,~2~0_07_. ATTEST:~~~ (Principal) Secretary (SEAL) Witnes:::::!oPrincipal -~c... Address ATTEST: (Surety) Secretary (SEAL) Witness as to Surety PO Box 2285 Ft Worth, TX 76113 (Address) Vice-Presi§ent PO Box 79380 Saginaw, TX 76179 (Address) Colonial American Casualty and Surety Company BY: PO Box 2285 t Worth, TX 76113 (Address) NOTE: Date of Bond must not be prior to date of Contract (I) Correct Name of 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 Attorney-in-Fact. The date of bond shall not be prior to date of Contract. THE STATE OF TEXAS COUNTY OFT ARRANT § § § Bond #PRF08888797 PAYMENT BOND KNOW ALL BY THESE PRESENTS: That we, ( 1) Stabile & Winn, Inc., as Principal herein, and (2) Colonial American Casualty and Surety Comp any, a corporation organized and existing under the laws of the State of (3) Maryland , 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 Four Hundred Forty-three Thousand Three Hundred Fifty-three and 63/100 ................................................... Dollars ($443,353.63) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns , jointly and severall t firm !;,: by these presents: SEP 1 2u07 WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the __ day of ___ , 2007 , which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length , for the following project: Pavement Reconstruction and Water and Sanitary Sewer Replacement on Lynndale Place and Wedgway Drive (Project No. 00163) 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. SEP 1 1 2007 SIGNED and SEALED this __ day of, __ 2007 . ATTEST: Stabile & Winn, Inc. PRINCIPAL (P ~w w By l7 tt-=_t2 l7 = Name : Jerry Hend e r s on ATTEST: Secretary Title : Vice -President Address : PO Box 79380 Saginaw, TX 76179 Colonial Ameri can Casualty and Sure ty Compan y SURETY Name :--+--------- Attorney in Fact Address : P o Bo x 2285 . Ft Worth, TX 7611 3 .,.... Witness as to S ~ety Telephone Number: 817 /33 6 -8520 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety . State of incorporation of Surety Telephone number of surety must be stated . In addit ion , an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond #PRF0 8 8 8 8797 MA IN TEN AN CE BOND T HE ST AT E O F TEX AS § COUNTY OF T ARRAN T § Colonial American Ca s u a lty That Stabile & Winn, Inc. ("Contractor''), as principal, and and Sure ty Co mp any a corporation organized under the laws of the State of Maryland ("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 Four Hundred Forty-three Thousand Three Hundred Fifty-three and 63/100 ....................................................................................................................................... Dollars ($443,353.63), 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 obl igation is conditioned, however, that: WHEREAS , said Contractor has this day entered into a written Contract with the City of Fort Worth , dated the ~Fbf1 1 2007, 2007 , a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements : Pavement Reconstruction and Water and Sanitary Sewer Replacement on Lynndale Place and Wedgway Drive (Project No. 00163) the same being referred to herein and in said contract as the Work and being designated as project number(s) C200-2064000163/P253-6061700163/P258-7061700163 and said contract , including all of the specifications , conditions, addenda , change orders and written instruments referred to there in as Contract Documents being incorporated herein and being made a part hereof; and , WHEREAS , in said Contract , Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City ; and WHEREAS , said Contractor binds itself to maintain said work in good repair and condit ion 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 t ime within said period , if in the opinion of the Director of the City of Fort Worth Department of Eng ineering , it be necessary ; and , WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided . NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF , this instrument is executed in~ counterparts, each of which shall be deemed an orig inal , this __ day of , AD. 2007 . ATTEST: (SE AL) Q4 ~~ Secretary WITNESS: (SE AL) ~#M SEP 1 1 2007 Stabile & Winn, Inc. Contractor --- Title: __ v_i_ce_-_P_re_s_i_de_n_t ________ _ Colonial American Casualty a nd Surety Company Surety PO Box 228 5 Ft Worth, TX 76 113 Address Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUAL TY AND SURETY COMPANY KNOW ALL MEN BY TH ESE PRESENTS : Tha t th e FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a nd th e COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of th e_Sµi~'°f,tviaryland, by FRANKE. MARTIN JR., Vice Presid e nt , a nd GRE_GORY E. MURRAY , Assistant Sec~etai~)n~d~~~)~.W~~tl~o rit y grant ed by A rt1d e VI , Sec_llo~ 2 , of th e By-L~ws o t sa id Compam~s, which are st;~q~ @li~~rewer~~ ~-'~~f a nd are here by certifi ed to be in full force and eflect o n th e date he reo f, ~~~j(0t:,rlJ1hltte:5:~~.~W ~"£d~1'1N1'r acy TUCKE R, Tob in TUCKE R and W. Lawre nce BROWN , ~~~O\f\>_ft.li;~~~~Jt~~ 'a nft lawful agent and Attorney-in- Fact, to mak e, exec ut e, sea l a nd d e liv ~[1-f~\~ ~jYi~Ya1r~~f1.u'e1 ~ ~b»'s\tYact a nd deed : any a nd all bo nds a nd undertakings, EXCEPT b.9Ad~1(bj~VM''lfiiep,~'!dff~}$li~t~s~JCommunity Surv ivors a nd Comm unity Gua rdians . a nd th ~~~µ~,L~o f'isli~bp~s4fy~§t~~'gs in purs ua nce of th ese prese nt s , s hall be as bindin g up o n sa id Companies, as fully ~n'ctitnp.J.Y-, ta i&lfi;q\~ amtpurposes, as if they had been dul y exec ut e d a nd acknow ledged b y the regular ly elected offiB~(~~~~\CcMp-~ny at its o ffice in Baltimore, Md ., in their own proper pe rso ns . Thi s power of a tt o rn ey revokes that iss ued o~:J5~ro fTrac y TUCKER, T o bin TUCKER, W. Lawrence BROWN , dated M ay 30, 2003. The sa id Assistant Secretary does here by certify that th e ex trac t se t forth on th e reve rse sid e hereo f is a true copy of Article VI , Section 2, of th e By-Laws of sa id Companies, and is now in force . IN WITNESS WHEREOF, th e sa id Vice-Presid e nt and Assistant Secretary have here unto s ub sc ribe d th e ir na mes a nd affixed th e Corporate Seals o f th e sa id FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and th e COLONIAL AMERICAN CASUALTY A ND SURETY COMPANY, thi s I Ith day of O c to ber, A .D. 2004. ATTEST: State o~ M a r_y la nd } ss: City of Baltim o re FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUAL TY AND SURETY COMPANY /l ' ' i:-f.,)t L:.'.=--t·C-"";('(,'-· ' I . 'i-1, 1,··"y·· f \ J / \ , .. ,/ \._/ By : Crego,y E. Murray Assistant Secretary Frank E. Martin Jr. Vice President On thi s 11 th day of October, A.D . 2004, before th e subscriber, a Notary Public o f the State or Mary land. du ly commissioned and qualified , ca me FRANK E . MARTrN JR ., Vice Pres id e nt , a nd GREGORY E. MURRAY. Assistant Secretary o f th e FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and th e COLONIAL A M E RICAN CASUALTY AND SURETY COMPANY, to me pe rso nall y kn ow n to be the individu a ls a nd officers d escribed in and who exec uted the precedin g in s trum e nt , and th ey eac h acknowledged the execution of th e sa me , a nd being by me dul y sworn. severall y and eac h for him se lf deposeth a nd sa ith , that th ey are th e sa id o ffic e rs of th e Companies aforesaid , and that the seals a ffix ed to the precedin g in s trum e nt is th e C o rp orate Seals of sa id Companies, and th a t th e sa id Corporate Seals and their s ig na tures as s uc h o ffi ce rs we re duly affixed a nd s ub sc ribe d to th e sa id in strum e nt by th e a uth o rit y and direc ti o n o f the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and a ffix e d my Official Seal th e day and year first above written . D ennis R. Hayden No tary Public My Commission Expires: February I , 2005 POA-F 168-2829 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Articl e VI , Sec ti o n 2. Th e Ch a irm a n o f th e Boa rd , o r th e Pres id e nt , o r any Exec uti ve Vi ce-Pres id e nt , o r a ny of th e Se nior Vi ce-Pres id e nt s o r V ice -Presid e nt s s pec ia ll y a uth o ri ze d so to d o by th e B oard o f Direc to rs or by th e Exec ut ive Co mmittee, s ha ll have power, by a nd w ith th e conc urre nce o f th e Sec retary o r a ny o ne o f th e Ass ista nt Sec re ta ries , to a ppo int Res id e nt Vi ce-Pres id e nt s , Ass ista nt Vi ce-Presi d e nt s a nd A ll o rn eys -in -Fac t a s th e bu s in ess of th e Compa ny may re quire , o r to a uth o ri ze a ny pe rson o r pe rsons to exec ut e o n be ha l f of th e Com pa ny a ny bo nd s, und ert a kin g , recog ni za nces, stipul a ti o ns , po li c ies, co nt rac ts, agree me nt s , d eed s , a nd re leases a nd ass ig nm e nt s of judge me nt s, d ec rees , mo rt gages a nd in s trum e nts in th e na ture o f mo rt gages , ... a nd to affix t he sea l of th e Compa ny th e re to." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Arti c le V I, Secti o n 2 . T he C ha irm a n of th e Boa rd , o r th e P res ide nt , o r a ny Exec uti ve Vi ce-Presid e nt , o r a ny o f th e Se ni o r V ice-Pres id e nt s or V ice-Pres ide nt s s pec ia ll y a uth o ri zed so to d o by th e Board o f Direc to rs o r by th e Exec uti ve Committe e , s ha ll have power, by a nd w ith th e conc urre nce of th e Sec re tary or a ny o ne o f th e Ass ista nt Sec re ta ri es , to a ppo int Resid e nt V ice-Pres id e nt s, Ass ista nt Vi ce-Pres id e nt s a nd A ll o rn eys -in-Fac t as the bu s in ess of th e Comp a ny may requi re, o r to a uth o ri ze a ny pe rson o r pe rsons to exec ut e o n be ha l f of th e Com pa ny a ny bo nd s , und ert a kin g, recog ni zan ces, st ipul a ti o ns, po li c ies, contracts, agree me nt s , deed s , a nd re lease s a nd ass ig nm e nts of judge me nt s , d ec rees , mo rt gages a nd in strum e nts in th e natu re o f mo rt gages, ... a nd to affix t he seal of th e Compa ny th e re to." CERTIFICATE I , th e und ers ig ned , Ass is ta nt Secre ta ry of th e FIDE LI TY AND DE POS IT C OMPA NY OF M A RY LA ND, a nd th e COLONI AL AM E RI CA N CASUALT Y AN D SURE T Y COMPA NY , d o he re by ce rtify th a t th e fo regoin g Po we r of A tt o rn ey is s till in full fo rce a nd effec t o n th e d a te o f thi s ce rti fica te; a nd I d o furth e r certi fy th a t th e Vi ce-Pres id e nt w ho exec ut ed th e sai d P ower o f A ll o rn ey was o ne of th e additi o na l Vi ce-Pres id e nt s s pec ia ll y a uth o ri zed by th e B oard o f Direc to rs to a pp o int a ny A tt o rn ey -in -Fac t as prov id e d in Art icl e V I , Sec ti o n 2, of the respec ti ve B y-La ws o f th e FIDE LITY A ND DE POS IT CO MPA NY OF M A RY LAN D , a nd th e COL ONIA L AM ERI CAN CASUALTY A ND SU RETY C O MPA NY . Thi s Po we r o f A tt o rn ey a nd Certi fic a te may be s ig ned by facs imil e und e r a nd b y a uth orit y o f th e fo ll ow in g resoluti o n o f th e B oard o f D ir ec to rs of th e FIDE LI T Y AND DE POS IT COMPANY O F M A RYLA ND a t a meetin g dul y call e d a nd he ld o n th e 10t h day of M ay, 1990 a nd o f th e B oard of D irec tors o f the COLO NI AL AM E RIC A N CASU A LTY A ND S URETY COMPA NY a t a meetin g dul y call e d a nd he ld o n th e 5 th d ay o f M ay , 1994. RESOL VE D : "Th a t th e facs imil e o r mec han icall y re pro du ced sea l of th e compa ny a nd facs imil e or mec ha ni call y re produced s ig na ture of a ny V ice-Pre s id e nt , Sec re ta ry , o r Ass is ta nt Sec re tary o f th e Comp a ny , whe th e r mad e he re tofore o r hereaft er, wh e rever a ppearin g up o n a certi fied co py of a ny power o f a tt o rn ey iss ued by the Co mp a ny, s ha ll be va lid a nd bindin g up o n th e Co mp a ny w ith th e same fo rce a nd effec t as th o ug h ma nu a ll y a ffi xed ." IN T ES TIM O NY WHE REOF, I hav e he re un to s ub scribed my na me a nd affixed th e corp orate seals o f th e sa id Compa ni es, SEP 1 1 2007 thi s ______ d ay of ___________ _ TUCKER AGENCY, LTD . Bonds and Insurance 2005 White Settlement Road Fort Worth , Texas 76107 (81 7) 336-8520 Fidelity and Deposit Company of Maryland Hom e Offic e: P.O. Box 1227, Balti more, W) 21203-1227 IMPORTANT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich Amen.can Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-654-5155 You may contact the Texas Department of Insurance to obtain information on companies, coverage s ; rights, or complaints at: 1-800-252-3439 You may write the Tex as Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company . If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH TIDS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. S 8543 f(TX) (08 /0 1) I I THE STATE OF TEXAS CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT SEP 1 1 2007 This agreement made and entered into this the __ day of A.O ., 2007, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.O. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, Stabile & Winn, Inc., HEREINAFTER CALLED Contractor. WITNESS ETH: That said parties have agreed as follows : 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows : Pavement Reconstruction and Water and Sanitary Sewer Replacement on Lynndale Place and Wedgway Drive {Project No. 00163) 2 . That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools , appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of th is contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4 . The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 200 working days . If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions , there shall be deducted from any monies due or which may thereafter become due him , the sum of $210 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans , Specifications and Contract Documents , then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and /or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor 's sole negligence . In addition , Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss , property damage , personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers , agents , employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides Owner with a letter from Contractor 's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7 . The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Revised Civi I Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be for I 00 percent of the total contract price, and said surety shall be a s urety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 8 . Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom , the price shown on the Proposal submitted by the successfu l bidder hereto attached and made a part hereof. Payment will be made in monthl y installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a , shall be Four Hundred Forty-three Thousand Three Hundred Fifty-three and 63/100 ................................................................................................................. Dollars, ($443,353.63). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth , Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein . 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same . IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~ counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in~ counterparts with its corporate seal attached. SEP 1 1 2007 Done in Fort Worth , Texas; this the __ day of ____ A.D., 2007. RECOMMENDED: BY:~ DIRECTOR, DEPARTMENT OF ENGINEERING APPROVED: TRANSPORTATI6 N/PUBLIC WORKS DIRECTOR Stabile & Winn, Inc. PO Box 79380 Saginaw, TX 76179 CONTRACTOR BY~A/iLQ- f' ~ Jerry Henderson, Vice-President TITLE PO Box 79380 Saginaw, TX 76179-0380 ADDRESS November 1960 Revised May 1986 Revised September 1992 CITY OF FORT WORTH CITY MANAGER Marc A. ATTEST : Date APPROVED AS TO FORM AND LEGALITY: APPENDICES UNITS I & 11: WATER DEPARTMENT & TRANSPORTATION/ PUBLIC WORKS APPENDIX A STANDARD FIGURES AND DETAILS • f~~;i:, . <' _ PMS -167 (Coppef) .,;._ PMS 288 (Blu~, I I I • rr-PMS 20B ~B \ue) I\ , ' I I I I I J..-----------.J--~----------------1 ' ' ' ' \ I I . \ 3 11 \ 3'-1.5" / 3" ,' \ 4'-1.5" 3" -:,_1 -.-.. \ ·· ---t-·. 1_/ ~\ ~I ----.:-/ -J·\r-· __ _!_\-~ -_-·-· ~5 1 -I \ ' · ' , ;---f(J')KfW01uJ1 ' ' Youi\ Water . -~ 7 fj" T-c • •·· ,.,, ,. r . t·.. ··Fq:qds_tn· ·Action_._. : 25 11 -. . --. ~-3A7G 11 = C:J t'-l I I I -Cl C\j i:: 4.5" ---'------i,-,.~--:--,,--------lr-,---------~-.r--,---·~--- ' ' ' . ' ' ' \ ' \ \ ' . \ \ __ White '~-PMS 288 (Blue) PROJECT. SIGN . (.... I ·I " . \ I aca e l . :.:: Figure . 30 0 9 /-18/96 E 2 ~ ·1 r. n n ~ I r1 1 r.11 n n WATER: SIZES UP TO AND INCLUDING 12" l.41Nll.4UM INl11Al BACKFlll COVi::R: ----,..,,,....,.,~ WATER -6" SEWER -12• STORM DRAIN -12• i I.II NI t..4 UM 6 "--+--'==++.--:----.......;;....,i EMBEDMENT TYPE •c-BACKFILL S-r...E SPEC. E1 -2. -4- G. C.D. CRUSHED STONE OR SAND MATERIAL INITIAL BACKFlLL SEE SPEC. E1-2.4{b) OR E1-2.3 G.C.D. CRUSHED STONE SEE SPEC. E1 -2.3 G.C.D. -.: .L. O'. .c LL >- 2 <( 2 _J _J LL ~ u <( (0 ~ f-z w 2 0 w (0 2 w c., z 3: 0 I (/) (/) _J <( f-w 1------------------------------------; 0 SAND GRADATION •LESS THAN 10% PASSlNG 1200 SlEv£ • P.1. = 10 OR LESS CRUSHED STONE GRADA110N SlE\£ SIZE ~ RETAINED ,.. 0-10 1;2· 40-75 3/s· 55-90 #4 90-100 18 95-100 MATERIAL SPECIFICATIONS THE EMBEDMENT AND BAa<FILL DETAILS PROVIDED ON Tii l S SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH 11-iE E1-2.4{b) AND E1-2.3 OF 11-iE G.C.D. AND STD. SPEC. ITEM 402 OF 11-iE TPW STANDARD SPECIFICATIONS FOR STREET & STORl.4 DRAIN CONSTRUCTION. ALL OTHER PROVISIONS OF 11-iESE ITEMS SHALL APPLY. _J _J <( 0:::: w > 0 (/) _J 0 0:::: f-z 0 u _J WATER, SEWER -& STORM DRAIN ~ EMBEDMENT AND BACKFILL DETAILS w ..----------------------i 0 CITY OF FORT WORTH-CONSTRUCTION STANDARD (/) FIGURE A DATE: 2-19 -0 2 I f- I -713 ...... _ ---// ..... ,, I I "'; ,, I ,, I ,, \\ ' , I '.:. ... --:.. ... .,, ,, ,··1 I, cJ , I r.1 ,.,I (:,\ " '\ .,. .. ... ),., ~0) N , .. ,-, . . ,.,.1 -:·., I --. .. ; '.. .. If I J_ ,i·1 ~~c : : r ··J 1\'I"\ •,,:•-':' .. -• "-.'-.--.•:"i r-• ___ .. .-•:11 ,:t · ,, -1., "\ , , . , 1 , , L,A , • ,, , -.-. ,,-~,.,-,_ ----._ --·~ --,., - --1..,,:,•:-/ ,1,,,-... ,._..·---,·:i 1,lfL _______________ .=:l I: ~-Q " •'-------'-11------~ I I fvllN. I I I I I ~= ©- ®- ®- ®- ® /\AT ER I A L L I ST 3/4 11 o r 111 as app li cab l e Standard Co r po rati o n Stop Standard Curb Stop ·& 90 ° Elb ow . Meter Bo x and Mete r to be In sta ll ed by Other . Service Line Olu e Vinyl T ape , 3" 1·Jld e , G,·, above g r o und Area to b e backfi I led with ~and 3/t.1 11 81 11 WATER SERVICE DETAIL FIGU·RE ····2 E l-1 7 Mater i a l E2 -1 7 Const ru t·t l o n ;--E~~£t ir.g or Pr~ Curb I /·~::f L .~.·.·f ~!ottom Rest ~o n crete __ _ S l oc kin g -'i---4---"--f -+-t'll;5i5?9H---J.. I :: ~ •:: .. ·• ,.,., . ) .. ' l /'l a i n---.. · .. • .. & .. Exis tin g or Proposed Cur~------~ Pavement or Other Sur f ac.e----- Trcnc h---- * Fire Hydrant Anc ho r in3 Co uis- 1 in s t or Connec- t ion off of C•n- c re te PiP4 12 11 i a rr.e t::::r a n d La r 3e r L!cad ~--Exercise c~re to ~void Pluggi n g Drain Hole.. \Jit \1 Conc r e te F ir :: Hyc'ra,t t::> be Set Plumb Pa r i<.1·.a y E~tens i on Barrel •Rd Stem fur Extr a Bury De pt h lf Necessar y Minimum 7 C.F. Gra ve l Pro por tiona lly Aroun d Ba se Bl oc k i :i; '---~-Concret e Rest tr,,,-i"?':itc:::="."7.'M' ] 2 1 1 X ] 2 1 1 X O 11 * !ury Dep th : (1) 3 ·-6 11 for Cast I ron P i ~ (2) 5 1 -0"1 for A-C Pipe Ref. f' i gu r e b i-----V a. r i e s ----------, STANDARD Fl RE H~i'DRANT DETAIL -r : FIGURE 5 E l -t2 Mot E2-12 Const I ' .I IJ Pipe ,: Size 4" 611 8 11 1 011 1 2 11 1 611 20 11 24 11 3 0" 3 611 42 11 46'' 54 11 NOTES : NOTE : Bearing Areas s h.own .;re based on 150 P.S. l .G test pressur e and 3000 P.S .F. s oil :>e2ring v alue . i500 # - X Be n d 1500# Con c r e t e HORIZONTAL BLOCK IN G TABLE ,',Dimension 11 X11 May Va ry If Ne ce s s a ry T o P r ovid e Bearing Against Un d isturbed Tre n c h Wal 1 x-,·, l 1 ° ·-15 I 2 2 • -30 1 45 ° 90° Tee & P l ug - D i m. Ft. l 1. 5 1. 5 1. 5 l. 5 2 2 2 2.5 2 .5 ', 3 J..i .o rl In . n •X n1n . Max . M i n . Max . M in . Ma x . Mi n . Ma x 11A,, A rP c Vn l II R II IA r l"a Vol II C II A re a Vo l . ,1 0i", Ar ea Vo l . 11 F II tl.r ea \/ n l .90 • Be .05 .95 .90 .05 , 9 5 .~o . 05 .91 .82 . 05 1. 16 .5E . 05 .90 • Be .os . 95 .90 . 05 1. 05 1 . 10 .05 1. 73 1. 99 .05 1. 19 1.41 .0 5 .90 • Sc . 05 . 95 .90 . 05 1. 41 2.00 .05 l. 86 3 .47 • 1 1. 5 7 2 .4 . 1 .9 0 .80 .05 I .26 1 .60 .05 l. 7 9 3.20 . 1 2 . 18 5.b 2 .2 1. 99 3. 98 . 15 1. 10 l. 2C .05 1.48 2 .30 . 1 2. I 4 4 .50 . 2 2 .83 s .oo . 3 2 .38 5 ,6 5 . 2 I .41 2 .00 . 1 2.00 4.oo . 1 2.83 8 .0 0 .4 3,75 4 . 10 . 65 3 . 1 6 10. 0[ ,5 I . 77 3 . 10 . 2 2.54 6 .2 0 . 3 3 .5 2 12.40 . 6 4 .70 i:2 .00 I . 15 3 ,94 15. 55 .7 5 2 . 14 4 . 50 .25 3 .00 19 . 00 . 5 4 .2 5 18.10 . 95 5 ,65 ~.OD 1. 85 4. 76 22. 60 1. 0 5 2 .66 7 . 1 0 .55 3 .78 14 . 2 0 1 . 0 5.30 28.20 1. 75 7 .05 iltS BO 3 .4 5.9 1 35 . 33 2. 1 3 . 3 3 10 . 00 ,75 4 .50 l2Cl40 1.4 6.36 40.80 2 .65 8 .5 0 i72 .0 0 5. 1 7 .2 0 :,1 . 0 0 2 .95 "· 72 1 ~-80 1. 2 c; 7S n Fin 2.2 7 41 c:;c;. ;,n 4 l q qn A7. c;o 7 q 8. 30 E$. 00 4. 75 4 .38 18. 30 1. 6 6.00 1f-..OO 2.9 8 .4 8 r7 UJO s . 4 11 . 14 1~.so 10 .4 g .c;o qJ.o -6. 1 c; Li . 00 J2 .5 C L,,00 6 .70 45.00 7_.0 0 ~ 9,40 88..00 J O.OO 13 .oon62001 6.o d 10 .7c1 1sro 12.oc M1n 1rnum ar ea s shown a r e 1n s q u are f e et . Volumes sh own a re 1n c ub i c y ar d s . Vertical dimensions of a l l b loc k bear i n g a re as shall b e Tcent i ca l t o the h or i zontal d ime n s i o n shown . HO RIZ ON TAL BLOCKI N G DETA IL E-1-20 Materi a l 1-1-78 FIGURE 9 E-2 -20 Co ns tru c tio n ,.. • 'J# Bel l Bell Bend NO T E : Tren c h width: 1 . Pipe 24" i .d . and sma ll er = 2 4" or o .d. + 12 1 1 whi c h e ve r i s greater . 2 . Pipe larger than 2 4" = o .d . of Pipe + 18 11 • 3 . Crad l e s h all e xt end a min . of 6 1 ' be y ond eac h si d e o f pipe • RUB BER GASKET JOINT M. J . ,s-.,., Bell -Bell Bend 1500# Concret e Keep a min . of I 1 -0 1" clearance b e twe e n con e. and jo i nts or bolts on C.I . P i pe . or i n ex c ess of 1 1 -0" as deta i 1 ed . 1-1-78 • Q) • 0. £:;) ·-- Cl 0 M ECHANICAL JOINT Ma i n / -i ~~----+-t---r---~-----h--- t,----_L_---t i~il:@~il~t J.2'-0" Typ . ·I BELL A N D SPIGOT JOINT CRAD LE DETAI L F I GUR E 10 Note: When cr~d l e i s shown or speci fi ed for insta ll at ion on concreee p ipe th e full jo i nt length of th e plpe or fitting shall be crad led . E l -20 /"'\a ter i 2 l s E 2 -20 Construction I . Class "S " (2500#') Conc,e:e I Wrap pipe with l 5# roof i n g f e 1 t Form as necess~ry BEND S *Vo l. Req'd . C.F. A Ft. 6 B Ft. ..--. C Ft. C: *Vo 1. Req 'd . C.F . .,.... A Ft. -8 B Ft . re, C Ft. ..... Cl *Vo 1 . Req'd. C.F. ,- A Ft. re, C: 10 B Ft. .,.... E C Ft. 0 z: *Vo 1 . Req'd . C.F . Q.J A Ft . 0. ..... 12 B Ft. Q.. C Ft. *V olum e calculated 8 goo 45° 221/2° 39.99 21 .64 11 .03 2 .50 1. 42 1.0 4 .0 3 .88 3.36 4 .0 3 .88 3.36 71 .09 38.47 19. 61 2 .83 1. 67 1.5 5.0 4.8 3.66 5.0 4.8 3.66 111 . 07 60 . 11 30 .65 3.25 1. 92 1. 75 5.9 5 .6 4.25 5.9 5.6 4.25 159. 94 86.56 44.13 4.17 2.42 1.42 6.2 6.0 5.54 6.2 6.0 5.54 on the basis of concrete Keep concre t e c lear of pipe joints and bolts 11 1 / 4 a 5.54 0.75 2.75 2.75 9.85 1. 0 3.2 3.2 15.40 1. 5 3.25 3.25 22. 17 1. 25 4.2 4.2 reacting thrust on the respective bends under an internal pressure of 150 psig at the rate of 150 lb. wt . per cu. ft. of concrete. '• EXAMPLE A VERTICAL TIE -DOWN FIGURE BLOCK I I 1-1-78 DETAIL El-20 Material E2-20 Con structi on ,- _I Exi s t ing s urf cK.~ ~kfill ~, ~;:>e ci fie-d 1-1-78 I 12=:="f =' 1/ ' 0 611 ~in. dimension. 6 11 IMX. for p,&y purposes when bid per cubic y•rd. 6 11 min. dimension. Max. for pay pu rp ose s s hall be 6 11 on main 24 11 and smaller, 9 11 on mains 30 11 and larger, wh en bid per cubic ya r d . 411 min. dimension. 411 max . fo r pay purposes when bid per cubic y ard. ® Class 11 E11 1500# concrete. Concrete e n caseme nt shall stop 1 1 eit h er si d e of joint, and when enc•~ng concrete prassura pipe, full lengths of pipe sh•ll be anc•sad, joints excluded. CONCRETE ENCASEMENT FIGURE 20 . DETAIL E 1-7 Ma teri al E 2-7 Construction '! '---~---------------------------------------....;; .... ., l . I STREE:T ! DIKT ~ 1· 4 O' i ·1 ..L ~-----c-~--=------. --~ s -.. 4 REB AR s Ty p. 1 1 . • · .---r -· l ". --< ~ : I US E 3000 " CLASS B --+---.;·--.. ~~~. ":. _-_!~:-. \,": :--; .... CONCR ETE · "'/· ..• _,,--I -,, · ~ . ·/ . ,' / " ' \ '' 8 CONC. COLLAR HEIGHT VARIES PVMT. PVMT. 2 : 27 CASE 1 CASE 1 COLL AR SHALL EXT END TO TOP OF 2 : 27 CONCRETE. ( NO REBAR REQ. ) CASE 2 COLL AR SHALL EXT END 3" BELOW BOTTOM OF LOWES T GRADE RING . ( REBAR REO. l V /' . --;··. L '\ .. ., 'f t> ,,-1 --\ ' \. I • . I ,,. '" \. "' . \ ( ./ I I \ \· \ . • I .. I I \ \• ' t> ' •• 'i / \ . ". : \( ·. \ I / / ."' ! . ' \ ' '\ / I ., .I \' ' . '\ .......... -1---/ / . "' ' / ' .. ,'\ / ' .. \ '-/ . I \ ', ". ti .,,.../. . " . I . . .... . -. I ,_;.. .. . / • ' ., ' t> . ; - - -. ' . ' '/ 't> ,:, . '. . .•... t7 /." • ' .. ...._ . •....:.. . _;..;. I . RAM I NECK SECTION A F IGURE 121 I ~ O" -yp ..:i. I . :Vi " CHAMFER T Y P. 'L 6 " MIN . 3" MIN. HEIGHT VARIES CONCRETE MANHO LE COLL AR OET AIL NTS E 1-2 0 , 21 lv1 oter iol A.N.A. CON SULT AN TS ::2 -20, 21 Consruct i on ... ld !!:lails\ba ck f~l2.d,dgn 10/15/2002 02:01:55 PM i ; 1,. i:::~ CITY WATER DEPARTMENT FOOT WORiH, TEXAS TYPICAL BV-PASS VAIN LAYOUT E.r /s I //.c !' c r Va u // Sir ~ Dc/cN/ /'o,r Tcn?,;::,. ScrV/C:C Connc. cl1on. I! I I I I I I I I I ! I l I I I I I ~ ,. ' Contrc1clor sh-a// 6~ rceu/rcd to cov~r h7C.l'~r vaulr w1i'h prol~cl/v~ 9Udid t;: · '' /-..; ,,,-_.,~ :;yn -·, · A d~;ot-dS re~ uire o'. .('isl: Pr/rt;t, SC?rv/c c ro Hovsc or 8ld9- Y,e-r~r .$he?(/ 6 ~ r~rnovad 6y fhe coo fnJcfor. . Cc;;nn~cr,,'on l /"'rom. ~Y · P&ss to, pr1va I-tr $•rv/ct ·she;// be. h?:~o'~ hy Contri1cror. CITY WATEF DEPARTMENT FORT WOKTH, TEXAS TEMP. SCRV/C£ CONNECTION DETAIL FIGURE c / . . r· {._ . Sto?r?o&rd~ /i~i .5h~d c r6. /.5# A=bo/;n9 Fe l l. JG Md~ . CITY WATER DEPARTMENT FORT WORTH, TEXAS INTERSECTION CROSSING D£ TAIL F/GUR£ 3 R ~v. 9 -I Z -9 0 (2.5-;j TE S : WV/DE ADEQUATE ovrnu,p OF PLATE ON HALT TO ASSURE NO SLI PPAGE OF TE mo NO COLLAPSH~G OF TRENCH TflENCH LENGTH IS LE SS Tl-f ,AN. 5-FEET STEEL PLATES WILL BE IN PLACE LESS N 18 HOURS , S T EE L PLATES MAY .BE '.:ED DIRECT LY ON EX IS TING . AS Pl~AL T WI THOUT ING. PR OVIDE TEI.IPORARY ASP HALT NSITIONS EXTENDING J-FEET BEYOND EDGE STEEL PLATES . COL O MI X \ \ \ \ \ \ I I I I I I I I I I I I I I TRENCH )/.,!MENDED '.lGE A. BEHMANESH, STAI/T DIRECTOR, TPW TYPE "A" I I I I I I I I I I I I I I I I I I EX I STING M.H. OR VALVE AT .GRADE STEEL PLATE TYPE "A" MUST HAVE PR IOR APPROVAL OF CI TY ~ ~ ~ TREN C H STEEL PLATE ~ ?::> ."r-r-~~~rrrs--c-:' I.IILL I" FOil S T[[L PLATE . PAC I( J OIIH WITH COL O l,II X DEt AIL FOR TRENCH ING TYPE "8" PLATll'1G FORT WORTH ~~1~ CITY OF FORT WORTH, TE XAS TRANSPORT AT/ON/PUB LI C WOR l<S ENGINEER ING DIVISION / AP PROVED BY: ~------- HUGO MALAN GA DIRECTOR, TPW DAT E: ___ _ f /G 200 0-5 •,I'\.·, '.·' .. EXIST ING CURB & GUTIER NOTES: TRENCH REPA IR LIM ITS EXIST ING HMAC PAVEMENT SAW CUT EX ISTING HMAC PAVEMENT BACKFILL MATERIAL (SEE NOTE #3) TRENCH REPAIR W/PERMANENT HMAC PAVEMENT AND NON-REINFORCED CONCRETE BASE TYP ICA L 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. EXISTING CU RB & GUTIER 3 . FLOWABL E FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPT IONAL IN OTHER AR EAS . IF FLOWABLE FILL IS REQU IRED, A SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH. FOR STORM DRAIN INSTALL ATION , BACKFILL SHALL MEET SPECIF IED ITEM 402 OF THE STANDARD SPEC IFICATIONS FOR STREET AND STORM DRA IN CONSTRUCT ION, CITY OF FORT WORTH . FOR WATER OR SAN ITARY SEWER INSTA LL AT ION.BACKF ILL SHALL BE PER FIGURE A. 4. ALL CONSTRUCTION MUST BE IN ACCORDAN CE WITH THE CITY OF FORT WORTH STANDARD SPEC IFICATIONS FOR STREET AND STORM DRA IN CONSTRUCTION. CITY OF FORT WORTH, TEXAS PERMANENT ASPHALT PAVEMENT REPAIR WITH NON-REINFORCED CONCRETE BASE RE V. 05 /2006 DA TE: 09 /2005 2000-1A EXISTING CURB \ GUTTER EXIST BASE EX ISTING HMAC PAVEMENT N0.3 BARS ON 24" CENTERS BOTH WAYS WITH MIN. 2 BARS LONGITUDINAL IN DITCH TRENCH REPAIR LIMITS MIN. 2" HOT MIX ASPHALT SAW CUT SAW CUT EXIST ING HMAC PAVEMEN T TACK COAT CLASS "A" REINFORCED CONCRETE BASE BACKFILL MATERIAL (SEE NOTE #7) EXI STING CURB & GUTT7 EXIST CO NG. BA SE RE INFORCED CONCRETE BASE NOTES TYPICAL SECTION 1. RE INFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO OR IGINAL THICKNESS OR TO A MINIMUM THICKNESS OF 5" WHICHEVER IS GREATER . 2 . IF STEEL EXISTS IN CONCRETE PAVEMENT TO BE CUT, THE STEEL SHALL BE CUT AND SALVAGE AS POSSIBLE. A MIN IMUM LAP SPLICE DISTANCE OF 12" SHALL BE PROVIDED. 3 . REINFORCED CONCRETE PAVEMENT WILL BE REPLACED OVER TRENCH, AS SHOWN, IN THE EVENT NON-REINFORCED CONCRETE PAVEMENT IS REMOVED . 4 . ALL EXISTING A SPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH. MINIMUM PAVEMENT ON ALL ASPHALT STREETS SHALL BE 2" OF FINE GRADED SURFAC E COURSE . 5. BEDDING OF PIPE TO MATCH ADJACENT SECTIONS . 6 . 2: 27 CONCRETE MAY BE DELETED IF HALF THE SPECIFIED THICKNESS OF 2 : 27 IS ADDED TO THE CLASS "A" CONCRETE . 7. FLOWABLE F ILL MAY BE REQUIRED TO BACl<FILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTI ONAL IN OTHER AREAS . IF FLOWABLE FILL I S REQU IRED, A SEPERATE PAY ITEM WILL BE PROVIDED FOR SU CH. FOR STORM DRAIN INSTALLATI ON, BACKFILL SHALL MEET SPECI FIED I TEM 402 OF THE STANDARD SPE CIFI C ATI ON S FOR STREET AND STORM DRAIN CONSTRU C TION. CITY OF FORT WORTH . FOR WATER OR S ANITARY SEWER INSTALLATION, BACKFILL SHALL BE PER FIGURE A. 8. ALL CONSTRUCTION MU S T BE IN AC CO RDAN CE WI TH THE CITY OF FORT WORTH S TANDARD SPECIFICATION S FOR S TREET AND S TORM DRAIN CONSTRUCTION . REV. 05 /20 0 6 FORT WORTH CITY OF FORT WORTH, TEXAS DA TE : 09 /2005 ~ PERMANENT ASPHALT PAVEMENT REPAIR WITH REINFORCED CONCRETE BASE 2000-1 8 TRENCH REPAIR LIMITS EXISTING HMAC PAVEMENT EXISTIN G HM AC PAVE MENT EXISTING CURB & GUTIER NOTES : 2" HOT AS PHALT TREN CH REPAIR W/TEMPORARY HMAC PAVEMENT TYP ICAL SECTION BACKFILL MATERI AL (SEE NOTE #3) EXIST IN G CUR B & GUTIER 1. PLACE A MIN. OF 2" HMAC SURFACE SOURSE (TYPE "D" MI X) TO MATCH EXI STING HMAC PAVEMENT GRADE AS SHOWN. 2. PLACE CO MPACTED FLEX BASE MATER IAL AS SHOWN. 3 . FLOWABL E FILL MAY BE REQU IRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS, AND IS OPTIONA L IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH. FOR STORM DRAIN INSTALLATION, BACKF ILL SHALL MEET SPECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STR EE T AND STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH . FOR WATER OR SANITARY SEWER INSTA LLATION.BACKFILL SHALL BE PER FIGURE A. 4 . ALL CONSTRUCTION MUST BE IN ACCOR DAN CE WITH THE CITY OF FORT WORTH STA ND ARD SPEC IFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTI ON. REV . 05/2006 CITY OF FORT WORTH, TE XAS DA TE: 09/2005 TEMPORARY ASPHALT PAVEMENT RE PAIR 2000-1C 5 ' MIN . EXISTING BASE (IF ANY) DOWEL -- PIPE CLASS "A" REINFORCED CONCRETE PAVEMENT REPLACEMENT TO THE NEAREST JOINT OR CURB . DOW 12"- EX ISTING CO NCRETE PAVEMENT TRENCH REPA IR W/RE INFORCED CONCRETE PAVEMENT TYPICAL SECTION NOTES : 1. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DO WNTOWN STREETS AND I S OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPERA TE PAY ITEM WILL BE PRO VIDED FOR SUCH. FOR STORM DRAIN INSTALLATION, BACKFILL SHALL MEET SPECIFIED ITEM 402 OF THE STANDARD SPEC IFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH . FOR WATER OR SAN I TARY SEWER INSTALLATION.BACK FI LL SHALL BE PER FIGURE A . 2 . REINFOR CED CONCRETE PAVEMENT SHALL BE REPLACED TO OR IGINAL DEPTH, OR TO A MINIMUM DEPTH OF 5" WH ICHEVER I S GREATER . FORT WORTH ~ 3 . P L ACE 6" OF 2: 27 CONCRETE AS SHOWN. 1" OF REINFORCED CONCRETE MAY BE SUBTITUTED FOR EVERY 2" OF 2: 2 7 CO N CRE TE . 4 . REINFORCEMENT OF CONCRETE MU S T MEET CI TY STANDARD OR MATCH EXISTING , WH ICHEVER I S GREATER . 5. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CI TY OF FORT WOR TH STAND AR D SPECIFICATIONS FOR STREET ANO STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH, TE XAS TRENCH REPAIR W/REINFORCED CONCRETE PAVEMENT REV. 05 /2006 DA TE: 09 /20 0 4 2000-2 APPENDIX B GEOTECHNICAL REPORT CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT : LYNNDALE PL ., WEDGEWAY DR . REHABILITATION DO E NO .: 4874 FUND CODE : 01 02 HOLE# 1 LAB NO : 59283 LOCATION : 3700 LYNNDALE PL. N/4 4 .5 0 " HMAC 5 .75" CONCRETE(5378 .0 PSI) 8 . 7 5" ROCKS & GRAVEL 6 .00 " BROWN SANDY CLAY W/ROCKS & GRAVEL ATTERBURG LIMITS : LL: 41 .3 PL : 22 .3 PI : 19.0 SHRKG: 12 .0% MUNSELL COLOR CHART : lOYR 6/2 LIGHT BROWNISH GRAY CLAY UNIT WEIGHT : N/A #/CFT HOLE# 2 LAB NO: 59284 LOCATION : 3712 LYNNDALE PL. C/4 4.00 " HMAC 7.00" REDDIS H BROWN SANDY CLAY W/ROCKS & GRAVEL 12 .50" BROWN SANDY CLAY W/ROCKS & GRAVEL ATTE RBUR G LIMITS: LL : 38 .9 PL : 19.0 PI: 19.9 SHRKG: 1 0.0% MUNSELL COLOR CHART : lOYR 7/2 LIGHT GRAY CLAY UNIT WEIGHT : 146 .0 #/CFT ( 4 " HMAC) HOLE# 3 LAB NO : 59285 LOCATION : 3737 LYNNDALE PL. S/4 5 .25 " HMAC 4 .00 " ROCKS & GRAVEL 5 .75 " LIGHT BROWN SANDY CLAY W/ROCKS & GRAVEL 6.50 " GRAYISH BROWN SANDY CLAY W/GRAVEL ATTERBURG LIMITS : LL : 50 .6 PL : 27 .9 PI : 22 .7 SHRKG : 14 .0 % MUNSEL L COL OR CHART : lOYR 5/2 GRAYISH BROWN CLAY UNIT WEIGHT: 146.0 #/CFT ( 4" HMAC) HOLE# 4 LAB NO : 59286 LOCATION : 25 'W. OF TRAIL LAKE @ LYNNDALE PL. N/4 6.25" HMAC 5 . 7 5 " ROCKS & GRAVEL 6 .25 " BROWN SANDY CLAY W/ROCKS & GRAVE L 6.00 " GRAYISH BROWN SANDY CLAY W/GRAVE L ATTERBURG LIMITS : LL : 51 .9 PL: 30 .4 PI : 21 .5 SHRKG : 16 .0 % MUNSELL COLOR CHART : lO YR 4/2 DAR K GRAYISH BROWN CLAY UNIT WEIGHT : N/A #/CFT LAST TEST HOLE@ THIS LOCATION 1 HOLE# 1 LAB NO: 59287 LOCATION: 5221 WE DGEWAY DR. E/4 6.0 0 " HMAC 6.50" ROCKS & GRAVEL 5 .50" BROWN SANDY CLAY W/ROCKS & GRAVEL 6 .00 " GRAYISH BROWN SAND Y CLAY ATTERBURG LIMITS : LL: 44 .5 PL: 22.5 PI : 22 .0 SHRKG: 13 .0% MUNSELL COLOR CHART: lOYR 6/3 PALE BROWN CLAY UNIT WEIGHT : 146 .0 #/CFT ( 4" HMAC ) HOLE # 2 LAB NO : 59288 LOCATION : 52 1 2 WE DGEWAY DR.C /4 5.00" HMAC 6.25" ROCKS & GRAVEL 8. 00" SAND & GRAVEL 6 .00 " GRAYISH BROWN SANDY CLAY ATTERBURG LIMITS: LL : 44 .5 PL : 23.6 PI : 20 .9 SHRKG: 13 .0% MUNSELL COLOR CHART : lOYR 6/3 JPALE BROWN CLAY UNIT WEIGHT : 146 .0 #/CFT ( 4" HMAC) HOLE # 3 LAB NO : 59289 LOCATION : 5200 WEDGEWAY DR. W/4 6 .50" HMAC 5 .75" ROCKS & GRAVEL 5 .25" BROWN SANDY CLAY 6 .00 " GRAYISH BROWN SANDY CLAY ATTERBURG LIMITS : LL : 41 .4 PL : 22 .7 PI : 18 .7 SHRKG : 12.0 % MUNSELL COLOR CHART : lO YR 6/2 LIGHT BROWNISH GRAY CLAY UNIT WEIGHT : N/A #/CFT LAS T TE S T H OLE APPROVAL : RYAN JERI DATE TESTED : 10-18-05 THRU 10-19 -05 DATE REPO RTED: 11-14-05 TESTED BY : SOIL LAB @ T H IS LO CATION ROUTING ABE CALDERON RICHARD ARGOMANIZ FILE 2