Loading...
HomeMy WebLinkAboutContract 38370 (2)r K 1 FORTWORTH D.OZ FILE CONTRACTOR'S BONDING C®o CITY SECRETAry, CONSTRUCTION'S COPY 4NTRgCT CLIENT DEPARTM *IFICATIONS AND CONTRACT DOCUMENTS SANITARY SEWER REHABILITATION PIPE ENLARGEMENT CONTRACT 2008A PROJECT NUMBERS: SEWER - P258-7011701017 CITY PROJECT NO. 1017 DOE NO. 6017 JUNE 2008 MIKE MONCRIEF MAYOR D O IAL RE ONI, D11TY rAETARY T WORTH. TX DALE A. FISSELER, P.E. CITY MANAGER A. DOUGLAS RADEMAKER, P.E. - DIRECTOR DEPARTMENT OF ENGINEERING PREPARED BY: DEPARTMENT OF ENGINEERING 03-25-09 A0'9,:30 IN " 03-24-09 P03:12 IN E QF T . . Aki AkA✓7i ba— M, ......... . Ili :A- M&C Review Page 1 of 2 CITY COUNCIL AGENDA FORTS OR-1ll COUNCIL ACTION: Approved on 3/3/2009 - Ord. No. 18503-03-2009 DATE: 3/3/2009 REFERENCE NO.: C-23384 LOG NAME: 60S2008ACIRC CODE: C TYPE: NON -CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Contract in an Amount up to $1,000,000.00 with William J. Schultz, Inc., d/b/a Circle "C" Construction Company, for Sanitary Sewer Rehabilitation Pipe Enlargement, Contract 2008A and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $1,039,000.00 from the Water and Sewer Fund to the Sewer Capital Projects Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Projects Fund in the amount of $1,039,000.00 from available funds; and 3. Authorize the City Manager to execute a contract with William J. Schultz, Inc., d/b/a Circle Construction Company, in an amount up to $1,000,000.00 for Sanitary Sewer Rehabilitation Pipe Enlargement, Contract 2008A, at various locations throughout the City of Fort Worth (City Project No. 01017). DISCUSSION: The work to be performed under this contract consists of rehabilitating existing deteriorated sewer mains at various locations throughout the City that have exhibited recurring maintenance problems and are under existing structures or in congested areas where open trench methods of construction would be impossible. The bid documents included a stipulation that the total quantities listed may not reflect actual quantities and are based on the budgeted amount up to $1,000,000.00. It was also stipulated that regardless of the dollar amount bid, the contract would be awarded in an amount up to $1,000,000.00. Final payments will be made based on actual measured quantities. The bid documents also included a stipulation giving the City the option to renew this contract two times under the same terms, conditions and unit prices. The project was advertised on July 10, 2008, and July 17, 2008. On August 7, 2008, the following bids were received: Bidder Amount Contract Time William J. Schultz, Inc., $1,654,415.00 365 Calendar Days d/b/a Circle "C" Construction Company Even though the City received a single bid on this project, staff considers the proposed unit prices to be fair and reasonable and recommends award of contract to William J. Shultz, Inc., d/b/a Circle "C" Construction Company. William J. Schultz, Inc., d/b/a Circle "C" Construction Company, is in compliance with the M/WBE Ordinance by committing to 17 percent M/WBE participation. The City's goal on this project is 17 percent. http://apps.cfwnet.org/council_packet/mc review. asp?ID= 106 5 5& council date=3/3 /2009 3/20/2009 M&C Review Page 2 of 2 In addition to construction cost, $39,000.00 is required for construction staking and material testing. This project is located in ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval and completion of the above recommendations and the adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1&2 �1 039,000.00 1) PE45 538040 0709020 $1 039, 000.00 P258 476045 701170101700 1 000.00 P258 541200 701170101783 $1,000,000.00 P258 541100 701170101741 2) P258 531350 701170101742 $5 000.00 P258 531350 701170101751 3 000.00 P258 531200 701170101751 2 000.00 P258 531350 701170101752 7 000.00 3 000.00 P258 531200 701170101752 P258 531350 701170101753 5 000.00 2) P258 541200 701170101783 $1,000,000.00 P258 531350 701170101784 5 000 00 P258 531200 701170101784 5 000.00 P258 531350 701170101792 3 000.00 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: S. Frank Crumb (8207) Additional Information Contact: Adolfo Lopez (7829) ATTACHMENTS 60S2008ACIRC ord.doc http://apps. cfwnet. org/council_packet/mc_review. asp?ID=10655&councildate=3/3/2009 3/20/2009 fte E--J SPECIAL CONTRACT DOCUMENTS FOR SANITARY SEWER REHABILITATION PIPE ENLARGEMENT CONTRACT 2008A PROJECT NUMBER(S): SEWER — P258-7011701017 D.O.E. No. 6017 CITY PROJECT No. 1017 DALE A. FISSELER, P.E. CITY MANAGER S. FRANK CRUMB DIRECTOR WATER DEPARTMENT A. DOUGLAS RADEMAKER, P.E., DIRECTOR DEPARTMENT OF ENGINEERING PREPARED BY DEPARTMENT OF ENGINEERING CITY OF FORT WORTH, TEXAS" SANITARYSEWER REHABILITATION PIPE ENLARGEMENT CONTRACT 2008A PROJECT NUMBERS: SEWER - P258-7011701017 D.O.E. No. 6017 CITY PROJECT No. 1017 S. FRANK CRUMB, P.E. DIRECTOR WATER DEPARTMENT APPROVED A. DOUGLAS RADEMAKER, P.E., DIRECTOR, DEPARTMENT OFENGII APPROVED �� ""�� �/�✓� �`� KUO-CKING "PETER" FU, P.E., ENGINEER10 MANAGER, WATER D I � RECOMMENDED ow NOTICE TO BIDDERS Sealed proposals for the following: SANITARY SEWER REHABILITATION PIPE ENLARGEMENT 2008A PROJECT NUMBERS: SEWER - P258-7011701017 DOE NO. 6017 CITY PROJECT NO. 1017 Addressed to Mr. Dale A. Fisseler, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 P.M., Thursday, August 7, 2008 and then publicly opened and read aloud at 2:00 P.M. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. Sets of documents may be purchased for a non-refundable price of $20.00. Bid security is required in accordance with the Special Instructions to Bidders. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within ninety (90) days after this documentation is received, but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the proposal form. Bids that do not acknowledge receipt of all addenda may be rejected as being non- responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817) 392-7910. Bidders shall not separate, detach or remove any portion, segment or sheets from the - contract document at any time. Bidders must complete the proposal section(s) and submit the complete specifications book or face rejection of the bid as non -responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time -line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non- responsive. As mandated by Fort Worth City Council Resolution 3536, all cement utilized for this project shall be procured from a kiln utilizing a dry kiln process or from any kiln that does not produce an excess of 1.71b of NOx emissions per ton of clinker produced. All related costs for complying with the `Green' Cement Policy shall be considered subsidiary to the applicable project pay items. This policy shall also apply to all cement products including concrete, and concrete products. The contractor shall complete and submit the `Green' Cement Policy Compliance Statement (included in the contract documents) at the time of bid opening of the project. Failure to comply with the `Green' Cement policy shall be grounds for rejecting the bid as non -responsive. During the term of the contract if cement meeting the above requirement is not available, and where cement from a non -compliant source must be utilized, the contractor shall furnish good faith effort documentation in form of letters from two North Texas cement manufacturers of `Green' Cement stating that no stock of `green' cement is available for the contractor at that time. These letters shall be considered valid for a maximum of one week after which new letters must be submitted to the Project Inspector if `green' cement continues to remain unavailable. For additional information, contact Adolfo Lopez @ (817) 392-7829. DALE A. FISSELER, P.E. - CITY MANAGER Advertising Dates: July 10, 2008 July 17, 2008 MARTHA A. HENDRIX CITY SECRETARY Department of Engineering A. 2,ademaker, Director By Bryan Beck, P.E. Manager, Engineering Services SPECIAL INSTRUCTIONS TO BIDDERS 1) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public �. accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the — experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non -responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: 06/04/03 (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of D-3 Right to Audit pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. .. d With each partial payment estimate or payroll period, whichever is less an affidavit stating that the () P P Y P Y P b contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601 g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the 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. 4 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. S. PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty- five (45) calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the -� employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or 06/04/03 advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's T provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non -responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. 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. 06/04/03 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. 06/04/03 PART B - PROPOSAL This proposal must not be removed from this book of Contract Documents. TO: Dale A. Fisseler, P.E. Fort Worth, Texas City Manager Fort Worth, Texas PROPOSAL FOR: The furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of eight -inch through eighteen -inch sewer main to replace existing six-inch through fifteen -inch sewer main by pipe enlargement method, and all necessary appurtenances and incidental work to provide a complete and serviceable projlect designated as: SANITARY SEWER REHABILITATION PIPE ENLARGEMENT CONTRACT 2008A SEWER PROJECT NO: P258-7011701017 DOE NO: 6017 CITY PROJECT NO: 1017 Pursuant to the foregoing Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the City Engineering Department of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place, the following items) M ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 1. 2500 L.F. Rehabilitation of Existing 6-Inch Sewer by Pipe Bursting Method, 6" to 8" (8.136" I.D.) Expansion; Per Linear Foot: Dollars oa o Q and 120 Cents $ /wl2.50 o 2. 2500 L.F. Rehabilitation of Existing 8-Inch Sewer by Pipe Bursting Method, 8" to 8" (8.136" I.D.) Expansion; Per Linear Foot: i ,r 6 // ,, P Dollars o a o G and Cents $_ $ //' Z-5 -D O 3. 1000 L.F. Rehabilitation of Existing 8-Inch Sewer by Pipe Bursting Method, 8" to 10" (9.979" I.D.) Expansion; Per Linear Foot: <Sev`r2 rL Dollars and Cents $_�1'_ $_ %00 o O 4. 200 L.F. Rehabilitation of Existing 8-Inch Sewer by Pipe Bursting Method, 8" to 12" (11.867" I.D.) Expansion; Per Linear Foot: .sede%��y mod., Dollars and. /20 Cents $ 7S $ 150 O O 5. 200 L.F. Rehabilitation of Existing 10-Inch Sewer by Pipe Bursting Method, 10" to 10" (9.979" I.D.) Expansion; Per Linear Foot: Dollars o d o 0 and o Cents $ 90 $ /'/'0 0 O MW VW 4W vW M" MW dw Mr dim EW MIP W" ITEM APPROX. DESCRIPTION OF ITEMS WITH NO. QUANTITY BID PRICES WRITTEN IN WORDS 6. 200 L.F. Rehabilitation of Existing 10-Inch Sewer by Pipe Bursting Method, 10" to 12" (11.867" I.D.) Expansion; Per Linear Foot: 71,_�Ie Dollars and /?b Cents 7. 200 L.F. Rehabilitation of Existing 12-Inch Sewer by Pipe Bursting Method, 12" to 12" (11.867" I.D.) Expansion; Per Linear Foot: Dollars and 1120 Cents 8. 200 L.F. Rehabilitation of Existing 12-Inch Sewer by Pipe Bursting Method, 12" to 16" (15.643" I.D.) Expansion; Per Linear Foot: 017. l-ru�cr�r�4Pr� Dollars and 1_2 o Cents 9. 200 L.F. Rehabilitation of Existing 15-Inch Sewer by Pipe Bursting Method, 15" to 18" (17.531" I.D.) Expansion; Per Linear Foot: 017e /'�i`u Dollars and Ir? 6P Cents 10. 50 E.A. Standard 4-Foot Diameter Manhole to 5 Feet Depth; Per Each: ���­*.e Dollars and Cents UNIT TOTAL PRICE AMOUNT $ S- U$ Z7000 G $ 210 00 $ /90001 D U $ 116 $ Z oov " U �J $ /,3 L) $ 00 0 $ 30Oo WW B-3 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 11. 100 V.F. Additional Depth Over 5 Foot of Standard 4-Foot Diameter Manhole; Per Vertical Foot: %,o / Dollars 00 0 and 12 Cents $ Z .SD $ 2 S0 O O 12. 5 E.A. Standard 4-Foot Diameter Drop Manhole to 5 Feet Depth; Per Each: 7'r0a r ���. tGn E/ Dollars d and -2 z5 Cents $ �/00 0 $ 'D o o a 13. 10 V.F. Additional Depth Over 5 Foot of Standard 4-Foot Diameter Drop Manhole; Per Vertical Foot: �un�spd��Dollars U and ,, 0 Cents $ 3.s D 14. 40 E.A. Fiberglass Manhole to 5 Feet Depth;j�+" Per Each: L/ // // l Thi iP ThD0sca, Dollars p U 06 and /i o Cents $ 35—DD $ �y D 15. 80 V.F. Additional Depth Over 5 Foot of Fiberglass Manhole; Per Vertical Foot: Dollars 51 p and Cents $ ,ADD $ Z `� ,o D 16. 5 V.F.. Interior Protective Manhole Coating; Per Vertical Foot: "la, D Li u c%s f/ Dollars p U 0 v and v Cents $ 2&,:2 D $ /D O O B-4 mw me MW hop 4W 4M AW im I. mp 1W VW ITEM APPROX. DESCRIPTION OF ITEMS WITH NO. QUANTITY BID PRICES WRITTEN IN WORDS 17. 5 E.A. Shallow Cone Section Manhole; Per Each: 2�,„ ��o� fc„ �' Dollars and v Cents 18. 100 E.A. Concrete Collar for Manhole, Per Fig. 121; Per Each: ZZ��•a Dollars and Cents 19. 100 E.A. Watertight Manhole Inserts; Per Each: 1W 0 / 11,1 a4- Dollars and ,, o Cents 20. 100 E.A. Vacuum Test for Sanitary Sewer; Per Each: Dollars and r, U Cents 21. 5 E.A. Adjust & Seal Existing Manhole; Per Each: 4! 7h041..ra Dollars IW and 12 a Cents 22. 15 E.A. Remove Existing Sewer Manhole; Per Each: �°[ h Dollars ann a Cents 23. 10 E.A. Abandon Existing Sewer Manhole; Per Each: Poi�f .?ar""d Dollars and Ld Cents UNIT TOTAL PRICE AMOUNT 00 $ 200 0 $ /SODO 00 $ OD $,3oOD0 00 $ 000 $ 20000 00 $ $ Zo00 0 $ DO0 $ 00 0 U $ DO C) $ /Zod 0 c')() $ 9D d $ �ODU N U a C) >O W IM ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 24. 2000 L.F. Pre -Construction Cleaning and Television Inspection of Sanitary Sewer Line; Per Linear Foot: �e n Dollars a G 00 and r7 0 Cents $ l D $ 2D CLn 25. 7000 L.F. Post -Construction Television Inspection of Sanitary Sewer Lines; Per Linear Foot: ,r, e Dollars o G and rl o Cents $ S^ $ 3.5-0 0 C) 26. 100 E.A. 4-Inch Sanitary Sewer Service Tap; Per Each: ors e TX o usa n c/ Dollars and /1 d Cents $ DOD $ /Q 000 d 27. 10 E.A. 6-Inch Sanitary Sewer Service Tap; Per Each: one o uS4nc1 7Z,. � e �U" `/Dollars 00 o 0 and no Cents $ /S-00 $ /5-0 0 O 28. 100 L.F. 4-Inch Sanitary Sewer Service Line > 4' Length, 0' - 10' Depth; Per Linear Foot: 71 , �� � Dollars U o and n Cents O $ $ 29. 100 L.F. 4-Inch Sanitary Sewer Service Line > 4' Length, 10' - 12' Depth; Per Linear Foot: to " 6 lle� " Dollars o G p O and 40 Cents $11,5� $ S-O D m ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 30. 100 L.F. 4-Inch Sanitary Sewer Service Line > 4' Length, 12' - 14' Depth; Per Linear Foot: Dollars o v O and G Cents $ 31. 20 L.F. 6-Inch Sanitary Sewer Service Line > 4' Length, 0' - 10' Depth; Per Linear Foot: /0—v fy Dollars o c� and 144) Cents $ D $ g 00 32. 20 L.F. 6-Inch Sanitary Sewer Service Line > 4' Length, 10' - 12' Depth; Per Linear Foot: eta/ Dollars o 0 p d and hy Cents $ , "d $ /DD D 33. 20 L.F. 6-Inch Sanitary Sewer Service Line > 4' Length, 12' - 14' Depth; Per Linear Foot: Dollars o v 60 o and Cents $ $ /ZOO 34. 100 E.A. 4-Inch PVC Sanitary Sewer Service Two -Way Cleanout; Per Each: Dollars 00 G and .-ro Cents $ ✓r�Qo $ 0D00 35. 100 E.A. 6-Inch PVC Sanitary Sewer Service Two -Way Cleanout; Per Each: 'f,x 4, Dollars 0 v and A Cents $ &"Do $ U110ooa d B-7 00 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 36. 100 E.A. 4-Inch Cast Iron Sanitary Sewer Service Two -Way Cleanout; Per Each: Dollars and h d Cents '0 o 6 37. 100 E.A. 6-Inch Cast Iron Sanitary Sewer Service Two -Way Cleanout; Per Each: Dollars D u and Cents $_ $_ 7000c). 38. 100 L.F. Point Repair all sizes, 0' - 10' Depth; Per Linear Foot: o l2e Dollars d o G and Cents $ Z 0 0 39. 100 L.F. Point Repair all sizes, 10' - 12' Depth; Per Linear Foot: Dollars oo dG and Cents $ Zd $ /Z 40. 100 L.F. Point Repair all sizes, 12' - 14' Depth; Per Linear Foot: , / Dollars o o v and r e, Cents $_ �' D $_ /SC O 0 41. 2000 L.F. Trench Safety System; Per Linear Foot: ZZe „ Dollars and �, 6, Cents $/ D $ Z 0 0 0 v lM w Mw Mw wr sp Mw Idw tw Mw wo ow ow ITEM APPROX. DESCRIPTION OF ITEMS WITH NO. QUANTITY BID PRICES WRITTEN IN WORDS 42. 5 E.A. Cut and Plug Existing Mains All Sizes; Per Each: 2 ceg T��,_.s aw,e� Dollars and Cents 43. 25 E.A. Job Move -In; Per Each: It,, o 7AX s 4 �, d' Dollars and "? a Cents 44. 10 E.A. Emergency Situation Job Move -In; Per Each: �4 Dollars and n U Cents 45. 50 L.F. Hydro Mulch Seeding; Per Linear Foot: Dollars and Cents 46. 50 L.F. Sodding; Per Linear Foot: /• Q Dollars and n� Cents 47. 5 C.Y. Crushed Limestone; Per Cubic Yard: Onf Dollars and ,,,J Cents 48. 5 C.Y. Class `B' Concrete (#2500); Per Cubic Yard: On P Dollars and n v Cents UNIT TOTAL PRICE AMOUNT v&/ $ Zooy $ /000 O Or-) $ 2000 $50000 d C/ $ 20©0 $ ,?0©0 O o `J $ o I d $ S Z,5 O U $ / 00 $ S _ 00 a $ /0U $ s-� I❑ KM ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 49. 5 C.Y. Class `E' Concrete (#1500); Per Cubic Yard: o„ a Dollars and 176 Cents 50. 20 S.Y. 18" Rock Riprap; Per Square Yard: ran: %tun c�irc�rL,: r Dollars and and H u Cents 51. 20 S.Y. 24" Rock Riprap; Per Square Yard: T'u. o ? Dollars and 12 J, Cents 52. 10 S.Y. Concrete Sidewalk or Driveway Replacement; Per Square Yard: ©n r Dollars and Cents 53. 50 L.F. Concrete Curb and Gutter Replacement; Per Linear Foot: r l y Dollars and r, a Cents 54. 50 L.F. Brick on Reinforced Concrete Base; Per Linear Foot: Die ken Dollars and i, o Cents 55. 100 L.F. Concrete Pavement on 2:27 Concrete Base; Per Linear Foot: on hun c��.d rl Fah Dollars and 17 v Cents 00 00 a `' 0 U $ Zoo $ UOD o U 00 $ /DD $ / 0 0 0 $ yo $ zoo 00 0V o 6 $ /S0 $ 75'0 0 ov 00 $ /S a $ 5 000 B-10 ftr ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ftw NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 56. 250 L.F. Min 2-Inch HMAC on 2:27 Concrete Base; Per Linear Foot: e i � % 71, Dollars o 0 U and h Cents $ $ Z /ZSD 57. 100 L.F. 2-Inch HMAC on 2:27 Concrete Base; Per Linear Foot: Dollars 6 and C, Cents $ b O $ 8a 00 58. 100 L.F. Min 1-1/2-Inch HMAC on Reinforced Concrete Base; Per Linear Foot: Dollars o a O and n a Cents $ $ 9D© D 59. 100 L.F. 2-Inch HMAC on 8" Crushed Stone Base (Temp. Pvmt.); Per Linear Foot: Dollars oU 00 and , , „ Cents $ /s $_ l 5"O D 60. 100 L.F. 2-Inch Hot Mix Rolled Temporary Pavement per Fig. A; Per Linear Foot: _ 7 il{o�' p Dollars 00 and ., Cents $_ 45 0 61. 100 L.F. Flex Base Material for Temporary Pavement Repair, Fig. A; Per Linear Foot: ~" 7Le lvP Dollars C and „ C� Cents o G $ /Z $ %Z ME sw ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 62. 100 S.Y. Replace Paving in Parking Areas, Per Square Yard: ,' r �y Dollars 00 a p and. �, Cents $ 63. 20 E.A. Traffic Permit for Utility Street Cuts; Per Each: Fifty Dollars and No Cents $ 50.00 $ 1,000.00 64. 20 E.A. Traffic Control Plan Design and Installation as Required; Per Each: .lS,� tiuna/�o� Dollars bG 00 and Cents $ ,-00D O TOTAL AMOUNT BID B-12 PART B - PROPOSAL (Cont.) Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% 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. i The undersigned bidder certified that he has been furnished at least one set of the Gene al Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any organization, subcontractors, or employment agency in either furnishing or referring emp] applicants to the undersigned are not discriminated against as prohibited by the terms of 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 365 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) 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 statue is attached. Non resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. B-13 I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 3 (Initials) Addendum No. 2 (Initials) Addendum No. 4 (Initials) ftm am (Seal) Date: ,` - - ©g 4W Respectfully submitted, a m T S� w /�z .fin 0�6 74 By.l•-%��tc�► � JG- Title: �! OSi � clPh f Address: 7 S Telephone: 4q/7-Z?3 /6r4;3 �J KM-12-dWWL' " s' tt4JM C,tKLL- L LUjtjIXUU!lU Ulr�.Sltbf 1U-t1jebndLtW NI i GREEN CEMENT POLICY COMPLIANCE STATEMENT (To be fumished by die t mftctar to 00 pity at the dine of bPd opavring) ( ($UbWts+epwats farms kw sac* auppfarlpnWuctsupp&d iffName of Project. 70;,� , rug � r /r P f,�b . f . r� G� /�/Q rr�l��p n / ZDpB ._._...I,, .�.,.. IsCity prof_ No.: 1-2 0n D /___„_...�.I ..�.� rr,p This is to certity that the cent to be utilised for the above proje i•ikAl meet the follow criteria r- The cement was manufactured in a loin utilizing the dry proem 61st murce below) or in a Idln that meeft the emission standard of 1.71b or less a( NOx 1 ton of *linker Mleased i the simosphem. 11, Name of matmftaturer Is Address of Manufacturer: W Pid AJ7l�i p 0 CONTRACTOR Tft Lr,ic /8 t. CD,9.5 H 9/7- zQ 3' -Ago6 ph"Numw SUPPLIER ill, 19T. 4100 P Huff9w W. VI& pw : -awa, �e� k gl7 •-11-5'7 ^� •ww�.w-i I� iT •IV P1 ."•f1.�•M /4Y II�A ATTACHMENT1A Page 1 of 4 M FORT WORTH -- City of Fort Worth �.,�.,.---- Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime WILLIAM J. SCHULTZ, INC. DBA CIRCLE C CONSTRUCTION PROJECT NAME: M/W/DBE X NOt -M=/DBE SANITARY SEWER REHABILITATION PIPE ENLARGEMENT BID DATE 8/07108 City's MIWBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER —7 17 % 17 % DOE # 601 Identify all subcontractorsisuppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MNVBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area Of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.l., a direct payment from the prime contractor to a subcontractor is considered 1r*1 tier, a payment by a subcontractor to its supplier is considered 2rd tier ALL MAVBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). if hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner -operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev. 5/30/03 A ATTACHMENT1A Page 2 of 4 FORT T� H Primes are required to identify ALL subcontractorstsuppliers, regardless of status; i.e., Minority, Women and non-MM/BEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N SUBCONTRACTOWSUPPL1ER T (check one) n Detail Detail N T Company Name Address i e M W C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T R D O W B E E C T E A MORENO SUPPLY 1 X SUPPLYING PIPE & $ 50,000.00 4134 BILLY MITCHELL MATERIAL RELATED DRIVE PRODUCT ADDISON, TX 75001 RICOCHET FUEL DIST. 1 X SUPPLYING FUEL, OIL, & $ 91, 05.00 1101-A BEDFORD RD. MATERIAL HYD. FLUID BEDFORD, TX 76002 MAGNUM MANHOLE & 1 X LABOR & MANHOLE $ 30,200.00 UNDERGOUND, INC MATERIAL COATING 3828 CAVAILIER DR GARLAND, Tx. 75042 MJ PIPELINE 1 X TV LINES POST & PRE $ 60,900.00 INSPECTION PIPELINE P.O. BOX 851 INSPECTION GRANBURY TEX. 76048 MONROY TRUCKING 1 X MATERIAL SAND ROCK $ 26,826.00 8520 KELLY LANE HAULING ASPHALT ALVARADO, TX 76009 TARRANT CONCRETE 1 SUPPLY CONCRETE $ 40,000.00 P.O. BOX 6194 X MATERIAL FORT WORTH, TX 76115 FORT WORTH Primes are required to identify ALL subcontractorstsuppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Rev. 5/30/03 A A A A A A A ATTACHMENT 1A Page 3 of 4 Certification N SUBCONTRACTOR/SUPPLIER T (check one) � Detail J 8-1 4-0 8 Detail T Company Name Address i e M W N C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T T D Vy B E E C T E A CHEM-CAN 1 SANITATION POTTIES $ 1, 1100.00 P.O. BOX 434 ARLINGTON, TX 76004 AMERICAN 1 SUPPLYING BARRICADES $ 5,500.00 BARRIACES, INC. MATERIAL 107 ENON AVE. EVERMAN, TX. 76140 THE HOME DEPOT 1 X SUPPLING MISC. JOB $ 20,0000.00 DEPT 32-2502076678 MATERIAL RELATED PRO P.O. BOX 6031 LAKES, NV. 88901 UNTIED RENTAL INC. 1 RENTAL EQUIPMENT $ 15,,0100.00 3120 SPUR 482 RENTAL SUITE B IRVING, TX. 75062 JOHN A. MILLER & 1 X INSURANCE BONDING $ 38, 10.00 ASSOC. P.O. BOX 7214 FT. WORTH, TX. 7611 ISCO INDUSTRIES,LLC 1 X SUPPLYING PIPE AND $ 120,0 0.00 926 BAXTER AVENUE MATERIAL RELATED LOUISVILLE, MATERIAL KENTUCKY 40204 FORT WORTH -Ir Rev. 5/30/03 N ATTACHMENT1A Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 259,831.00 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 240,210.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 500,041.00 The Contractor will not make additions, deletions, or substitutions to this certified list without the prl r approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of ChangelAddition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. .. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the a tuaI work .. performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the ity. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or .. Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Q %C Ix Carol J. Schultz Authorized Signature Printed Signature Vice -President .� Title Contact Name/Title (if different) Circle C Construction Co. 817-293-1863 FAX 817-293-1957 Company Name Telephone and/or Fax P.O. BOX40328 Address E{nail Address FORT WORTH, TX. 76140 814/08 City/State2ip Date Rev. 5/30/03 PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1, 1987 ,. m-1 TABLE OF CONTENTS Cl-1 DEFINITIONS C1-1.1 Definition of Terms C1-1 (1) C1-1.2 Contract Documents C1-1 (1) C1-1.3 Notice to Bidders C1-1 (2) C1-1.4 Proposal C1-1 (2) C1-1.5 Bidder C1-1 (2) C1-1.6 General Conditions C1-1 (2) C1-1.7 Special Conditions C1-1 (2) C1-1.6 Specifications C1-1 (2) C1-1.9 Bond Cl-1 (2) C1-1.10 Contract C1-1 (3) C1-1.11 Plans Cl-1 (3) C1-1.12 City C1-1 (3) C1-1.13 City Council C1-1 (3) C1-1.14 Mayor Cl-1 (3) C1-1.15 City Manager Cl-1 (3) C1-1.16 City Attorney Cl-1 (3) C1-1.17 Director of Public works C1-1 (4) C1-1.18 Director, City Water Department Cl-1 (4) C1-1.19 Engineer C1-1 (4) C1-1.20 Contractor C1-1 (4) C1-1.21 Sureties Cl-1 (4) C1-1.22 The Work or Project C1-1 (4) C1-1.23 working Day C1-1 (4) C1-1.24 Calendar Day C1-1 (4) C1-1.25 Legal Holiday Cl-1 (4) C1-1.26 Abbreviations Cl-1 (5) C1-1.27 Change Order C1-1 (6) C1-1.28 Paved Streets and Alleys Cl-1 (6) C1-1.29 Unpaved Streets and Alleys Cl-1 (6) C1-1.30 City Streets Cl-1 (6) C1-1.31 Roadway Cl-1 ('6) C1-1.32 Gravel Street C1-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 Proposal Form C2-2 (1) C2-2.2 Interpretation of Quantities C2-2 (1) C2-2.3 Examination of Contract Documents and Site C2-2 (2) C2-2.4 Submitting of Proposal C2-2 (3) C2-2.5 Rejection of Proposals C2-2 (3) C2-2.6 Bid Security C2-2 (3) (1) C2-2.7 Delivery of Proposal C2-2 (4) C2-2.8 Withdrawing Proposals C2-2 (4) C2-2.9 Telegraphic Modification of Proposals C.2-2 (4) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2.11 Irregular Proposals C2-2 (4) C2-2.12 Disqualification of Bidders C2-2 (5) C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3.1 Consideration of Proposals C3-3 (1) C3-3.2 Minority Business Enterpise Women -Owned Business Enterprise compliance C3-3 (1) C3-3.3 Equal Employment Provisions C3-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (2) C3-3.5 Award of Contract C3-3 (2) C3-3.6 Return of Proposal Securities C3-3 (2) C3-3.7 Bonds C3-3 (2) C3-3.6 Execution of Contract C3-3 (4) C3-3.9 Failure to Execute Contract C3-3 (4) C3-3.10 Beginning Work C3-3 (4) C3-3.11 Insurance C3-3 (4) C3-3.12 Contractor's Obligations C3-3 (7) C3-3.13 Weekly Payroll C3-3 (7) C3-3.14 Contractor's Contract Administration C3-3 (7) C3-3.15 Venue C3-3 (6) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (1) C4-4.2 Special Provisions C4-4 (1) C4-4.3 Increased or Decreased Quantities C4-4 (1) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C4-4 (2) C4-4.6 Schedule of'Operations C4-4 (3) C4-4.7 Progress Schedules for Water and Sewer Plant Facilities C4-4 (4) CS-5 CONTROL OF WORK AND MATERIALS CS-5.1 Authority of Engineer C5-5 (1) C5-5.2 Conformity with Plans CS-5 (1) C5-5.3 Coordination of Contract Documents C5-5 (2) C5-5.4 Cooperation of Contractor CS-5 (2) C5-5.5 Emergency and/or Rectification Work CS-5 (3) CS-5.6 Field Office CS-5 (3) CS-5.7 Construction Stakes CS-5 (3) C5-5.8 Authority and Duties of Inspectors C5-5 (4) C5-5.9 Inspection C5-5 (5) C5-5.10 Removal of Defective and Unauthorised Work C5-5 (5) C5-5.11 Substitute Materials or Equipment C5-5 (5) C5-5.12 Samples and Tests of !Materials C5-5 (6) C5-5.13 Storage of Materials C5-5 (6) C5-5.14 Existing Structures and Utilities C5-5 (7) C5-5.15 Interruption of Service C5-5 (7) C5-5.16 Mutual Responsibility of Contractors C5-5 (8) C5-5.17 Cleanup C5-5 (8) C5-5.18 Final Inspection C5-5 (9) (2) .r C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6 (1) C6-6.2 Permits and Licenses C6-6 (1) C6-6.3 Patented Devices, Materials and Processes C6-6 (1) C6-6.4 Sanitary Provisions C6-6 (2) C6-6.5 Public Safety and Convenience C6-6 (2) C6-6.6 Privileges of Contractor in Streets, Alleys, and Right -of -Way C6-6 (3) C6-6.7 Railway Crossings C6-6 (4) C6-6.8 Barricades, Warnings and Watchmen C6-6 (4) C6-6.9 Use of Explosives, Drop Weight, etc. C6-6 (5) C6-6.10 Work Within Easements C6-6 (6) C6-6.11 Independent Contractor C6-6 (8) C6-6.12 Contractor's Responsibility for Damage Claims C6-6 (8) C6-6.13 Contractor's Claim for Damages C6-6 (10) C6-6.14 Adjustment of Relocation of Public Utilities, etc. C6-6 (10) C6-6.15 Temporary Sewer Drain Connections C6-6 (10) C6-6.16 Arrangement and Charges of Water Furnished by City C6-6 (11) C6-6.17 Use of a Section of Portion of the Work. C6-6 (11) C6-6.18 Contractor's Responsibility for Work C6-6 (11) C6-6.19 No Waiver of Legal Rights C6-6 (12) C6-6.20 Personal Liability of Public Officials C6-6 (12) C6-6.21 State Sales Tax C6-6 (12) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1) C7-7.2 Assignment of Contract C7-7 (1) C7-7.3 Prosecution of the Work C7-7 (1) C7-7.4 Limitations of Operations C7-7 (2) C7-7.5 Character of Workman and Equipment C7-7 (2) C7-7.6 Work Schedule C7-7 (3) C7-7.7 Time of Commencement and Completion C7-7 (4) C7-7.8 Extension of time of Completion C7-7 (4) C7-7.9 Delays C7-7 (4) C7-7.10 Time of Completion C7-7 (5) C7-7.11 Suspension by Court Order C7-7 K ) C7-7.12 Temporary Suspension C7-7 (6) C7-7.13 Termination of Contract due to National Emergency C7-7 (7) C7-7.14 Suspension of Abandonment of the Work and Annulment of Contract C7-7 (7) C7-7.15 Fulfillment of Contract C7-7 (9) C7-7.16 Termination for Convenience of the Onwer C7-7 (10) C7-7.17 Safety Methods and Practices C7-7 (13) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement of Quantities CB-8 (1) C8-8.2 Unit Prices CS-8 (1) (3) C8-8.3 Lump Sum C8-8 (1) C8-8.4 Scope of Payment C8-8 (1) C8-8.5 Partial Estimates and Retainage C8-8 (2) C8-8.5 Withholding Payment C8-8 (3) C8-8.7 Final Acceptance C8-8 (3) C8-8.8 Final Payment C8-8 (3) C8-8.9 Adquacy of Design C8-8 (4) C8--8.10 General Guaranty C8-8 (4) C8-8.11 Subsidiary Work C8-8 (5) C8-8.12 Miscellaneous Placement of Material C8-8 (5) C8-8.13 Record Documents C8-8 (5) _ (4) PART C - GENERAL CONDITIONS C1-1 DEFINITIONS SECTION C1-1 DEFINITIONS C1-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: C1-1.2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items: PART A - NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL (Sample") White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS El -White E2-Golden Rod v E2A-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A - NOTICE TO BIDDERS (Advertisement) Same as above PART B - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) Cl-1 (1) C1-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. C1-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. C1-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the Work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions, the latter shall take precedence and shall govern. C1-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. when considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed and useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C1-1.9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and Cl-1 (2 ) faithful performance of the contract and include the following: a. Performance Bond (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) CI-1.1 0 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. C1-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail - the location, dimension and position of the various elements of the project, including such profiles, typical cross -sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The -r 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. low C1-1.12 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 40 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. C1-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. C1-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tam of the City of Fort Worth, Texas. C1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 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 ) •.• C1-1.17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. C1-1.18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. C1-1.19 ENGINEER: The Director of Public Works, the Director Of the Fort Worth City Water Department,, or their ctuly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. C1-1.20 CONTRACTOR: The person, persons, partnership, company, firmt association, or, corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorised representative. A sub -contractor is a person, firm, corporation, or others under contract with the principal contractor, supplying labor and materials or only labor, for work at the site of the project. C1-1.21 SURETIES: The Corporate bodies which are bound by such bonds are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C1-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. C1-1.23 WORKING DAY: A working day is defined as a calendar ay, not including Saturdays, Sundays, and legal holidays, in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6. C1-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. C1-1.25 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: C1-1 (4) - 1. New Year's Day January 1 2. M. L. King, Jr. Birthday. Third Monday in January 3. Memorial Day Last Monday in May 4. Independence Day July 4 5. Labor Day First Monday in September 6. Thanksgiving Day Fourth Thursday in November 7. Thanksgiving Friday Fourth Friday in November 6. Christmas Day December 25 9. Such other days in lieu of holidays as the City Council may determine When one of the above named holidays or a special holiday is declared by the City Council, falls on Saturday, the holiday shall be observed on the preceding Friday or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar holiday as the holiday. C1-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents, the intent and meaning shall be as follows: AASETO - American Association of MGD State Highway Transportation Officials ASCE - American Society of Civil Engineers LAW - in Accordance With ASTM - American Society of Testing Materials AWWA - American Water Works Association ASA - American Standards Association HI - Hydraulic Institute - Million Gallons Per Day CPS - Cubic Foot per Second Asph. - Asphalt Elev.- Ave. - Avenue F - Blvd. - Boulevard C - CI - Cast Iron In. - CL - Center Line rt. - GI - Galvanized Iron St. - Lin. - Linear or Lineal CY - lb. - Pound Yd. - MH - Manhole SY - Max. - Maximum L.F. - D. D.I. 40 Minimum Monolithic Percentum Radius Inside Diameter O.D. - Outside Diameter Elevation Fahrenheit Centigrade Inch Foot Street Cubic Yard Yard Square Yard Linear Foot Ductile Iron 43 new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and ,have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has by appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the owner the Contract and such bonds as may be required in the Contract Documents. No contract shall be binding upon the owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awaardee�to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal, and the Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occuring to the Owner by reason of said awardee's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C.3 -3.10 BEGINNING WORK: The Contractor shall not commence =.,ork until authorized in writing to do so by the Owner. mould the Contractor fail to commence work at the site of the roject within the time stipulated in the written uthorization usually termed the •work Order" or "Proceed irder", it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the :ontract. :3-3.11 INSURANCE: The Contractor shall not commence work ender this contract until he has obtained all the insurance required under the Contract Documents, and such insurance has )een approved by the Owner. The prime Contractor shall be -esponsible for delivering to the Owner the sub -contractors, C3-3 ( 4 ) certificate of insurance for approval. The prime contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub -contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub -contractors. a. 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. _ b. COMPREEENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract Contr.actor's Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $500,000 covering each occurrence on account of bodily injury,, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. C. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above -mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. 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 perf_ ormed adjacent to same). 4. Damage to underground utilities for-$500,000. C3-3 (5) 5. Builder's risk (where above -around structures are involved). 6. Contractual Liability (covers all indemnification requirements of Contract). d. AUTOMOBILE INSURANCE - BODILY INJURY DAMAGE: The Contractor shall procure and maintain, u�r i` ng the life of this Contract, Comprehensive Automobile Liability insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance F-equired under the above paragraphs shall provide adequate protection for the Contractor and his sub -contractors, respectively, against damage , claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner wsth satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub -contractor, should the Prime Contractor's insurance not cover the sub -contractor's work operations. g, LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with x om the Contractor's insurance and performance, payment, maintenance and all such other bonds are written shall be represented by an agent or agents having an office located within the city limits of the C3-3 ( 6 ) City of Fort Worth, Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom service of process may be had, and must have authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, any claims that the City of Fort worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth -Dallas area. The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the " Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in work on the project at the site of the project shall be furnished to the - Owner's representative within seven (7) days of ter the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth -Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditures, all claims against the work or any other C3-3 (7 ) matter associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth -Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all appropriately signed and sealed, as applicable, by the Contractor's responsible officers with the understanding that this written assignment of authority to a local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local _ authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of �- working time will be for periods in which work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (8) PART C - GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C4-4 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a .- complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, 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 UANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits nor shall such changes be considered as C4-4 (1) waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided, however, that before any extra work is begun a "Change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. c. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates; (3) materials entering permanently into the project, and (4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10% of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The f ee shall be f ull and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in (1), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method C4-4 (2) r. suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and .• records relating to the Extra Work. W o "Change Order" shall become effective until it has been t� approved and signed by each of the Contracting parties. Wo claim for Extra work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be' paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The Contractor, shall furnish the Owner such installation records of all deviations from the original Contract Documents as -may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. 8 The compensation agreed upon for 'extra work' whether or not iniitiated by a 'change order' shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or" g 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 w Operations," showing by a straight line method the date of commencing and finishing each of the major elements of the contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There C4-4 (3) shall be presented also a composite graph showing the anticipated progress of construction with the time being .:lotted horizontally and the percentage of completion plotted gertically. The progress charts shall be prepared on 8-1/2" x 11" sheets and at least five black or blue line prints shall be furnished to the Owner. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within ten (10) days prior to submission o first monthly progress payment, the Contractor shall prepare and submit to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the several major activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. Prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to time constraints, sequencing requirements and completion time. b. The construction process shall be divided into activities with time durations of approximately fourteen (14) days and construction values not to exceed $50,000. Fabrication, delivery and submittal activities are exceptions to this guideline. C4-4 (4) C. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall as a minimum be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen'(14) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and preacceptance activities and events in their logical sequence for equipment and materials. 1. Preparation and transmittal of submittals. 2. Submittal review periods. 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). 6. Final inspection. C4-4 (5) 9. Operational testing. 10. Final inspection. If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time. If the Owner finds the proposed plan not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or the overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion within the time specified. C4-4 (5 ) PART C - GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS CS-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. Be 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 means, methods, techniques, sequences or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. He shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates 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 an& Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the Owner and Contractor, a written decision on the matter in controversy. �- C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross -sections, finish, and dimensions shown on the plans or any other requirements 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 authorised by the Owner by _u Change Order. C5-5 (1) .: CS-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general ,.-onditions and standard specifications, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the Contract Documents, and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in the drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. CS-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of the Contract Documents and shall have available on the site of the project at all times one set of such Contract Documents. The Contract shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site -of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the. project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas and shall be subject to call, as is the project Superintendent, at any time of the day or night on any day of - the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to C5-5 (2) .. adequately provide for the safety or convenience of the ._. traveling public or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. S y 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 th"e 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. C5-5.7 CONSTRUCTION STAKES: The City, through its Engineer, .will furnish the Contractor with all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. C5-5 (3 ) MW These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for the Contractor's use or guidance shall be preserved by the Contractor until he is = authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by - the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTORS: City Inspectors will authorize to inspect all work one and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be - installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence .� that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have authority to reject materials or equipment to suspend work until the question at issue can be referred to and be decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary to the requirements of the Contract - Documents. He will in no case act as superintendent or foreman or ,perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents, provided, however, should the Contractor object to any orders or instructions of the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in controversy. C5-5 ( 4 ) 's C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If'the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should 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 reyected shall be remedied or removed and replaced in an acceptable manner by the Contractor at his own expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specifically provided, or any Extra work done without written authority, will be considered as unauthorised 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 unauthorised 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 unauthorised pork shall not constitute acceptance of such works. "' C5-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, be shall, prior to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified; and identifying all variations of the proposed C5-5 (5 ) :3ubstitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without the written. approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's •expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employed by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. .. CS-5.12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion '61 the Engineer, or as called or %n the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid f or direct to the testing agency by the Owner unless otherwise specifically provided. :he failure of the Owner to make any tests of materials shall 3e in no way relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use the materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contactor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of the new materials. CS-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction operation shall be stored so as to insure the preservation of the quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the w C5-5 (6) ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. CS-5.14 EXISTING STRUCTURES AND UTILITIES: The location and didi^ mensions 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 encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision for which is not made in the Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractors responsibility to verify `locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures and service lines. verification of existing utilities, structures and service lines shall include notification of all utility companies at least forty eight (48) hours in advance of construction including exploratory excavation if necessary. All verification of existing utilities and their adjustment shall be considered as subsidiary work. CS-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosectuion of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the rater Department's Distribution Division as to location, time, and schedule of service interruption. C5-5 (7) 2. Notify each customer personally through responsible personnel as to time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's entrance door knob. The tag shall be durable in composition, and in large bold type shall say: •NOTICE' Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be inter- rupted on between the hours o7 and This inconvenience will be as short as possible. Thank you, W, Contractor Address Phone b. Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above,but immediate. CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts or neglect on the part of the Contractor, any other Contractor or any sub -contractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other Contractor or sub -contractor by agreement or arbitration. If such other Contractor or sub -contractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner will notify the Contractor, who shall indemnify and save harmless the Owner against any such claim. CS-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the the satisfaction of the Engineer. Twenty -fours fours after written notice is given to the Contractor that the clean-up on 'Lhe job site is proceeding in a manner unsatisfactory to the Zngineer, if the Contractor fails to correct the C5-5 (6) 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, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final cleanup performed, the Engineer will notify the proper officials of the Owner and request that the Final inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. C5-5 (9) PART C - GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by - himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the Mork. 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) C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be so placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to property contiguous to the work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement of crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer. If diversion of traffic is approved by the Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his own expense, provide all materials and perform all pork necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in the construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, C6-6 (2) 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 connection with such crossings shall include the roadway approaches as well as the structures of such crossings. The Contractor shall at all times conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. 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 orl stacked in such a way as not to interfere with the use of. spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railway tracks, the work shall be C6-6 (3) carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railway, the City will secure the necessary easement for the work. Where the railway tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railway company as to the methods of performing the work and take all precautions for safety of property and the public. Negotiations with the railway companies for permits shall be done by and through the City. The Contractor shall give the City notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra or additional compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.6 BARRICADES WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights and danger signals, shall provide such watchmen, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with the provisions set forth in the 01980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Veron's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. C6-6 (4) 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) advance of the use of any activity which might damage or _ endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Contract Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. - All claims arising out of the use of explosives shall be investigated and a written report made by the Contractor's insurers to the Engineer within ten (10) days after receipt of written notice of the claim to the Contractor from either the ow City or the claimant. The City shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until the cause of the complaint has been addressed. Whenever explosives are stored or kept, they shall be stored in a safe and secure manner and all storage places shall be plainly marked "DANGEROUS EXPLOSIVES" and shall be under the care of a competent watchman at all times. All vehicles in which explosives are being transported shall be plainly marked as mentioned above and shall, insofar as possible, not use heavy traffic routes. CS -6.10 WORE WITHIR EASEMERTS: Where the Mork passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges as the City may deem necessary for the prosecution of the work. Any additional rights -of -way or work area considered necessary by the Contractor shall be provided by him at his own expense. Such additional rights -of -way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before Mork begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. unless specifically provided otherwise, the Contractor shall clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use C6-6 (6) every precaution to prevent damage to all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas 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 s: work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest ¢., in land might affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or 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, be shall restore or have restored at his own cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross braced posts on either side of permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross braced posts at point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project C6-6 (7 ) proposal. Therefore, no separate payment shall be allowed for any service associated with this work. .. In case of failure on the part of the Contractor to restore such property to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due or to become due to the Contractor under this Contract. C6-6.11 INDEPENDENT CONTRACTOR: It is understood and agreed { y the parties hereto that Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant or employee of the Owner. Contractor shall have exclusive control of and the exclusive right to control the details of all the work and services performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractors, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and does hereby indemnif y, hold harmless and defend Owner, its officers, agents, servants, and employees from and against any an all claims or _ suits for property damage or loss and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, w Nether or not caused, in whole or in part, by alleged "- negligence on the part of officers, agents, servants, employees, contractors, subcontractors, licensees and invitees of the Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers agents, servants and employees for property damage or loss, and/or personal injuries, including death, to any and all persons of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by Contractor, its officers, agents employees, contractors, " subcontractors, licensees and invitees, whether or not caused, C6-6 (8) ". in whole or in part, by alleged negligence of officers, agents, servants, employees, contractors, subcontractors, licensees or invitees of 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 payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory to the Director that: 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims, and such good f aith eff orts have failed. if condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. if condition (2) above is met at any time within the six month period, the Director may recommend that the final payment to the Contractor be made. At the C6-6 (9) expiration of the six month period the Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which any such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES; ETC.: .: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to their property that may be y necessary by the performance of this contract. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public _ drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he -shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or diversions. The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage C6-6 C10) 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. A11 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 FORNISEED BY THE CITY: When the Contractor desires to use City water in �.: connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be 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 TEE 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) WE thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representatives of the Owner, either personally or otherwise as they are agents and representatives of the City. C 6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth. an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, excise, and Use Tax Act, the Contractor may `r purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to.his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State C omptroller's Ruling .007. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller's Ruling .011, and any other applicable State Comptroller rulings pertaining to the Texas Limited Sales, Excise, and Use ' Tax Act. - On a contract awarded by a developer for the construction of a publicly -owned improvement in a street right-of-way or other - easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (H) of the Texas limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. C6--6 (12 ) Limited Sale, Excise and Use Tax permits and information can be obtained from: Comptroller of Public Accounts Sale Tax Division Capitol Station Austin, TX I 'w ON- C6-6 (13) so PART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS - SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workman under his immediate super intendance, 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) prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall also be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any deviation from scup sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from the full responsibility of the complete performance of the Contract. w The contract time may be changed only as set forth in Section C7-7.8 'Extension of Time of Completion" of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATIONS OF OPERATIONS: The working operations shall at all times be con ucted by the Contractor so -as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for the proper execution of the .:pork, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall e b used by the Contractor is available. _ The Contractor may bring in from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties or tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or be found to be incompetent, disrespectful, intemperate, dishonest, or C7-7 (2) otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or refuses to comply with or carry out the directions of the Owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the y 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. C7-7.5 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as defined in C1-1.23 "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 response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in CI-1.24 and the Contractor may work as he so desires. C7-7 (3) C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall' be considered by the Owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized by the Owner. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall have occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval T In adjusting the contract time for completion of work, consideration will be given to unforseeable causes beyond the control of and without the fault or negligence of the Contractor, including but limited to acts of the public enemy, acts of the Owner, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, freight embargoes, or delays - of sub -contractors due to such causes. When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time may be increased by Change Order. C4_'-7.9 DELAYS: The Contractor shall receive no compensation i delays or hindrances to the work, except when direct and u -voidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if C7-7 (4) any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of -the contract. Each bidder shall indicate in the appropriate place on the last page of the Proposal the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the Proposal section of the contract documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or the increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given In the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. - AMDURT OF CDRTRACT Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 150000 inclusive $ 45.00 $ 15,001 to $ 25,000 inclusive $ 63.00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50,001 to $ 1000000 inclusive $ 154.00 $ 100,001 to $ 5000000 inclusive $ 210.00 C7-7 (5) $ 500,001 to $1,000,000 inclusive $ 315.00 $1,000,001 to $2,000,000 inclusive $ 420.00 $2,000,001 and over $ 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult of accurate estimation, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the event the work is suspended by a - Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. « C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unfavorable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THE TIME OP COMPLETION, and should it be determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, - then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer - C7-7 (6) that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the President of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall withi.,p seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigations, the Owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contract, then if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials and equipment within thirty days, the Contractor may request the Owner to terminate the contract and the Owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include, but not be limited to, the payment for all work executed but no anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared cancelled by the City Council for any good an3 sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work order issued by the Owner. C7-7 (7) b. Substantial evidence that progress of the work operations by Contractor is insufficient to complete the work within the specified time. c. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. _ e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g. Failure of the Contractor -promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. i. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. j. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any cause or causes, or when the contract is cancelled, the Contractor shall discontinue the work or such part thereof as the Owner shall designate, whereupon the { Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with the written C7-7 (8) consent of the Owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered by the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such part thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the Work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the Owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contractor, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with performance of the work by the Owner. C7-7,15 FULFILLMENT OF CONTRACT: The Contract will be considered as having been ul ille , save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have C7-7 (9) been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: A. NOTICE OF TERMINATION: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. Any such termination shall be effected by mailing a notice of termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the Owner regarding such discretionary action. B. CONTRACTOR ACTION: After receipt of a notice of termination, as except as otherwise directed by the Engineer, the Contractor shall: 1. Stop pork under the contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the notice of termination; 4. transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: C7-7 (10) a. the fabricated or unfabricated parts, work in process, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of termination; and b. the completed, or partially completed plans, drawings, information and other -- property which, if the contract had been completed, would have been required to be furnished to the owner. S. complete performance of such part of the work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the Owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to quantity and quality, 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, b 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) D. AMOUNTS: Subject to the provisions of Item C7-7.16(C), the Contractor and Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise made and as further reduced by the contract price of work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits. Nothing in C7-7.16(E) hereafter, prescribing the amount to be paid to the Contractor in the event of failure of the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.16 (D) upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this section the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. F. DEDUCTIONS: In arriving at the amount due the contractor under this section, there shall be deducted (a) all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; (b) any claim which the Owner may have against the Contractor in connection with this contract; and (c) the agreed price for, or the proceeds of sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an C7-7 (12) equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by the notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; nothing contained herein, however, shall limit the right of the Owner and the Contractor to agree upon the amount or amounts to be paid to the Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. 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 CB-8 MEASUREMENT AND PAYMENT C8-8.1 MEASUREMENT OF UANTITIES: The determination of .- quantities of work per ormed 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 orth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finished, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other causes, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in - a satisfactory condition for operation. C8-8.3 LUMP SUM: When in the Proposal a 'Lump Sum" is set orth, 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 under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, f or any unforeseeA defects or obstructions which may arise or be encountered during the prosecution of the work at any time C8-8 (1) ref ore its final acceptance by the Owner, (except as provided in paragraph CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for = rompleteing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to f inal acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the 'obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfection, or damage shall have been discovered on or before the final inspection and acceptance of work or during the one year guaranty period after final acceptance. The Owner shall be the sole judge of such defects, " imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the lst and 5th day of each month the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the loth day of the month the Engineer shall verify such estimate, and if it is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars ($100.00) in amount, 909 of such estimated sum will be paid to �- the Contractor if the total contract amount is less than $400,000, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000 or greater f within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimate may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work -as a permanent part thereof, but which at the the time of the estimate have not been installed. (such payment will be allowed on a basis of 85% of the net invoice value thereof.) The Contractor shall furnish the Engineer such information as he may request to aid C8-8 ( 2 ) him as a guide in the verification or the preparation of partial estimates. It is understood that the partial estimate from month to month will be approximate only, and all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous, estimate,and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities 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 or 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 acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment therefor as outlined in C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for 15y 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 estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. C8-8 (3) The amount of the final estimate, less previous payments and any sum that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after final acceptance by the owner_ on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of payment as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the Owner f rom all claims or liabilities under the Contract for anything done or furnished or relating to the work under Contract Documents or any act or neglect of said City relating to or connected with the Contract. The making of the final payment by the Owner shall not relieve 'he Contractor of any guarantees or other requirements of the 3ntract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF..DESIGN: It is understood that the Owner believes it has employed competent Engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own - design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and C8-8 (4) Pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified andshall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outline. The Owner will give notice of ,. observed defects with reasonable promptness. CB-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. CB-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement' of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one -tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. CB•-8.13 RECORD DOCUMENTS: Contractor shall keep on record a copy of all specs icat.ions, 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. no SECTION C l UPPLEIMI+NTARY CCM:VDI'i ONS TO PART C: - CE-NtRA L CONDITIONS , G(,-ncral These Supplementary Conditions amend or supplement the GaneraI Conditions of the Contract and other provisiorns of the Contact Documents as indicated below. Provisions which are not so amended or supplc;rnented remain in i 11 sorce and affect. B. C8-8,5 PA1 'i'IiAL ESTIMATES AND RETAMA GE, page C 8 - 8 (2), should be deleted in its entirety and replaced with the feIlo,�v ng: .Partial pay estirnates shalI be submitted by the Contractor or prepared by the City on the th day and 20th day of varh montll that the wont is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day. respec;tNpAy. l'stimates 'xll be paid vwitbin 25 clays following the end of the estimate period. Iess tfie appropriate retainage as set out below_ Partial pay estimates .may include amt:ptable nonperishable materials delivered to the woit place which are 16 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. Thi Contractor will furnish the Engineer such info mation as may be reasonably requested to aid in the verification or the .prcrraration of he pay estimate. For contracts of Iess than $400,000 at the time or execution, retainage shall be ten per cent (10%)- For contracts of $400,000 or more ai the time of exoc:ution, retainage shall be rive, pert t (5%). Contractor .9halI pay subcontractors in accord with the subcontract agreement a,xthjr, ri-ve (5) business days aPuer receipt by Contractor of the payment by City. 03�utmctor's faiJure to makp, the required payments to subeontrac:tors will authorize the City to Withhold future payments from the Contractor until compliance with tbis paragraph i accomplished. It is underRoad that the partial pay estimates will Eye approxin-ate only, and all partial pay es*im�ites and payment of same will be subject to ruiTection in the . estimate rendered following the discrrvery of the mistake in aT}y previous wstiinate. Partial payrnent by. 0%%�ex for the amount of Rork done or of its quality or sufficiency or acceptance of the work done; shall aot release the Contractor of any of its responsibilities under the Contract Documents, The City reserves the right to withhold the payment of any partial eair to if the Contractor falls to pert rrtr the ��vork in strict accordance with the speoifications or other PTO 6sions of this contract, C. Part C - Ckneral Conditions. paragraph 3-3.11 of the General C or�ditions �s e mplaced with D-3 of Part D - Special Conditions- D. Q-111 INSURANCE ' : Page C')-3 (): Delete subparagraph "g. LOCAL AGENT FQ I UI ANCE AND 13NQING I devised 09/30102 Pg. 1 11 .. E, Q6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page 6-6 .. (8), is. deleted in its entirety and replaced vMb ibe folIowing: Contractor covenants and agrees to indem-nify CiVs engineer and architect, and their personnel at the project site for Contractor's sole uegiigence. In addition, Contractor covenants and agrees to ind.errmif , hold harmless and defend, .at its oven expense, the , Owner, it; officers, senants 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 o Teers, agents, employees, subcontractors, licensees or invitees, whether of not an such �&!T, darrrg;e or death is caused, in whole or in pa , by Me negligence or allezed neelikence of Qwger,. its officers. ser warts, or a loyices. Contractor likewise covenants and agrees to indtemnil'y and hold harmless tl . Ownff from and against any .. and all injurie to 0,wner•'s officers, seTvants and employees and any damage, loss or destruction to property of tlh! 0,; ner arising f om the perfbm)ance of any of the terms and conditions of this Contract, whether or nol any ,sych it jug., or tam ge is caused in whole or in pqrt b x the rye li ence or alle ed rye &erace of Owner. its officers, servants or employees. Tn the event. Owner receives a written claim for damages against the Contmotor or its subcontractors prior to final paymerit, final pavmerit shill not ire made until Contr-aetor either (a) qubrpits to Owner satisfactory evidence that the claim been settled and/or a release from the clairnant involved, or ) provides 0,ner with a letter from, Com wor's liability insurance cagier that the claim has been referred to the insurance carrie*. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fotl Worth public work from a Contractor against whore a claim for damages is outstanding -as a result of �,vork performed under a City Contract_ F. INCREASED CAR DECRL:A E.DQUANTITIES- Part C - Gentral Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise Para aph C4-4.3 IN' CREASET OR DECREASED QUANMIES to rv, . as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvexnerits at any time when and as found to be isecessaa , and the Coiitraotor small perform the work as altered, increased or decr=ed at the unit prices as established i=n the contract documents. No allowance will be made for any changes in last or anticipated profx#s nor shall such changes be considered as waiving or invah atsr . coriditions car provisions of the Coniract Doctirrtents. Variations in quantities of Sanitary sewer pipes in depth categories shall be interpreted heroin as applying to the overall quantities of sanitary sewer pipe in each pipe size bltt not to the various depth categories. r.. Revised 09/30/02 PQ w G. C3.3-1 1 INSURAI C E, Page C3-3 (7) Add subpaj'agraph "h. AMMONA1, a. The City, its officers, cmployees and servants shall be endorsed as are additional insured on Cnntract&s insurance policies excepting employer's inability iwurapcu coverage under Contractor's workers' compensation insurance policy, b, Certificate-, of shall be delivered to the City of Fort Worth, contract adminimator to the respective department as specified in the bid documents, 1000 11-ro&morton Street, Tort 'Marsh- IX 76102, prig W commertcQMent of WOTk on the contracted project. c. Any failure on part of the City to request zequired insurance documentation small not cons'titalte a waivor of the insurance requirements spocified herein, d. Each insurance policy shall be endorsed io prcvlde the City a minimum Harty days notice of cancellation., non -renewal, and/or material change -in policy terms or coverage. A ten days nonce shall be acceptable in the evert of non-payment of premium, e. Tnsurers must be authorized to do business in the State of Texas and have a current AM. Best rating of A- V11 oi- equivalent m,=ure of financial strength and solvency. f. Deductible limits, or self -funded retention I Hits. on each policy must not $10.000.00 per occuzz-eace ualess otherwise approved by the City. g- Other fh= oTker's compensation insuran.c�, in lieu of traditional insurance, City may consider alternative coverage or ri&k trea4nent rneasuros through in=arice pools or risk retentica groups. The City must approve in writing any alu=ative coverage. h. Workers' compensation in- rance policy(s) covering employees employed on the project shall Eye endorsed with a waiver of subrogation providing rightsAWA-6n favor of the city, i. City shr dl no[ be responsible for the direct payment of insurance premium costs for--: contractor's in arance- j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self=faiicled or co=ercial coverage rnixiutained 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 mamier, to City's o iciaJly. designated contact administrator any knovm loss occurrence wMCh could ii ..w ._ rise to a liabiliry claim or lawsuit or which could resxzlt in a pt'operty Toss. l evisecl Pg. 3 am L. Contractor's liability shall not be lirniied to the specified ax otmrs of insLdanm •- requircd herein. m. Upon the request of City, Coitractor shall provide complete copies of all insurance -- policie�; required by thew contract documents. I. CS-8.4 SCOPE OF PAYMENT: Delete C - .4, Scope of Payment at page C8-8(1) is de€eted in its entirety and. replaced with ffie following. The Contractor shall receive and accept the compensaliorn as herein provided. in full payment for -f rnishing all labor, tools, materials, and incidentals for perfoming all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature: of the work or frorn the action of the elements, for any unforeseen defects or obsrrueions which may -uiseor be encountered during the prosecution which may arise or be encountered dui-ing the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in para aph -S .14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence: of the sztspension or discontinuance of such -- prasecution of the working operations as herein speoilfied, 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 cor}stitute an acknowledgment of the acceptance of the, work, ` materials, or equipment, nor in any quay prej adice or affect the obligations of the Contractor to repair, correct, reme-F, or replace at his own and proper vxpetise 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 const=don of the work tmder contract and its appurtenances, or any damage duc or attributed to such defects, which defects, imperfections. or damage, shall have been di covaed 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. J, C878.10 ENERAL OUARANT . Ddete C 8-8.10, Gimeml Guaranty at page C8-8(4) is deleted in ir.q entirety atxd xep€aced with the following, W PM Neither the Tina[ certificate of payment not any provision in the Corntract Docurnrents, nor partial or entire occupancy or use ofthe premises by the Owner shall coastitu&� an acceptance of work _. not done in accordance witli the Contract Documents or relieve the Contractor of Iiabi€ity in respect to any express warranties or responsibi€ity for faulty materials or workmanship. The Contractor shall remedy any defects or danitages in the work and pay for any damage to other work or property resulting therefrom whick shall appear within a period of two (2) years frorn the .. date of finaI acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maiwanarnce bond iri the amount of 100 perc�unt of the amount of the contract Revised Pg. 4 which shall assure the performance of the general guanarity as above out]ia(A. The Owner give notice of observed defects w'Itb reasonable pro mpwess. Any reference tr) any snarl er period of time of waFrnnty contained elsewliere within: the specifications shall hc: resolved in favor of this specifications, it being the City's intent that the Contractor gua- toe its work. for a period of tivo (2) gears following the date of aoottptance of the project. In the, Special Instructions to Bidders, TPW Conti -acts place the following iri lieu of the existing paragraph 2. J. Part C - General C:ondiiions. Section C2-2 INTEPTRETA.UOX AND 13REPARATION OF 1' L(LP ,9AI,, Page 2-2 (4) exchange paragraphs C2- .7, C- .8 and C?- .4 with the Following: C21-2.7 DEL (VERY OF P OPOSAL- No proposal vvil! he considered unless it is delivered, accompaiiied by its proper ,Bid Security, to the Purci ing Manager or his Tel}resentative at the off cia! Ioea#ion and stated time set fort}t M the "Notice to 131dcicrs, It is the. Bidder's sole responsibility to deliver the proposal at the propel time to the proper place. The mere fact that a proposal was dispatched wiII not he consideTed. The Bidders must have thr; proposal actually delivered. Each pmposal Mall be in a seaIcd envelope plainly marked with the word 'TROPO AL," and the name or dc5c6mi'on of the project as designated in the "Notice, to Bidders." Thc7 envelope shall be addressed to the Purchasing Manager, City of Foxt Wbrih Pui-cliasing Division, P.O. Box 17027, Font Worth, Texas 76T02, "A C2-2.8 WITHDRAWINGPROPOSALS: Proposals actually flied with the Purchasing Manager cannot be v ithdrawn prior to the time set fer openiti1g, proposals- A request for non -consideration of a proposal must be made in writing, addressed to the City manager. and filed wink him prior to the time set for the op#milag of proposals, After all proposals not requested for non -consideration aze opened and pubkly Tend aloud, the proposals for which t on -consideration requests bave been properly filed may, at the option of this Owner, be returned unopened. C2-2.9 - TELECH.UP I-HC MODfFICA110N OF F ROPOSALS : Any bidder my modif , _ his proposal by telegraphic Q0nunum1cation at any time prior to tht, time set for opening a proposals, provided such tolegrapltic c()jnrnunication is received by The P�zrchasiri0 Manager prior t(3 the ;a d proposal opening time, and provi&d further, that the City. Manager is satisfied that a written and duly authenticated confirmation of such teIegraphic commaYnicaiion over the sigivaurc of the biddei was mailed prior to the }proposal opening time. If such confrmation is not received. within forty-eight (48) hours ... after the pre p[asal opening Cline, no frther con, idenition will be givezi to the prop osal p p Q-3.7 BONDS ]TY.LPT PROJECTS)-. Reference fart O. Crencrai Conditions, dated November 1, 148 ; {City. let projects) make the, following revisions: Revised Pg. I. Page C3-3(3), the paragraph afttr paragraph C3-3.7d Oilier Bonds. she uld be revised to read. - In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secret ary of the treasury to qualify as a surety on obligations permitted or required under federa! 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 ob igations permitted or required under federal law. Satisfactory proof of any such reinsurance shalt be provided to the City upon request. The CIty, in its sale discretion, will determine the adequacy of the proof required herein- . Pg. C3-3(5) Paragraph C3-3.II INSU1- 11 dek-te subparagr€rph "a- C Nff'ENSATIO I Ui A E". 3, Pg. C3-3( ), Paragraph 0-3.11 INST I RANCE dclete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BON MING" . L� RIGHT TO AUDIT: fart C - General Condikioiis, Section CS-8 MEASU --MINT' AND PAYMENT, Pagc C8-8 (5), add the follavAng: C8-8,14 RIiIT TO A.TJD1T: (a) Contraciox 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, Cwtractor iavolving transactions re-lating to this contract- Coutraotor agrees that the City shall havc access �. dLmng rionral working hours to all neoessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliaacav with the provisions of this section- The City shall give contras#or reasonable advance notice of intended audits, (b) Contractor further agrees to include in all its subcor t-mots hereunder a provision.to the effect that lhti subcontractor agrees that the City shall, until the expiration of three (3) years after fmaf payment under the subcontract, have to acid the right to examine and photocopy any directly pertinent books, documents, papers and records of such " subcontractor, iur eh,ing transactinn8 to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be providcd' adequate and appropriate work space, in order to conduct audits in compliance " with the provisions of'this article. City shall give subcontractor reasonable advance notice of intended audits- (c) Contractor and subcontractor agree to photocopy such documemts as may be requested by the City, The City agrawes to reimburse the Contractor for the cost of copies as follc)ws: Revised Pg, O9J3o/o2 - 1- 30 copies and under - 10 cents per page ?, Mire than 30 copies - 85 cents for the first page plus. fifteen cents for each page there er _ SITE PRE,PA TION : The Contractor shall clear rights-M-way or easements of obstruction which must be removed to make possihle proper prosecution of the work as a part of this projeei c-onmuction operations. The contractor's attention is direeted to paragraph Chi- ,10 work within 1-,astmcnts. page C6-6(4), part C: - General Omdibon,, off" the, Water Departmont General Contract Document and General Specifications. Chca rig d restoration shall be considered as incidental to construction and ail casts iricarred w]11 be considered to be iticluded in the Linear Fe ot pace of the pipe. N. Re#i�rence Part C - Genffaral CoTidiLions, S ectiGn C6-6.8 BARRICADES. WARNINGS AND WA'TCH14 M -- -- 1. Vnie!:ever tine u+ord Watchmerx appears, in this paragraph, it shall be changed to the woi:d flagmen.. , In the first paragraph, luxes five (5) and six (0). uhange the phrase take al such other precautioriary measures to take all reasonable necessary rneEisures. 0. NENORIfY1WQM BUSINES S ENTERPRISE CO PLIANCK l eferr oe Part C (General Conditions), Section C 3 -3.2 untitled "�r�MORITY BUSINESS EI TLRPRISEMC7WN-OWNED BUSYNESS E TEItP'RI SE COMPLIANCE" shall be de.lep.d in its entirety. and -replaced with the following: Upon zetluest, Contractor agrees to provide to 0 wrier comp and accurate i--darn a.ti. regarding actual work performed by a Minority Business Enterprise (NIB F) acid/or a Woman Business Enterprise ( BE) on the contract and paym nt. therefore. Contractor fmhe,r agrees to permit an audit and/or e amination of any books, records or files in its possession that will substantiate the actual work performed by an MBE a-,n&or VV_B ',_ The misrepresentation of facts (other than a negligent misrepresentation) and/or the oi=ission of fraud by the Coatractor mill be grounds for termination of the contract and/or initiating, action under appropriate federal, state or 1acal Iaws or ordinances relating to false statements; further, any such misrepresentation (other than negligeizt .. misrepresentation) and/or commission of fi-aud will result in the Contracior being determined to be, irresponsible and barred ko n participating in City work for a P d o� time of not less than thee (3) years. Rvwi�,ed P. WAGE RAIES. Section '9 13 of the General Conditions is deleted and replaced with the following: (a) The, contractor shall r- ornp ty with all requirements of Chapter 2255, Texas . overnment Code, including the payment of not less than the rates determined by the City Cotinci1 o P the City of Fort Worth to be the prevailing wage rates in accordance %6th Chapter 2 58, Texas 6overrtrnent Code. Such prevailing wabe rates are included in these contract documents, (b) The contractor shall, for a period of three (3) years €ollowing the date of acceptance of the work, maintain records that shove (i) the name and o ocupation QC ea Gh IA ork. 'T employed by the contractor in the construction cyf the work provided for la this cont=t; and (ii) the acnral par diem wages paid to each worker. Those records shall he open at all reasonable hours for inspection by the 0ty. The provisions of Section -1, L. Right to Audit (Rev, 9130IO2) pt-,n n to this inspection. (c)The contractor shall include in its subcontracts and/or shall otherwise requirc all of its subcontTactors to comp)y with paragraphs (a) and (b) above, (d) With each partial payment estimate or payroll period, whichever i5 less, an affidavit it stating that the contractor- has compiied with the requit�mvnts of Chapter 2258, Texas Government Code. The contractor fh7 tll post the prevailing wage rates in a eonspieww" place at the site of the project at arl tunes_ Pg. PART D - SPECIAL CONDITIONS I D-1 GENERAL ....................................... :........ .... ................................................................ 1.3 ..� D-2 COORDINATION MEETING.........................................................................................4 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ...............5 D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT...............................7 ,,. 5.5 CROSSING OF EXISTING UTILITIES.........................................................................7 D- 6 EXISTING UTILITIES AND IMPROVEMENTS.............................................................7 5-7 CONSTRUCTION TRAFFIC OVER PIPELINES...........................................................8 D 8 TRAFFIC CONTROL. ,8 D- 9 DETOURS................................................................................................................. .9 D- 10 EXAMINATION OF SITE............................................................................................ .9 D- 11 ZONING COMPLIANCE.............................................................................................. .9 D- 12 WATER FOR CONSTRUCTION................................................................................ 0 D- 13 WASTE MATERIAL..................................................................................................... lo D- 14' PROJECT CLEANUP AND FINAL ACCEPTANCE...................................................... 10 3-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ................................. 0 6-16 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES ............................ 0 D- 17 BID QUANTITIES......................................................................................................... 1 D- 18 CUTTING OF CONCRETE.......................................................................................... 1 D- 19 PROJECT DESIGNATION SIGN............................................................................... 1 D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ...................................... 2 .� D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL........................................................ 2 D- 22 CRUSHED LIMESTONE BACKFILL.......................................................................... 2 D- 23 2:27 CONCRETE........................................................................................................ 2 D- 24 TRENCH EXCAVATION BACKFILL AND COMPACTION ......................................... 2. 5--2-5 PAVEMENT REPAIR (E2-19).................................................................................... 4 D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS1 ................ 5 D- 27 SANITARY SEWER MANHOLES.............................................................................. 5 D- 28 SANITARY SEWER SERVICES................................................................................ 8 D- 29 REMOVAL SALVAGE AND ABANDONMENT OF EXISTING FACILITIES ................ 0 D- 3-0 DETECTABLE WARNING TAPES............................................................................... 2 D- 31 PIPE CLEANING.......................................................................................................... 2 D- 32 DISPOSAL OF SPOIL/FILL MATERIAL....................................................................... 2 5733 MECHANICS AND MATERIALMEN'S LIEN................................................................. 3 D- 34 SUBSTITUTIONS.................................................................................................... 3 D- 35 PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............. 3 D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES .......................................... 6 .. D- 37 BYPASS PUMPING..................................................................................................... 7 6-3-8 POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .......... 7 D- 39 SAMPLES AND QUALITY CONTROL TESTING......................................................... 9 ,,. D-40 TEMPORARY EROSION SEDIMENT AND WATER POLLUTION CONTROL.......... 0 D- 41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................ 1 D- 42 PROTECTION OF TREES, PLANTS AND SOIL.......................................................... 1 D- 43 SITE RESTORATION.................................................................................................. 1 D- 44 CITY OF FORT WORTH STANDARD PRODUCT LIST .............................................. 2 D- 45 TOPSOIL SODDING SEEDING & HYDROMULCHING............................................. 2 D- 46 CONFINED SPACE ENTRY PROGRAM ..................................................... ................ 7 D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................ 7 D- 48 EXCAVATION NEAR TREES...................................................................................... 8 D- 49 CONCRETE ENCASEMENT OF SEWER PIPE.......................................................... 8 D- 50 CLAY DAM ......................................... .......................... 8 D- 51 EXPLORATORY EXCAVATION (D-HOLE)................................................................. 9 D- 52 INSTALLATION OF WATER FACILITIES................................................................... 9 ftw 09101104 ap PART D - SPECIAL CONDITIONS T 52.1 Polyvinyl Chloride (PVC) Water Pipe.......................................................................:....39 52.2 Blocking.......................................................................................................................39 52.3 Type of Casing Pipe................................:....................................................................39 52.4 Tie-Ins..........................................................................................................................40 52.5 Connection of Existing Mains ............................................ ...........................................40 52.6 Valve Cut-Ins...............................................................................................................40 52.7 Water Services............................................................................................................41 52.8 2-Inch Temporary Service Line....................................................................................42 52.9 Purging and Sterilization of Water Lines.....................................................................43 52.10 Work Near Pressure Plane Boundaries.......................................................................44 52.11 Water Sample Station..................................................................................................44 52.12 Ductile Iron and Gray Iron Fittings................................................................................44 D- 53 SPRINKLING FOR DUST CONTROL..........................................................................45 D- 54 DEWATERING............................................................................................................45 D- 55 TRENCH EXCAVATION ON DEEP TRENCHES.........................................................45 - D- 56 TREE PRUNING..........................................................................................................45 D- 57 TREE REMOVAL.........................................................................................................46 D- 58 TEST HOLES...............................................................................................................46 D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION........................................................................................................47 — D- 60 TRAFFIC BUTTONS....................................................................................................48 D- 61 SANITARY SEWER SERVICE CLEANOUTS..............................................................48 D- 62 TEMPORARY PAVEMENT REPAIR............................................................................48 .. D- 63 CONSTRUCTION STAKES.........................................................................................48 D- 64 EASEMENTS AND PERMITS......................................................................................49 D- 65 PRE -CONSTRUCTION NEIGHBORHOOD MEETING................................................49 D- 66 WAGE RATES.............................................................................................................49 D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE......................................50 6-68 STORM WATER POLLUTION PREVENTION............................................................50 D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS...................................................................................52 D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD..........................................:.52 5-71 .................................. EARLY WARNING SYSTEM FOR CONSTRUCTION ...............53 " D-72 AIR POLLUTION WATCH DAYS.................................................................................53 5-7-3 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS......................................54 D 74 `; GREEN'CEMENT POL(CY` :: 54 D 75., OPTIONTO'RENEW 54 09/01/04 SC-2 lip v* w. ,E PART D - SPECIAL CONDITIONS 1 D, Part D shall This Part D — Special Conditions is complimentary to Part C — General Conditic ns - and Part C1 — Supplementary Conditions to Part C of the Contract. Anything contained in t is Part D that is additive to any provision in Part C — General Conditions and part C1. — Supplementary Conditions to Part C of the Contract are to be read together. Any con ict ,. between Part C — General Conditions and Part C1 — Supplementary Conditions of the Contr ct and this Part D, Part D shall control. FOR: SANITARY SEWER REHABILITATION PIPE ENLARGEMENT CONTRACT 2008A FORT WORTH, TEXAS DOE PROJECT NO. 6017 } WATER DEPARTMENT PROJECT NO. P258-7011701017 CITY PROJECT NO. 1017 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: .. 1. Plans 2. Contract Documents { 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials aid workmanship, or both, for a period of two (2) years from date of final acceptance of this project y the City of Fort Worth and will be required to replace at his expense any part or all of this prof ct which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's Gene al Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents a6d .� the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product contr I, performance, quality, or other shall be binding upon the contractor. The specifications a ld drawings shall be considered cooperative; therefore, work or material called for by one and of shown or mentioned in the other shall be accomplished or furnished in a faithful manners though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pm - qualified with the Water Department to perform such work in accordance with procedurs described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following "r specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTI •. CITY OF FORT WORTH 09/01/04 SC-3 a_ PART D -SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRALTEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. -- A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call -out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non -responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to .. Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non -consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non -consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said .r proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received ,.,■ within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings. aw .m 09101104 SC-4 um PART D - SPECIAL CONDITIONS D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificat of authority to self -insure issued by the commission, or a coverage agreement (TWCC- 31, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurar ice coverage for the person's or entity's employees providing services on a project, for the Im duration of the project. 2. 3. MW Duration of the project - includes the time from the beginning of the work on the proj until the contractor's/person's work on the project has been completed and accepted 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 delivering equipment or materials, or providing labor, transportati n, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes a0d �. payroll amounts and filing of any coverage agreements, which meets the statut ry requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a _ new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the " governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so t e governmental entity will have on file certificates of coverage showing coverage for II persons providing services on the project; and 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate r 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. 171 09101104 .r SC-5 PART D - SPECIAL CONDITIONS G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known„ of any change -� that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the am coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. ow 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage JW 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 09/01/04 SC-6 AW PART D - SPECIAL CONDITIONS misleading information may subject the contractor to administrative, criminal, c -� penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract the contractor which entitles the governmental entity to declare the contract void if 1 contractor does not remedy the breach within ten days after receipt of notice of brew from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing servi es on the project that they are required to be covered, and stating how a person may ve ify current coverage and report failure to provide coverage. This notice does not satisfy otl ler posting requirements imposed by the Texas Worker's Compensation Act or other Te as Worker's Compensation Commission rules. This notice must be printed with a title in at le Ist 30 point bold type and text in at least 19 point normal type, and shall be in both English d Spanish and any other language common to the worker population. The text for the noti es 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 t is •. 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 th it 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 ff et barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or e .�. 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 subsidi_ ry 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, i Owner assumes no responsibility for failure to show any or all of these structures on the Plans, to show them in their exact location. It is mutually agreed that such failure shall not 09/01/04 SC-7 %W PART D - SPECIAL CONDITIONS considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. 'T The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall *K make all necessary provisions for the support, protection or relocation, 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. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract; The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the. new line,.and .the existing. lines from these possibly excessive loads. The Contractor shall not, at any: time, cross the existing or new. pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the. satisfaction of. the City. +s 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. I 8 TRAFFIC',"CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and v. 09/01/04 SC-8 .., The Contractor will not remove any regulatory sign, instructional sign, street name sign or o# er 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 tie case of regulatory signs, the Contractor must replace the permanent sign with a temporary si n meeting the requirements of the above -referenced manual and such temporary sign must e installed prior to the removal of the permanent sign. If the temporary sign is not install d 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 tot le •• extent that the permanent sign can be reinstalled, the Contractor shall again contact the Sig is and Markings Division to reinstall the permanent sign and shall leave his temporary sign in pla e until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods" Rs determination by the City Traffic Engineer and in accordance with the applicable provision oft ie "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The lump sUm pay item -for ;traffic ,control `shall cover design , ;and/or installation and maintenan. e " gf;the tCaffic control plat%; "r .. .. D- 9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption traffic and pedestrian facilites and to the flow of vehicular and pedestrian traffic within the proji area. D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make su examinations and explorations as may be necessary to determine all conditions, which may affi construction of this project. Particular attention should be given to methods of providing ingre and egress to adjacent private and public properties, procedures for protecting existi improvements and disposition of all materials to be removed. Proper consideration should given to these details during the preparation of the Proposal and all unusual conditions, whi may give, rise to later contingencies should be brought to the attention of the Owner prior. to t submission of the Proposal. D-11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present requirements of the City of Fort Worth in the use of vacant property for storage purposes. 09101104 SC-9 PART D - SPECIAL CONDITIONS D-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: Sweeping the street clean of dirt or debris Storing excess material in appropriate and organized manner Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next .� estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make �.. a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth Department of Engineering shall give final acceptance of the completed project work. D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup. The Contractor shall not commence with water and/or sanitary sewer installation until such time that the survey cut -sheets have been received from the City inspector. D-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: VW 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, i- derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. s 09101104 SC-10 %W PART D - SPECIAL CONDITIONS .. 1i 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. 0 When necessary to work within six feet of high voltage electric lines, notification given the power company (ONCORE) who will erect temporary mechanical barr energize the lines, or raise or lower the lines. The work done by the power comp< not be at the expense of the City of Fort Worth. The notifying department shall an accurate log of all such calls to ONCORE, and shall record action taken in eacl 4. The Contractor is required to make arrangements with the ONCORE company temporary relocation or raising of high voltage lines at the Contractor's sole c expense. 5. No person shall work within six feet of a high voltage line without protection havi taken as outlined in Paragraph (3). D- 17 BID QUANTITIES Total quantities given in the bid proposal may not reflect actual quantities; however, they �re given for the purpose of bidding and awarding the contract. A contract in the amount of $1,000,000 (see Options to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be no limit n 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 but in no case exceed $1,000,000 (see Options to Renew). Contractor shall not be entitled to renegotiation of unit prices regardless of the final measur d quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantiti s versus actual quantities. D-18 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. D-19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure �0 .. (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve tote exact locations and methods of mounting. In addition to the 4' x 8' project signs, project sighs 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 rot interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be V-0" by 2'-0" in size. The information box shall have the following information: For Questions on this Project Call: 09101104 17) 871-8306 M-F 7:30 am to 4:30 p.m. SC-11 PART D - SPECIAL CONDITIONS or (817)871-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. 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 rt steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances ; required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one -tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D- 22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 - Materials and Division 2 Item 208.3 - Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents. D- 23 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair �- for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call - out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D- 24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION wa 09101104 SC-12 In PART D - SPECIAL CONDITIONS Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within �- easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will 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 width of permanent rights -of -way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Speci 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 cant, furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less the 8. Such evidence shall be a test report from an independent testing laboratory and must includ representative samples of soils in all involved areas, with a map showing the location and deptF of the various test holes. If excavated material is obviously granular in nature, containing little c no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" "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, loamor vegetable matter and shall meet the following gradation: • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed `" Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size % Retained 1 n 0-10 1 /2" 40-75 3/8" 55-90 #4 90-100 .. #8 95-100 no 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 compaction or a combination of methods subject to approval by the Engineer. 09101104 SC-13 PART D - SPECIAL CONDITIONS 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 sewer line trenches and the top eighteen (18) inches of water line may be rolled in with heavy +s equipment tires, provided it is placed in lifts appropriate to the material being used and the operation can be performed without damage to the installed pipe. The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, including any and all Type "B" backfill, and labor costs of excavation and backfill will be included in the contract documents as a pre -bid pay item in cubic yards. as D- 25 PAVEMENT REPAIR (E2-19) The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing W pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 2000-1 through 2000-3. W The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in im the opinion of the Owner, the repaving shall be done at the earliest possible date. 09101104 SC-14 Y PART D - SPECIAL CONDITIONS A permit must be obtained from the Department of Engineering Construction Services Section' by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Department of Engineering will inspect the paving repair after construction. This permit requirement may be waived if work is being done under a Performance Bond end inspected by the Department of Engineering. D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, ;nd all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub -Part P - Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface, of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM - Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near -vertical surfaces betty n levels. 3. SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined p 9 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 n it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre -manufactured or job -built in accordance with OSHA standards. 5. SHORING SYSTEM - Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave-ins. Shoring systems are generally comprised of cross -braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT - Trench depth is the vertical measurement from the top of the existi g ground to the bottom of embedment or bottom of excavation. The quantity of trench saf ty systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT - Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D- 27 SANITARY SEWER MANHOLES ow 09101104 SC-15 PART D - SPECIAL CONDITIONS A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract e! Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100=4 and shall be fitted and installed according to the manufacturer's recommendations. 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 419- 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 'R surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames 4W and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. Covers shall set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use where locking lids are specified. 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 09101104 SC-16 PART D - SPECIAL CONDITIONS 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only he joints using a trapped type performed O-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre -formed and trowelable Bitumastic as manufactured by Kent - Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross -sectional area or flat -tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporate n, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidiz6g regardless of the length of time it is exposed to the elements. The manufacturers all furnish an affidavit attesting to the successful use of the product as a pre -formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B, EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above -specified materials. All surfaces to be in contact with t�he joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. T e 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 o per 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 lull 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. Remove manhole frame from the manhole structure and observe the condition oft e frame and grade rings. Any frame or grade ring that is not suitable for use as determin d 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 loo6e 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. 09101104 SCA 7 PART D - SPECIAL CONDITIONS If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre -formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the " finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre -cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, 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. as The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D- 28 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in ' addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as " directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case -by -case basis. The Contractor shall be responsible for coordinating the scheduling of 09101104 SC-18 T" PART D - SPECIAL CONDITIONS tapping crews with building owners and the Engineer in order that the work be performed in an Im expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. A. 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 Severer Taps. B. 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 riot -a.. 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 09101/04 SC-19 PART D - SPECIAL CONDITIONS compression straps. The Contractor shall remove the existing clean -out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean -outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. D- 29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. a,c B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal ; 09/01/04 SC-20 s PART D - SPECIAL CONDITIONS shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve b x in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordan e 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. Surfa e restoration shall be compatible with surrounding service surface. Payment for work involvd in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included I in the appropriate bid item - Abandon Existing Sewer Manhole. H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole, including top or cone section, all f II barrel diameter section, and base section shall be removed. The excavation shall then e backfilled and compacted in accordance with backfill method as specified in Section E2- .9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall e the Contractor's responsibility to properly dispose of all removed pipe. All removed valy s, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, . Storage Yard. K. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. 09101104 SC-21 PART D - SPECIAL CONDITIONS Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item I. 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 2Y2 pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D- 31 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. D- 32 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Engineering Department, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at 09101104 SC-22 .. 4W ,.. AW sw PART D - SPECIAL CONDITIONS the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D- 33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. D- 34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes " necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if = a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular Grade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub -section as related to "substitutions" shall be applicable to all sections of these specifications. D- 35 PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured -in -place pipe, fold and form pipe, slip -line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high -velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high -velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high -velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent 09101104 SC-23 '.r PART D - SPECIAL CONDITIONS MV flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using �•+ high -velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the ,. equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort yr shall be abandoned. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the �- downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in' wet wells, or damage pumping equipment, shall not be permitted. ,. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All 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 am BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The = camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. B. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. 09101104 SC-24 VMS VW PART D - SPECIAL CONDITIONS When manually operated winches are used to pull the television camera through the li e, 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 n inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, pr 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, for other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard -size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be 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. a 09/01/04 SC-25 PART D - SPECIAL CONDITIONS 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 the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop --connections and gas sealing connections shall be installed prior to testing. 09101104 The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop -connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"H - 9g "Hg) (SEC) SC-26 %W as m a0, .a M. as 1W �Iw PART D - SPECIAL CONDITIONS Depth of MH. 48-Inch Dia. 60-Inch Dia. (FT.) Manhole Manhole 0 to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 30' 74 sec. 98 sec. a For Each 5 sec. 6 sec. Additional 2' 2. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level W vacuum is less than one -inch of mercury (1" Hg) after the required test time. Aby 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 orderlto locate the leak and seal it with an epoxy sealant. The manhole shall be retested Os 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 e rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream. manhc ile 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 capac ty and size to handle the flow without sewage backup occurring to facilities connected to the sew r. Provisions shall be made at driveways and street crossings to permit safe vehicular travel with ut 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 09101104 SC-27 PART D - SPECIAL CONDITIONS to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. ,' B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the = camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no .� payment will be made for an unsatisfactory inspection. C. EXECUTION: 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 Wr 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 00 members of the crew. The importance of accurate distance measurements is emphasized. All television s 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, roil -a -tape, or as other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it. becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television .. inspection must be done immediately following the lacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard -size photographs of the television picture of problems shall be taken by the Contractor upon request of the .. 09101104 SC-28 "W PART D - SPECIAL CONDITIONS Engineer, as long as such photographing does not interfere with the Contractor's .. operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. 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 Le - televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post -construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a s quality that the particular piece of sewer can be readily evaluated as to sewer conditions a6d for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item - Post -Construction Television Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D- 39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. w C. Quality control testing of in -place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as _ determined by the City. The failure of the City to make any tests of materials shall in no wpy 09101104 SC-29 114M.1 PART D -SPECIAL CONDITIONS relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. %V D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) •• for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D- 40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled -hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible -earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible -earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution -control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary .� berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution -control measures shall be used to prevent or correct .� erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution -control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil -erosion -control measures shall be performed as directed by the Engineer. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or -- other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. .. 3. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 09101104 SC-30 ' PART D - SPECIAL CONDITIONS 4. All waterways shall be cleared as soon as practicable of false work, piling, debris or other .o obstructions placed during construction operations that are not a part of the finished work. I" im 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes a d reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shll conduct and schedule his operations so as to avoid or minimize siltation of streams, lak s and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to pro) temporary erosion control shall be considered subsidiary to the contract and no extra pay be given for this work. D- 41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by i construction and adjacent property when construction is not in progress and at night. Drives sl be left accessible at night, on weekends, and during holidays. The Contractor shall conduct activities to minimize obstruction of access to drives and property during the progress construction. Notification shall be made to an owner prior to his driveway being removed anc rebuilt. D- 42 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrul trees, etc., shall be preserved or restored after completion of the work, to a condition equal to better than existed prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shbll be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the wgrk will be permitted only by experienced workmen in an approved manner (No trimming or prunifig without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly MM treated as soon as possible with a tree wound dressing. By ordinance, the Contractor must obtain a permit from the City Forester before any w rk (trimming, removal, or root pruning) can be done on trees or shrubs growing on public prope�ty including street Rights -of -Ways and designated alleys. This permit can be obtained by calling t ie Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards I or Class II Pruning as described by the National Arborist Association. A copy of these standar s can be provided by calling the above number. Any damage to public trees due to negligence y the Contractor shall be assessed using the current formula for Shade Tree Evaluation as definod 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 shill 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 09101104 SC-31 Aw PART D - SPECIAL CONDITIONS 4W 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. ... D- 45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community aw Services Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL NEt DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to aw 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 No stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 4W 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass .R secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. 09101104 S C-32 PART D - SPECIAL CONDITIONS r W ,w Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross -sections shown on the Drawings and as provided for in other items oft e contract, sodding of the type specified shall be performed in accordance with tie requirements hereinafter described. Sodding shall be either "spot" or "block'; eit er Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In II furrows, sod approximately three (3) inches square shall be placed on twelve (12) in�lh centers at proper depth so that the top of the sod shall not be more than one-half (112) inch below the finished grade. Holes of equivalent depth and spacing may be us�d instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spre 3d uniformly over the adjacent areas or disposed of as directed by the Engineer so that tie completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted a d shall be subsequently watered at such times and in a manner and quantity directed by t e 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 n the Drawings and in accordance with these Specifications. MATERIALS: 09101104 SC-33 PART D - SPECIAL CONDITIONS a., a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Purity Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM -SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates (Eastern Sections) (Western Sections) (All Sections) Feb 1 Bermudagrass 40 Buffalograss 80 Bermudagrass 60 to Buffalograss 60 Bermudagrass 20 Buffalograss 40 May 1 Total: 100 Total: 100 Total: 100 Table, 120.2.(2)b TEMPORARY COOL -SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross -sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. 09101104 SC-34 aw I., am AW are _ WAM Vo _ am As _ = PART D - SPECIAL CONDITIONS -- BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section D-45, Construction Methods, is not applicable since no seed bed preparation is required. DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall e reduced to less than one (1) inch in diameter or they shall be removed. The area shall th n be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth �f approximately one -eight (1/8) inch. The planted area shall be rolled with a corrugated roller!of the "Cuitipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as direct�d to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D- 45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, tile 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 methoc s, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one -quarter (1/4) inch. The planted surface area and giving a smooth surfs e 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 t!`e surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three -tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE -SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re -seeding will be achieved in tie 09101104 S C-3 rJ V PART D - SPECIAL CONDITIONS Im following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit -seeding equipment will be able to cut through the turf and achieve adequate soil penetration. * Slit -seeding, is achieved through the use of an implement which cuts a furrow (slit) in the Im soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER im DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. .� MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in �. accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted .r 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. law 09101104 SC-36 s PART D - SPECIAL CONDITIONS tm I %W 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 I id for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and plane topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for ;all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing gall materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D- 46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and -r subcontractors at all times during construction. All active sewer manholes, regardless of depith, 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 subsidiaryto the pay items involving work in confined spaces. D- 47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ■!� 1. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is - �• substantially complete. 2. The inspector along with appropriate City staff and the City's consultant shall make an Wo inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 3. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 4. Pano yment 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. 09101104 + " SC-37 PART D - SPECIAL CONDITIONS an 5. Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" of PART C - GENERAL CONDITIONS. D- 48 EXCAVATION NEAR TREES 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel' method using Class 51 MW D.I. pipe shall be utilized. 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during -D construction shall be removed and replaced with the same type and 'diameter tree at the contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D- 49 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of 30 concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price.shall include all costs associated with installation and reinforcement of the concrete encasement. D- 50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. 09101104 SC-38 am PART D - SPECIAL CONDITIONS D- 51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the. approval of the City inspector. The contractor shall be liable for any and all damages incurr�d ,e due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by t e Engineer, shall include full compensation for all materials, excavation, surface restoration, f1 Id surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. D- 52 INSTALLATION OF WATER FACILITIES 52.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents. Payment for work such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). 52.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 52.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe, coal -tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up after field welds shall provide coating equal to those specified above. Minimum thickness for casing pipe used shall be 0.375 inch. 09/01/04 SC-39 PART D - SPECIAL CONDITIONS No Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non - concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. .. 52.4 Tie -Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be — considered as incidental to construction. The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 52.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. .. Any differences in locations, elevation, configuration, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. Where it is required to shut down existing mains _ in order to make proposed connections, such down time shall be coordinated with the Engineer, and all efforts shall be made to keep this down time to a minimum. In case of shutting down an existing main, the Contractor shall notify the Manager, Construction Services, Phone 871-7813, at least 48-hours prior to the required shut down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION OF SERVICE, Page C5-5(5), PART C - GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. we 52.6 Valve Cut -Ins It may be necessary to cut -in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut -ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. .r 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. 09101104 SC-40 r PART D - SPECIAL CONDITIONS 52.7 Water Services The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards (E1- 17 & E1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5.15 INTERRUPTION OF SERVICE. All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. — 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper .• from the main to the meter, curb stop with lock wings, and corporation stop. r 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. 2. 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 09101104 SC-41 PART D - SPECIAL CONDITIONS T 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. .� 3. 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. When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price " bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. 4 ,; NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E1-18A — Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings -- shall be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 5. 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). -- 6. 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-Inch Temporary Service Line 09101104 SC742 PART D - SPECIAL CONDITIONS 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 ihe 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. MW A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-iJ h service lines shall be installed in accordance to the attached figures 1, 2 and 3.,, temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinad lime (HTH) prior to installation. j The out -of -service meters shall be removed, tagged and collected by the Contractor or delivery to the Water Department Meter Shop for reconditioning or replacement. Up n restoring permanent service, the Contractor shall re -install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing groundor as otherwise directed by the Engineer. The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contra+r to determine the length of temporary service allowed, number of service taps and num er of feed points. When the temporary service is required for more than one location the 2-inch tempor ry service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the n xt successive project location. low 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 $e 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. 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged ar d sterilized in accordance with E2-24 of the General Contract Documents and Specifications 09101104 SC-43 PART D - SPECIAL CONDITIONS %W except as modified herein. The Contractor will furnish all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including �• appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de -chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes .w 52.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations .. Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Sur 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 r., 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. ow 52.12 Ductile Iron and Gray Iron Fittings 09101104 SC-44 I. low PART D - SPECIAL CONDITIONS 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 up 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 up cradle necessary for construction as designed. All ductile -iron and gray -iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical t e- down concrete blocking, and concrete cradle. Payment for the polyethylene wrappi ng, horizontal concrete blocking, vertical tie -down concrete blocking, and concrete cradle slll be included in bid items for vales and fittings and no other payments will be allowed. D- 53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D- 54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D- 55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day pf excavation. No extra payment shall be allowed for this special condition. _ D- 56 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". UV B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 1. Steel "T„ = Bar stakes, 6 feet long. SC-45 PART D - SPECIAL CONDITIONS .. 2. Smooth Horse -Wire: 14-112 gauge (medium gauge) or 12 gauge (heavy gauge). 3. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 4. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 1. Survey and stake location of root pruning trenches as shown on drawings. 2. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 3. Backfill and compact the trench immediately after trenching. 4. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 5. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 6. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. D- 57 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. D- 58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the 09101104 SC-46 .. "0 %W i .. um .. .. aw .. .. PART D - SPECIAL CONDITIONS City nor the Engineer guarantees the accuracy for the information or that the material -W encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. No 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. D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION I, Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the `pre -construction notification' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin .. construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the project, DOE number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached. A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of *- water service until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Construction office at (817) .. 871-8306. . 09101104 SC-47 .r PART D - SPECIAL CONDITIONS .. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D- 60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 871-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. D- 61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways, streets, sidewalks, etc. whenever possible. When it is not possible, the cleanout stack and cap shall be cast iron. Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. 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 sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas 09101104 SC-48 .. ow .. VW ow .. .. ow .. .. ow .. .. PART D - SPECIAL CONDITIONS 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 PERMITS The performance of this contract requires certain temporary construction, right -of -entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right -of -entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or -� manholes. For locations where the City was unable to obtain the easement or right -of -entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the plans desk at the Department of Engineering, City of Fort Worth. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer VW service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the 7e Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. Any and all costs associated with compliance with permits(s) including payment for flagmen shall be subsidiary to the project price. No additional payment will be allowed for this item. D- 65 PRE -CONSTRUCTION NEIGHBORHOOD MEETING After the pre -construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre -construction conference but in no case will construction be allowed to begin until this meeting is held. D- 66 WAGE RATES The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with statutory requirements, s = being the prevailing classifications and rates that shall govern on all work performed by t4 I Contractor or any Subcontractor on the site of the project covered by these Contract Documents. In no event shall less than the following rates of wages be paid. (Attached) 09101104 SC-49 .w PART D - SPECIAL CONDITIONS D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos 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 ACP in compliance with NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. .. B. ACP is defined under NESHAP as a Category II, non -friable material in its intact state but .s which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas aw 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. 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 2" of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. UK 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 .-r result. E. Compliance with all aspects of worker safety and health regulations including but not .. limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) D-68 STORM WATER POLLUTION PREVENTION PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.htmi. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. UK 09/01/04 SC-50 ,. MW PART D - SPECIAL CONDITIONS NOTICE OF INTENT (NOI): If the project will result in a total land disturbance equal to or greater _. than 5 acres, the contractor shall sign at the pre -construction meeting a TCEQ Notice of Intent (NOI) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permi for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOI shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOI shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepare by the engineer. It serves as a notice that the site is no longer subject to the requirement of the' permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY — DISTURBED AREA EQUAL TO OR GREATER THAN _ ACRES: A Notice of Intent (NOI) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared .. 09101104 SC-51 .' PART D - SPECIAL CONDITIONS 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. w PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. um FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL CONDITION D - 40 SHALL BE APPLICABLE. D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF am EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. .. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD am The City reserves the right to require any pre -qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested 09/01/04 SC-52 .. low PART D - SPECIAL CONDITIONS I %W may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors *ill be notified in writing of a recommendation to the City Council. D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor i responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2 The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. i 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. D-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNO N OZONE FORMATION.. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of t09101104 SC-53 PART D - SPECIAL CONDITIONS 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 -m 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 UK A fee for street use permits is in effect. In addition, a separate fee for re -inspections for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: 1. The street permit fee is $30.00 per permit with payment due at the time of permit application. aw 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 am subsidiary to the contract cost and no additional compensation shall be made. D 74`" ".GREEN",CEMENT POLICY 09101104 SC-54 00 NK W 1W 1W 04 ow S9 W (To be printed on Contractor's Letterhead) To Date: �• DOE No: 3176 PROJECT NAME:Main C1C411 Sanitary Sewer Drainage Area Part 15 MAPSCO LOCATION: 76L LIMITS OF CONST.: West of 9`h Avenue along FWWR between Rosedale and f Estimated Duration of Construction on your Street: <XX> days .. wo , 1 N .r MW Im ,o THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL REHABILITATE SEWER LINES ON OR AROUND YOUR PROPERTY. C-ONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFgTY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. %W PART D - SPECIAL CONDITIONS Classifications Hourly Rates Air Tool Operator $10.06 Asphalt Raker $11.01 Asphalt Shoveler $8.80 Asphalt Distributor Operator $13.99 Asphalt Paving Machine Operator $12.78 Batching Plant Weigher $14.15 Broom or Sweeper Operator Bulldozer operator $13.22 Carpenter (Rough) $12.80 Concrete Finisher- Paving $12.85 Concrete Finisher -Structures $13.27 Concrete Paving Curbing Mach. Oper. $12.00 Concrete Paving Finishing Mach. Oper. $13.63 Concrete Paving Joint Sealer Oper. $12.50 Concrete Paving Saw Oper. $13.56 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 09101104 SC-56 U. Classifications Hrly Rts 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 b $10.92 Roller, Pneumatic, Self -Propelled Scraper $11.07 Reinforcing Steel Setter (Paving) $14.86 Reinforcing Steel Setter (Structure) $16.29 Scraper Operator $11.42 Servicer $12.32 Slip Form. Machine Operator $12.33 Spreader Box Operator $10.92 Tractor operator, Crawler Type $12.60 Tractor operator, Pneumatic $12.91 Traveling Mixer Operator $12.03 Truck Driver- Single Axle (Light) $10.91 Truck Driver- Single Axle (Heavy) $11.47 Truck Driver- Tandem Axle Semi -Trailer $11.75T Truck Driver- Lowboy/Float $14.93 Truck Driver- Transit Mix $12.08T Wagon Drill, Boring Machine, Post Hole Driller $14.00 Welder $13.57 Work Zone Barricade Servicer $10.09 "W L--A= C-Am m w m m m M. CJ m m m m HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator $10.06 Asphalt Distributor Op erator $13.99 Asphalt Paving Machine Operator $12.78 As halt Raker $11,01 Asphalt Shoveler $ 8.80 Batching Plant Wei her $14.15 Broom. or Sweeper Operator $ 9.88 Bulldozer Operator $13,22 Carpenter $12.80 _ Concrete Finisher Paving $12.85 Concrete Finisher, Structures $13.27 Concrete Paving Curbing Machine Operator S12.00 Concrete Paying Finishing Machine Operator $13.63 Concrete Paving Joint Sealer Operator $12,50 Concrete pavin,Saw Operator $13.56 Concrete Paving Spreader Operator $14.50 Concrete Rubber $10.61 Crane, Clamshell, Backhoe Derrick, Dra ine, Shovel Operator $14.12 Electrician $18.12 Fla er $ 8.43 Form Builder/Setter, Structures _ $11,63 Form Setter, Paving & Curb $11.83 Foundation Drill Operator, Crawler Mounted $13.67 Foundation Dri11 Operator, Truck Mounted $16.30 Front End Loader Operator $12,62 Laborer, Common $ 9.18 Laborer, Utility $10.65 Mechanic $16.97 Milling Machine Operator, Fine Grade $11.83 Mixer Operator M _ $11.58 Motor Grader Operator, Fine Grade $15.20 Motor Grader Operator, Rough $14.50 Oiler $14.98 Painter, Structures $13.17 Pavement Marking Machine Operator $10.04 Pi la er $11.04 Reinforcing Steel Setter, Paving $14.86 Reinforcing Steel Setter, Structure $16.29 Roller Operator, Pneumatic, Self -Propelled $11.07 Roller Operator, Steel Wheel, Flat Wheel/TampingWheel/Tnping $10.92 Roller O erator, Steel Wheel, Plant Mix Pavement $11.28 Scraper rator $11,42 Servicer $12.32 Slip Dorm Machine Operator $12.33 _ Spreader Box Operator $10.92 Tractor Operator, Crawler Tye $12.60 _ Tractor Op2rator, Pneumatic $12.91 Traveling Mixer Operator $12.03 Truck Driver, Lowboy -Float $14.93 Truck Driver Single Axle, Heavy $11.47 Truck Driver, Single Axle, Light $10.91 Truck Driver, Tandem Axle, Semi -Trailer $11.75 Truck Driver, Transit -Mix $12.08 Wagon Drill, Boring Machine, Post Hole Driller Operator $14.00 Welder $13.57 Work Zone Barricade Servicer $10,09 m 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY M i M Mi M M ML i M M M AC Mechanic AC Mechanic Hetper _ _ $21.69 Plumber $20.a� $12.00 Plumber Hel r $14.90 Acoustical Ceiting Mechanic $15.24 I Reinforcing Steel Setter $10.00 Brickla er/Stone Mason $19.12 , Roofer i $14.00 Bricklayer/Stone Mason Hetper $10.10 Roofer Hetper $10.00 Carpenter` $16.23 Sheet Metal Worker„ 7 ! $16.96 Carpenter Helper $11.91 Sheet Metal Worker Helper $12.31 Concrete Finisher $13.49 Sprinkler System Installer $18.00 Concrete Form Builder $13.12 Sprinkler System lstaller Helper $9,00 _ Drywalt Mechanic $14.62 __- Steet Wormer Structural $17.43 Drywall Herr __.-._..._ $10.91 Concrete Pump $20.50 Drywall Taper $13.00 Crane, Clamsheel, Backhoe, Derrick, Dune Shovel $17.76 Drywall Taper Helper $9.00 Forklift _W $12.63 i C:lectrictan (Journeyman} $70.20 ! Front End Loader $10,50 Electrician Heber $14.43 Truck Driver $14.91 Etectronic Technician $19.86 Wetder $16.06 Etectronic Technician Helper $12.00 _ - - „�- Weider Hetper $9.75 Floor Layer (Resilient) I $20.00 Floor Layer Heber µ jGlazier $13.00 f $18.00 _.......___. I Glazier Hetper $13.00 Insulator $14.78 Insulator Helper - v $11.25 Laborer Common $10,27 F Laborer Skilled $13.18 Lather $16.10 Painter Painter Helper Y ff Pipefitter Pipefitter Helper $14.83 $8.00 $12.83 ' Plasterer $17.25 Plasterer Helper $12.25 so FORTWORTH, vw PL Date: Name DOE NO. xxxx Project Hance: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION um DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUF WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) (TELEPHONE NUMBER) .. THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR VW PART D - SPECIAL CONDITIONS MW DEMOLITION l RENOVATION NOTIFICATION FORM +r NOTIFICATION# t) Abatement Contractor, TDH license Number. Address., City: State: Zip: Offics Phone Number: ( 1 Job Site Phone Number: Site Superv7=r: _ TDH License Number_ Site Supervisor; TDH License Number Trained On -Site NESHAP Individual: Certification Date: Demolition Contractor. Office Phone Humbert *� }btldress; Cily: 2) Project Consultant orOperaior. TDH License Number. Meiling Address: City: State: Zip; Offlce Phone Number: L -- f 3) Facility {saner: "NoO. Tho Invuiw for the notification tee will be sent to the a obtalned fr4+m the Information that is provided In this section. will be 4) Description or Facility Name: Physical Address: County. City: Zip:—___--__ Facility Phone Numbed 3 Facility Contact Person: Description of AreaRoom Number. Prior Use: Future Use: Age of.l3uildiruyFacility, Sim: Number of Fln9ts:- Bobcat (K -12): 13 YES C3' NO 5); Type 1Ngrk 0 Demolition El Renovation (Abatement) D Annual Consolidated .aork ur1U be during: Cl iiay ❑Evening 7 Night Phased Project Description of work schedulo: S) Is:this a Public Building? r YES 0 NO Federal Facility? D YFS _ NO Industrial Site? la. YESl7 NO N£SHAF4nIy Facility? DYES ❑ NO is BuitdingJFacility Occupied? YES .(;t NO 7) .Notification Type CHECK ONLY ONE u Original (10 Working Days) 7 Cancellation aw if this is an amendment, which amendment number is thLs?_ (Encloso copy of original #nibs last amendment) if an emergency, who did you talk with at TDH? Emergency#: ' Date and Hour of Emergency (HHAfl-91DDNY): Descriptionof the sudden, unexpected event and explanation of how the event caused unsaFe conditions. or Would cause .. equipment damage (computers, machinery, etc B) Description of procedures to be followed In the event that unexpected asbestas is found or previously non -friable ..� asbestos.material becomes crumbled, ;pulverized, or reduced to powder, =, 9),:Was an Asbestos survey performed? . YES D NO Date: 1 I TDH Inspector License No: Analytical Melhod: 0 PLM ❑ TEM 0 Assumed TDH Laboratory License No: (For TAHPA (public building) projects; an assumption must be made by a TDH Licensed lrtspeclar) 11) Description of work pmc lives and engineering controls to be used to prevent emissions ofatsbestos at the demolUlordrenovation: 09101104 SC-58 low PART D - SPECIAL CONDITIONS MW 12) ALL applicabio items in tM Wowing table must be.completed; IF NO ASBESTOS PRESENT CHECK HERE 0 s MW MW MW .r 13) Waste Transporter Name: TDH License Number. Address: City: State: - Zip:e . _ .. Contact Person: Phone Number ( l 14) Waste Disposal Site Name: Address: City. State: Zip: Telephone: f TNRCC Permit Number. r ..15) For structurally unsound facNitles, attach a copy of dsmotftn order and identify Governmental Official below; Noma. Registration No: Title: Date of order (MWDDIYY) . J / Dabs Order to begin (MWDDIYY) 1 I Scheduled Dates of Asbestos Abatement (hIMIDD" Start I ! Complete: I f ,. 17). Scheduled Dates DemolitionlRenovalion (MMrDDNY) Start: I l Complete: I t "Note: If the start date on this notirication ton not bo mot, tho TDH Regional or Local Program office Must be contacted by phone prior to the start date. Failure to do so Is.a vtolatlon In accordance to TAMPA. Section 285,t31 I hereby oar ify t let all information I have provided is correct, camplsto, and true to the best of my knowledge, i racknwddedge that I am responsible for all aspects of the nata%ation form, including, but not limiting, content and submission dates. The maximum penalty is S10,000 per day per violation. (Slpntiit[�a of.SuildingOwner►Qperatvr {Printed Nerve) (Date) (Telephone) or.. opted. ConsuftanvConlractor) MAIL" TO: ASBESTOS NOTIFICATION SECTION (Fax Number) TOXIC SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT OF HEALTH _ _ 'ANx�s. ano: not Sceo�ptod PO BOX 143538 "Faxes are not ac+cepto+d' AUSTIN, TX 78714-3538 PH: 512-0346600, 9-$00-5i2-55d$ 46 ..� ..- 4. -4� ,.. L� PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS........................................4 DA-2 PIPELINE REHABILITATION CURED -IN -PLACE PIPE............................................................. 4 DA-3 PIPE ENLARGEMENT SYSTEM......................................................................................... ... 4 DA-4 FOLD AND FORM PIPE........................................................................................................... 10 DA-5 SLIPLINING........................................................................................................................... 10 DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT.................................................................... 10 DA-7 TYPE OF CASING PIPE.......................................................................................................... 10 DA-8 SERVICE LINE POINT REPAIR / CLEANOUT REPAIR........................................................... 11 DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ................................. 11 DA-10 MANHOLE REHABILITATION............................................................................................... 11 DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION ............................................. 11 DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM ............................. 11 DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM...........................................................11 DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM...................................................11 DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM ................................................. 11 DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER .................. 14 DA-17 INTERIOR MANHOLE COATING -STRONG -SEAL -SYSTEM ................................................... 14 DA-18 RIGID FIBERGLASS MANHOLE LINERS............................................................................... 14 DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION............................................................. 14 DA-20 PRESSURE GROUTING.......................................................................................................... 14 DA-21 VACUUM TESTING OF REHABILITATED MANHOLES......................................................... 16 DA-22 FIBERGLASS MANHOLES..................................................................................................... 17 DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ..................................... 20 DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER.......................................................... 21 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS.................................................................. 21 DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE........................................................... 21 DA-27 GRADED CRUSHED STONES................................................................................................. 22 DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE....................................................................... 22 DA-29 BUTT JOINTS - MILLED......................................................................................................... 22 DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX).................................................................. 22 DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER......................................................... 22 DA-32 NEW 7" CONCRETE VALLEY GUTTER................................................................................. 23 DA-33 NEW 4" STANDARD WHEELCHAIR RAMP............................................................................ 23 DA-34 8" PAVEMENT PULVERIZATION.......................................................................................... 23 DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ........................................ 23 DA-36 RAISED PAVEMENT MARKERS............................................................................................. 24 DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ............................. 24 DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL ......................... 27 DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC......................................................................... .. 28 DA-40 CONCRETE RIPRAP............................................................................................................... 31 DA-41 CONCRETE CYLINDER PIPE AND FITTINGS........................................................................ 32 DA-42 CONCRETE PIPE FITTINGS AND SPECIALS......................................................................... 32 DA-43 UNCLASSIFIED STREET EXCAVATION................................................................................ 32 DA-44 6" PERFORATED PIPE SUBDRAIN......................................................................................... 32 DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS................................................................... 32 DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION............................................................... 32 ASC-1 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-47 PAVEMENT REPAIR IN PARKING AREA................................................................................ 32 " DA-48 EASEMENTS AND PERMITS................................................................................................... 32 DA-49 HIGHWAY REQUIREMENTS.................................................................................................. 33 DA-50 CONCRETE ENCASEMENT..................................................................................................... 33 DA-51 CONNECTION TO EXISTING STRUCTURES ................................................... ......................... 33 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION ................................................ 33 DA-53 OPEN FIRE LINE INSTALLATIONS......................................................................................... 33 _ DA-54 WATER SAMPLE STATION..................................................................................................... 33 DA-55 CURB ON CONCRETE PAVEMENT......................................................................................... 33 DA-56 SHOP DRAWINGS................................................................................................................... 34 .,c DA-57 COST BREAKDOWN............................................................................................................... 34 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY .................................................. 34 DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP................................................................................... 34 ow DA-60 ASPHALT DRIVEWAY REPAIR............................................................................................... 34 DA-61 TOP SOIL................................................................................................................................ 34 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT .................................. 34 DA-63 BID QUANTITIES.................................................................................................................... 34 DA-64 WORK IN HIGHWAY RIGHT OF WAY.................................................................................... 34 DA-65 CRUSHED LIMESTONE (FLEX-BASE)..................................................................................... 34 DA-66 NON-EXCLUSIVE CONTRACT................................................................................................ 34 DA-67 CONCRETE VALLEY GUTTER............................................................................................... 34 DA-68 TRAFFIC BUTTONS................................................................................................................ 35 ow DA-69 PAVEMENT STRIPING............................................................................................................ 35 DA-70 H.M.A.C. TESTING PROCEDURES.......................................................................................... 35 DA-71 SPECIFICATION REFERENCES....................................................................... .............. 35 DA-72 RELOCATION OF SPRINKLER SYSTEM BACK -FLOW PREVENTOR..................................... 35 DA-73 RESILIENT -SEATED GATE VALVES...................................................................................... 35 DA-74 EMERGENCY SITUATION, JOB MOVE IN.............................................................................. 35 DA-75 1 '/:" & 2" COPPER SERVICES................................................................................ ................. 36 DA-76 SCOPE OF WORK (UTIL. CUT)................................................................................................ 36 _ DA-77 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT)..................................................................... 36 DA-78 CONTRACT TIME (UTIL. CUT)............................................................................................... 36 DA-79 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) ................................................ 36 .. DA-80 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT)................................................................. 36 DA-81 LIQUIDATED DAMAGES (UTIL. CUT)..................................................................................... 36 DA-82 PAVING REPAIR EDGES (UTIL. CUT)..................................................................................... 36 �..� DA-83 TRENCH BACKFILL (UTIL. CUT)........................................................................................... 36 DA-84 CLEAN-UP (UTIL. CUT)........................................................................................................... 36 DA-85 PROPERTY ACCESS (UTIL. CUT)............................................................................................ 36 �+ DA-86 SUBMISSION OF BIDS (UTIL. CUT)......................................................................................... 36 DA-87 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT)................................................................ 36 DA-88 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) ............................................ 36 *� DA-89 2 TO 9 H.M.A.C. PAVEMENT (UTIL.. CUT)............................................................................... 37 DA-90 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) ............................. 37 DA-91 MAINTENANCE BOND (UTIL. CUT)....................................................................................... 37 DA-92 BRICK PAVEMENT (MISC. REPL.)......................................................................................... 37 ASC-2 -• .. PART DA - ADDITIONAL SPECIAL CONDITIONS DA-93 LIME STABILIZED SUBGRADE UTIL. CUT .... 37 DA-94 CEMENT STABILIZED SUBGRADE (UTIL. CUT)................................................................... 37 DA-95 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) ....................................................... 37 DA-96 "QUICK -SET" CONCRETE (UTIL. CUT)................................................................................. 37 DA-97 UTILITY ADJUSTMENT (UTIL. CUT)..................................................................................... 37 DA-98 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) .................... 38 DA-99 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) .................................................... 38 DA-100 CONCRETE CURB AND GUTTER (UTIL. CUT)....................................................................... 38 DA-101 PAYMENT (UTIL. CUT)........................................................................................................ . 38 : DA-102 DEHOLES (MISC. REPL.)........................................................................................................ 38 DA-103 CONSTRUCTION LIMITATIONS (MISC. EXT.)....................................................................... 39 DA-104 PRESSURE CLEANING AND TESTING (MISC. EXT.)............................................................. 39 ,! DA-105 BID QUANTITIES (MISC. REPL.)............................................................................................ 39 DA-106 LIFE OF CONTRACT (MISC. REPL.).................................................................................... 39 DA-107 DETERMINATION AND INITIATION OF WORK (MISC. REPL.)............................................ 39 DA-108 WORK ORDER COMPLETION TIME (MISC. REPL.).............................................................. 39 DA-109 MOVE IN CHARGES (MISC. REPL.)....................................................................................... 40 .. DA-110 PROJECT SIGNS (MISC. REPL.)........................................................................................... 40 DA-111 LIQUIDATED DAMAGES (MISC. REPL.)................................................................................ 40 DA-112 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.)............................................................... 40 .� DA-113 FIELD OFFICE..................................................................................................................... 40 DA-114 FLOWABLE FILL................................................................................................................... 40 DA-115 CONTRACT AWARD.............................................................................................................. 41 •.. DA=116' TRAFFIC CONTROL PLAN .....................:......... ... ..... 41 ASC-3 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS Not Used. DA-2 PIPELINE REHABILITATION CURED -IN -PLACE PIPE Not Used. DA-3 PIPE ENLARGEMENT SYSTEM VW A. GENERAL: 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 I' (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 "knife" may be aided by the use of hydraulic equipment or other �. apparatus, as specified in the approved methods. The replacement pipe is either pull d 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 specification is based on the prec {dent that the Pipe Bursting/Crushing system used has been pre -approved by the City of Fort orth Department of Engineering, and Fort Worth Water Department. 4. Quality Assurance: The Contractor shall be certified by the particular Pipe Bursting/Crushing system manufacturer that such firm is a licensed installer of their system. No other Pipe Bursting/Crushing system other than those listed in Section A.2. of these specifications is acceptable. VW a. 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. 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 No shall be performed by a qualified representative as determined by the pipe manufacturer. M. 5. Submittals: Submit for review and acceptance, the following Contractor's Work Plan and Drawings to the Department of Engineering (DOE): -1W ASC-4 ow law PART DA — ADDITIONAL SPECIAL CONDITIONS a. Shop drawings, catalog data, and manufacturer's technical data showing complete information on material composition, physical properties, and dimensions of new pipe and fittings. Include manufacturer's recommendation for handling, storage, and repair 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) Detail drawings and written description of the entire construction procedure to install pipe, bypass sewage flow and reconnection of sewer service connections. in ow 2) 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. .� 3) Certification of workmen training for installing pipe. 4) Television inspection reports and video tapes made after new pipe installation. N- 6. Delivery, Storage, and Handling: a. Transport, handle, and store pipe and fittings as recommended by manufacturer. b. If new pipe and fittings become damaged before or during installation, it shall be repaired as recommended by the manufacturer or replaced as required by the Project R Manager at the Contractor's expense, before proceeding further. C. Deliver, store and handle other materials as required to prevent damage. B. MATERIALS: 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 III, Class C, Category 5, Grade P34, and have a PPI (Plastic Pipe Institute) recommended designation of PE3408 and cell classification 345434C per ASTM D3350. The molecular weight ow 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 interior of the pipe shall be a light reflective color to facilitate closed circuit aw television 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 psi 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. ASC-5 s- V" PART DA - ADDITIONAL SPECIAL CONDITIONS Im d. Pipe supplied under this specification shall have a nominal Ductile Iron Pipe Size inside diameter. The Standard Dimension Ratio (SDR) and minimum pressure rating of the pipe shall be SDR 17 - 100 psi. Pipe with a lower SDR ratio and higher pressure rating U may be used in lieu of the minimum specified. 2. Tests: The Contractor shall be required to send submittals to the City of Fort Worth on the production material. No a. The pipe manufacturer shall provide certification that samples of the production product meets these specifications. The certification will state that production product has been „w tested in accordance with ASTM D2837, and validated in accordance with the latest revision of PPI TR-3. b. The pipe manufacturer shall provide certification that stress regression testing has been ,. performed on the specific product. Certification shall include a stress life curve per ASTM D2837 and testing shall have been performed in accordance with ASTM D2837. .. C. Rejection: Polyethylene plastic pipe and fittings may be rejected for failure to meet any of the requirements of this specification. C. SEWER SERVICE CONNECTIONS: w 1. Sewer Service Connections: Sewer service connections shall be connected to the new pipe by mechanical or fusion methods. Once the saddle is secured, a hole shall be drilled in the pipe .w the full inside diameter of saddle outlet. 2. Pipe Saddles: Mechanical saddles shall be made of polyethylene pipe compound that meets the requirements of ASTM D1248, Class C, have stainless 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 electrofusion branch saddles as manufactured by Central Plastics Company, or .. approved equal. 3. Connection to Existing Service: Connections to the existing sewer service connections pipe shall be made using flexible couplings. All flexible couplings shall conform to ASTM C425 and shall be as manufactured by Fernco Joint Sealer Co., DFW Plastics, Inc. 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. 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: 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 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 ASC-6 PART DA - ADDITIONAL SPECIAL CONDITIONS capacity and size to handle the flow without sewage backup occurring to facilities am connected to the sewer. 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. Im 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 cleaning 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 inspection 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. 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. C. 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. 4. Television Inspection: Inspection of the pipelines shall be performed by experienced personnel trained in locating 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", Part D - Special Conditions D-35 and D-38, respectively- E. PIPE ENLARGEMENT SYSTEM AND PIPE INSTALLATION: ASC-7 W PART DA - ADDITIONAL SPECIAL CONDITIONS MW 1. Site Organization: a. Insertion or access pits shall be located such that their total number shall be minimized aw 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 perform the work shall be located away from buildings so as of to create a noise impact. Provide silencers or other devises to reduce machine not a as needed to meet requirements. d. The actual pipe enlargement procedure shall commence prior to 11:00 AM in orderto afford the contractor ample time to complete all related work within the allotted workday, which 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 actual pipebursting lNork shall be started after 11:00 AM; all actual pipebursting activity shall cease at 6:00 I M. ,.. Other activities other than the actual pipebursting may continue after 6:00 PM. .. WM iA 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, i pipe separation, other deformities. Replacement pipe with gashes, nicks, abrasions, or any such physical damage which may have occurred during storage and/or handling, whic are larger/deeper than 10% of the wall thickness shall not be used and shall be removed fro the construction site. The replacement pipe passing through or terminating in a manhole sh�ll be carefully cut out in a shape and manner approved by the Engineer. The invert and benches shall be streamlined and improved for smooth flow. The installed pipe shall meet the le kage requirements of the pressure test specified later. 3. Pipe Jointing: a. Sections of polyethylene replacement pipe shall be assembled and joined site above the ground. Jointing shall be accomplished by the heating and system. in strict conformance with the manufacturer's printed instructions. b. The. butt -fusion system for pipe jointing shall be carried out in the field by operator$ 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 -fusion joint. All joints shall be made available for insp4ction ' by the Engineer before insertion. The replacement pipe shall be joined on the bite 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 pr 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 HDPE pipe. -- 4. New Pipe Installation: ASC-8 PART DA - ADDITIONAL SPECIAL CONDITIONS a. Thread winch cable or chain and associated lines through sewer section to be 'Am rehabilitated. 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. 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. b. Sealing the new pipe at manholes shall not begin for a minimum of ten (10) hours after w 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. C. Restore manhole bottom and invert. .. 6. Field Testing: a. Low Pressure Air Test of Replacement Pipe: After a manhole -to -manhole section of 2W sanitary sewer main has been pipe burst/crushed and prior to any service lines being connected to the replacement pipe, the pipe 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 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 ground water that may be over the pipe. 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: Im Wo we ASC-9 ■- PART DA - ADDITIONAL SPECIAL CONDITIONS 1. 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. 2. Service Reconnections: Installation of sewer service connections will be measured for payment by each actually reconnected to the installed pipe. Payment will be made for the qua tities measured at the unit price per each listed. Payment shall include required excavatio and backfill, saddles, flexible connections, and all other incidentals necessary to succe sfully reconnect sewer service lines to the rehabilitated sewer. Payment shall not include pav ment replacement, which if required, shall be paid separately. 3. Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic jet cleaning shall be performed by bucket machines. The payment for such cleaning shall be included in the bid item for Pre -Construction Television Inspection of Sanitary Sewer Lines. 4. By-pass Pumping: The Contractor shall provide diversion for the flow of sewage arou d the .. section or sections of pipe designated for rehabilitation. The pumps and by-pass lines s II 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 pipe enlargement. 5. Subsidiary Work: Any damage to utilities and property, resulting repairs, temporary service costs, etc. shall be borne by Contractor. Repair and/or replacement of fences, sprinklers stem piping and other such restoration work resulting from Contractor activities shall be consi, Bred WW 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 t4 pipe installation. j DA-4 FOLD AND FORM PIPE Not Used. DA-6 SLIPLINING Not Used. DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT Not Used. DA-7 TYPE OF CASING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated 'r Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 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: A. For the inside and outside of casing pipe, coal -tar protective coating in accordance witt the requirements of Sec. 2.2 and related sections in AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above. ASC-10 .r PART DA - ADDITIONAL SPECIAL CONDITIONS C. Minimum thickness for casing pipe used shall be 0.375 inch Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non -concrete pipes when installed in casing. Installation shall be as recommended by the manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR / CLEANOUT REPAIR Not Used. DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION Not Used. DA-10 MANHOLE REHABILITATION �. Not Used. DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION Not Used. DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM Not Used. w DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM Not Used. DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM Not Used. *' DA-15 INTERIOR MANHOLE COATING - RAVEN LINING 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 of the Manhole Rehabilitation Schedule, listed in Section I. Interior manhole coating shall meet the requirements of this Section, .., or of Section DA-12, DA-13, DA-14, DA-16 or DA-17. ASC-11 aw PART DA - ADDITIONAL SPECIAL CONDITIONS k___A C y Wo up rw 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 actor ance 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 h ve a minimum of one-half (1/2) specialty cement -based coating material (Quadex QM-1s or liner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Raven Ultra High -Build epoxy Coating, a two-part epoxy resin system using 100% solids Based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining system and designated as Raven 405. 3. Specialty Cement The specialty cement -based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification Contractors will completely identify the types of grout, mortar, sealant, and/or root c ntrol chemicals proposed and provide case histories of successful use or defend the choice of gr utng materials based on chemical and physical properties, ease of application, and expWed performance. These grouting materials shall be compatible with Raven 405 interior coating. The contractor shall be responsible for getting approval from Raven Lining systems and/or the {grout manufacturers for the use of these grouting materials. `W 5. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in aw accordance with the recommendations of the manufacturer and in such a manner as to mir imize 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 1W Engineer. Coating shall be performed only by certified applicators approved b the manufacturers. .. C. EXECUTION 1. General ASC-12 .. PART DA - ADDITIONAL SPECIAL CONDITIONS Manhole coating shall not be performed until sealing of manhole from frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2. Temperatures Normal interior coating operation shall be performed at temperatures of 40OF or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule. The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough, including the bench/trough. w b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, T SURFACE PREPARATION FOR MANHOLE RESTORATION. 2) Apply a minimum of one-half (1/2) inch specialty cement -based product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. 3) The surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water. Material shall be spray applied per 4W manufacturer's recommendations with a minimum thickness of 125 mils (0.125 inch). 4) After the walls are coated, the wooden bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required for the walls. aw 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to "' occur in side the manhole within 24 hours after application. 4. Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to touch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brushing the lining material over the area. All blisters and evidence of uneven cover shall be repaired according to the manufacturer's recommendations. Spot check of coating thickness may be made by Owner's Representative, and the contractor shall repair these areas as required, at no additional cost to the Owner. .. b. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA-21 — VACUUM TESTING OF REHABILITATED MANHOLES. ow D. MEASUREMENT AND PAYMENT .R 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, ASC-13 ow .i PART DA - ADDITIONAL SPECIAL CONDITIONS Im 4 supervision, materials, equipment all testing necessary to complete the work. Payment for grouting of pips seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually gro ted. DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER Not Used. DA-17 INTERIOR MANHOLE COATING -STRONG -SEAL -SYSTEM Not Used. DA-18 RIGID FIBERGLASS MANHOLE LINERS Not Used. DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION Not Used. DA-20 PRESSURE GROUTING b A. GENERAL 1. Scope. This Section governs all work, materials and testing required for the pressure grout g of manhole defects. Manholes or sections of manholes with active leaks shall be repaired as indicated in the Manhole Rehabilitation Schedule. 2. Description. The Contractor shall be responsible for the furnishing of all labor, supervision, mat pals, equipment, and testing required for the completion of pressure grouting of manhole defe is in accordance with the Contract Documents. 3. Manufacturer's Recommendations. Materials, additives, mixture ratios, and procedures utilizdd for the grouting process shall be in accordance with manufacturer's recommendations. 4. Manholes. Manholes to be grouted are of brick, concrete, or fiberglass construction. A. MATERIALS 1. Grouting Materials: a. Urethane Gel Grout Urethane gel grout, such as Scotch -Seal 5610 gel or equal shalli be a hydrophilic polymer. The chemical shall be mixed within the range of from 8 to 10 p of water and shall contain a reinforcing agent supplied by the same manufacturer. The m terial shall gel and cure to a tough flexible elastomeric condition. When wet, the gel shall hibit strength properties of at least 25 psi tensile at 150 percent elongation. The material sh II not change in linear dimension more than eight percent when subjected to wet and dry cycl b. The chemical grout shall be applied so as to have the grout material flow freely into the defects. To avoid any wastage of the material flowing through the defects, a gel control gent may be added. The following properties shall be exhibited by the grout: 1) Documented service of satisfactory performance in similar usage. 2) Controllable reaction times and shrinkage through the use of chemicals supplid by the same manufacturer. The minimum gel set time shall be established so' that adequate grout travel is achieved. 3) Resistance to chemicals; resistant to most organic solvents, mild acids and alkali_ ASC-14 PART DA - ADDITIONAL SPECIAL CONDITIONS C. 4) Compressive recovery return to original shape after repeated deformation. 5) The chemical shall be essentially non -toxic in a cured form. 6) Sealing material shall not be rigid or brittle when subjected to dry atmosphere. The material shall be able to withstand freeze/thaw and moving load conditions. 7) Sealing material shall be non -corrosive. a. A reinforcing agent such as Scotch -Seal Brand 5612 reinforcing agent or equivalent shall be utilized in accordance with manufacturer's recommendations. Any 5612 reinforcing agents which contain lumps must be discarded. Care must be taken to be sure that the pH of the water in the tank is from 5 to 9. As a precaution against the possibility of the pH being outside this range, take a small amount of water from the tank to which Gel Reinforcing Agent 5612 is to be added. Add a few drops of 5612 to this test sample. Scotch -Seal Brand Gel Reinforcing Agent 5612 should disperse readily. If precipitation occurs, drain the tank and retest. Repeat as necessary until dispersion occurs. If dispersion does not occur, do not use the water source. b. A filler material such as Celite 292 (diatomaceous earth) from Johns Mansville or equivalent shall be utilized. The addition of the filler material shall not exceed the quantity specified by the manufacturer, and continuous agitation of the water side of the mixture is required. The filler material may also be utilized as a reinforcing agent in accordance with the urethane gel grout manufacturer's recommendations........................................................................................ Additives: Grout additions may be utilized for catalyzing the gel reaction, inhibiting the gel reaction, buffering the solution, lowering the freezing temperature of the solution, acting as a filler, providing strength or for inhibition of root growth. 2. Root Control: A root inhibiting chemical such as dichlobenil shall be added to the chemical grout mixture at a safe level of concentration and shall have the ability to remain active within the grout for a minimum of 12 months. 3. Material Identification: Contractor shall completely identify the types of grout, mortar, 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 chemical grout and forming constituents, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that chemicals or gels produced by the chemicals 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 grout material and additives shall perform the grouting operations. EXECUTION 1. General. Manhole grouting shall not be performed until sealing of manhole frame and grade adjustments, partial manhole replacement, or manhole repairs are complete. 2. Preliminary Repairs: ww w ar .. .. a. ASC-15 �- PART DA - ADDITIONAL SPECIAL CONDITIONS a. Seal all unsealed lifting holes, unsealed step holes, voids larger than approximately one- half (1/2) inch in thickness. All cracked or deteriorated material shall be removed from the area to be patched and replaced with Octocrete, as manufactured by IPS Sys>Fems, ,■ Inc. or equal, in accordance with manufacturer's specifications. b. Cut and trim all roots within the manhole. 3. Temperature. Normal grouting operations including application of interior coating shall be performed in accordance with manufacturer's recommendations. ••� 4. Grouting Material Usage. Grouting of the manhole may include corbel, wall, pipe seals, manhole joints, wall to flattop joint, and/or bench/trough. Areas of the manhole designated to be gr uted will be directed by the Engineer. If entire manhole is scheduled for grouting, grouting shall in Jude the entire manhole including corbel, wall, pipe seals and bench/trough. Pipe seal grouting shall include all pipe seals in the specified manhole and grouting of the specified manhole including the bench/trough to the maximum height of 18 inches from the crown. r• 5. Drilling and Injection: a. Injection holes shall be drilled through the manhole wall at locations indicated i6 the appropriate detail(s). b. Grout shall be injected through the holes under pressure with a suitable probe. Inj ction pressure shall not cause damage to the manhole structure or surrounding surface fea ures. •� Grout shall be injected through the lowest holes first. The procedure shall be repeat until the manhole is externally sealed with grout. i c. Grouting from the ground surface shalt not be allowed. g d. Grout travel shall be verified by observation of grout to defects or adjacent injection Boles. Provide additional injection holes, if necessary, to ensure grout travel. e. Injection holes shall be cleaned with a drill and patched with a waterproof quick sating mortar for brick and concrete manholes. •s 6. Testing of Rehabilitated Manholes. Testing of rehabilitated manholes for water tightness shall be performed by the Contractor in the presence of the Engineer in accordance with the requirement of Section DA-21, VACUUM TESTING OF REHABILITATED MANHOLES of these specifications. .D. MEASUREMENT AND PAYMENT If the entire manhole is grouted, the Contract Unit Price shall be per vertical foot grouted as indicated on the Manhole Rehabilitation Schedule included in these specifications or as required by the Engineer. .. Payment for grouting pipe seals, bench and trough, and 18 inches above crown of pipe, and grouting flattop to wall joint, shall be based on the Contract Unit Price per each manhole rehabilitated as indicated on the Manhole Rehabilitation Schedule. The Contract Unit Price sh 11 be payment in full for performing the work and for furnishing all labor, supervision, mat rials, equipment, preliminary repairs and testing necessary to complete the work including groutin� with urethane grout. DA-21 VACUUM TESTING OF REHABILITATED MANHOLES Not Used. ASC-16 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-22 FIBERGLASS MANHOLES 13 C? DESCRIPTION: This item shall govern the furnishing and installation of fiberglass manholes. The location of these manholes are shown on the drawings. Each manhole shall be a one-piece unit manufactured to meet or exceed all specifications of ASTM D- 3753, latest edition, as manufactured by L.F. Manufacturing, Inc., Giddings, Texas, or approved equal. All manholes shall be "heavywall", % inch minimum wall thickness. GENERAL: 1. Resin: The resins used shall be a commercial grade unsaturated polyester resin or other suitable polyester or vinyl ester resin. 2. Reinforcing Materials: The reinforcing materials shall be commercial Grade "E" type glass in the form of continuous roving, and chop roving, having a coupling agent that will provide a suitable bond between the glass reinforcement and the resin. Interior Surfacing Material: The inner surface exposed to the chemical environment shall be a resin -rich layer of 0.010 to 0.020 in. thick. The inner surface layer exposed to the corrosive environment shall be followed with a minimum of two passes of chopped roving of minimum length 0.5 in. (13mm) to maximum length of 2.0 in. (50.8 mm) and shall be applied uniformly to an equivalent weight of 3 oz/ft. Each pass of chopped roving shall be well -rolled prior to the application of additional reinforcement. The combined thickness of the inner surface and interior layer shall not be less than 0.10 in. (2.5 mm) 4. Wall Construction Procedure: After inner layer has been applied the manhole wall shall be constructed with chop and continuous strand filament wound manufacturing process which insures continuous reinforcement and uniform strength and composition. The cone section, if produced separately, shall be affixed to the barrel section at the factory with resin -glass reinforced joint resulting in a one piece unit. Seams shall be fiberglassed on the inside and the outside using the same glass -resin jointing procedure. Field joints shall not be acceptable by anyone except the manufacturer. 5. Exterior Surface: For a UV inhibitor the resin on the exterior surface of the manhole shall have gray pigment added for a minimum thickness 0.125 in. 6. Stubouts and Connections: Stubouts shall be installed at locations shown on the drawings. Installation of SDR 35 PVC sewer pipe shall be performed by sanding, priming, and using resin fiber -reinforced hand layup. The resin and fiberglass 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. Manhole Bottom: Manholes shall ha v e resin fiber -reinforced bottoms. Bottom shall have a minimum of three 1Y2 in. deep x 3% 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. Fillers and Additives: Fillers, when used, shall be inert to the environment 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. V" ,. wr W V9 VW 1. ASC-17 w- PART DA - ADDITIONAL SPECIAL CONDITIONS C. MANUFACTURE: Manhole cylinders, manway reducers, and connectors shall be produced from glass fi polyester resin using a combination of chop and continuous filament wound process. 1. Interior Access: All manholes shall be designed so that a ladder or step system c#n 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 �f the manhole diameters through 60 inches. i r 3. Cover and Ring Support: The manhole shall provide an area from which a grade rings n 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: 1. Exterior Surface: The exterior surface shall be smooth with no sharp projections. Hand -work qW 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. 2. Interior Surface: The interior surface shall be resin rich with no exposed fibers. The surface shall be free of crazing, delamination, blisters 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 i ches in diameter and less than 0.0625-inch deep. Voids that cannot be broken with finger pre sure .,, and that are entirely below the resin surface shall be permitted if they are less than 0. -inch diameter and less than 0.0625-inch thick. 3. Repairs: All manhole repairs by the manufacturer shall result in a product which me is all requirements of this specification. Field repair of manholes will not be allowed. 4. Diameter Tolerance: Tolerance of inside diameter shall be +/- 1 % of required ma hole �. diameter. 5. Load Rating: The complete manhole shall have a minimum dynamic -load rating of 16,000 Ibf. 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 40,0 0 Ibf. 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 in table below when tested in accordance with ASTM D-3753 8.5 (note 1). HEIGHT - FT. FAY - PSI 3 - 6.5 0.75 7 -12.5 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 thf ough 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 fabrilmW 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. ASC-18 PART DA - ADDITIONAL SPECIAL CONDITIONS E. PHYSICAL PROPERTIES: Hoop Direction Axial Direction 1. Tensile Strength (psi) 18,000 5,000 ... 2. Tensile Modules (psi) 0.6 x 106 0.7 x 106 3. Flexural Strength (psi) 26,000 4,500 4. Flexural Modules (psi) 1.4 x 106 0.7 x 106 5. Compressive (psi) 18,000 10,000 F. QUALITY CONTROL: 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. G. As a basis of acceptance the manufacturer shall provide 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 required. Use of chains or cables in contact with the manhole surface is prohibited. 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: Backfill Material: Unless shown otherwise on drawings and approved by the Engineer, sand, crushed stone, or pea gravel shall be used for backfili around the manhole for a minimum n. 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 1W tamped to 95% Standard Proctor Density, unless otherwise approved by Engineer. Flooding ASC-19 .. 1W r� U. %w PART DA - ADDITIONAL SPECIAL CONDITIONS will not be permitted. Backfill shall be placed in such a manner as to prevent any wodging action against the fiberglass manhole structure. K. MARKING AND IDENTIFICATION: Each manhole shall be marked on the inside and outside with the following information: 1. Manufacturer's name or trademark 2. Manufacturer's factory location 3. Manufacturer's serial number 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, equipmer t and materials necessary for construction of the manhole including but not limited to joint sealing, lift hole sealing and exterior surface coating, concrete base, concrete invert, connections to ewer pipes, castings, backfill, unpaved surface restoration, and all appurtenant work. Paymen shall not include pavement replacement, which if required, shall be paid separately. 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 observatio and marking activity. In any event a street shall be completely marked a minimum of two (2) working days fore resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractors responsibility to notify the utility companies that he has commenced work o the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manhole and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the u ilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accord ngly. The following are utility contact persons: ' Company Southwestern Bell Telephone Texas Utilities Lone Star City of Fort Worth, Street Light and Signal Telephone Number 338-6275 336-9411 Ext. 2121 336-8381 Ext. 6982 871-8100 Contact Person "Hot Line" Mr. Roy Kruger Mr. Jim Bennett Mr. Jim Bob Wakefield �• Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drai and Water Department facilities, one traffic lane at a time within five (5) working days after completing the lay ng 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. F�-• ASC-20 I-W PART DA - ADDITIONAL SPECIAL CONDITIONS The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required saw cut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul -off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C. "Type D" mix as per specification No. 300 "Asphalts, Oils and Emulsions", Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities and top soil as per specification item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion. If the contractor fails to complete the work within fourteen (14) calendar days, $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul -off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work. DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE .. am The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable sub -base. The total depth of excavation could range from a couple of inches .. to include the surface -base -some sub -base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with "Type D" surface mix. This item will always be used even if no base improvements are required, The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 6". Before the patch layers are applied, any loose material, mud ASC-21 -- PART DA - ADDITIONAL SPECIAL CONDITIONS and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placem nt of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions f the " mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling pro ess. All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions", 304 " Orime Coat", and 312 "Hot -Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-27 GRADED CRUSHED STONES Not Used. DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE Not Used. DA-29 BUTT JOINTS - MILLED Not Used. DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) Not Used. DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER This item shall include the removal and reconstruction of existing concrete valley gutters at locations jo be determined in field: Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary .. excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot -Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "FI xible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement ano 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 expedite the work at locations identified in the field. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square !inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. w........... ................................................................................................................................................................ L...... 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. ASC-22 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-32 NEW 7" CONCRETE VALLEY GUTTER Not Used. DA-33 NEW 4" STANDARD WHEELCHAIR RAMP Not Used. DA-34 8" PAVEMENT PULVERIZATION Not Used. .. DA-35 REINFORCED CONCRETE PAVEMENT OR BASE 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, MP A. GENERAL: a. Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except for finishing and curing. B. FINISHING: The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The surface shall be flush with the adjacent pavement and shall have a finish similar to the surrounding pavement. The surface shall be even and shall provide a smooth ride. C. CURING: The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing compound conforming to the requirements of ASTM C-309, Type 2, white -pigmented compound, which shall not produce permanent discoloration of the concrete. Concrete shall be allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades. D. EXECUTION: ar Included in this item will be the removal of the existing reinforced concrete pavement. The existing pavement shall be sawed so as to maintain an even, straight pavement cut. The existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the new reinforced concrete pavement. The existing i steel shall be thoroughly cleaned before lapping. The following work method will be performed on each utility cut: 1. Place safety signs, barricades and/or other warning devices where necessary and as required. 2. Replace pavement to nearest joint. „* 3. Mark out the damaged area with keel, chalk line or paint being sure to include all areas requiring repair. 4. Saw cut along marked lines a minimum of two (2) inches deep. 5. Remove existing concrete. 6. Form joints and place reinforcing steel and Dowel Bars (as required) according to standard specifications. ASC-23 no PART DA - ADDITIONAL SPECIAL CONDITIONS 7. Place and finish concrete. 8. Cleanup job site, removing all debris. 9. Maintain traffic control devices to protect the area until the concrete has cured seven days or reaches 3000 psi compressive strength. VW E. PAYMENT: Payment shall be made at the unit price per linear foot as shown on the proposal and shall be full aw compensation for furnishing all labor, materials, equipment tools and incidentals necessary to complete the work. DA-36 RAISED PAVEMENT MARKERS Not Used. DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL: Where known by the design engineer, the locations of potentially petroleum contaminated material soil) that may be encountered during excavation and/or construction activities will be shown on the plans For all locations where material is excavated and suspected of being contaminated with petroleum proc ucts, .& whether known or not, these special conditions are to be followed. The contractor is also to follow all applicable Federal. State and Local regulations when handling known or suspect contaminated mat rials (soils). VW 1. WORK INCLUDED a. Excavation, stockpiling and testing of Potentially Petroleum Contaminated Material. b. Removal, testing, and disposal of petroleum contaminated groundwater. c. Obtaining and paying for required permits. d. Hiring of qualified environmental professional consultant(s). Contractor will be required to submit the environmental consultant's experience and qualifications to the City prior to beginning work in areas of Potentially Petroleum Contaminated Material. e. Hiring of qualified environmental sampling professionals that will collect and submit samplLIs to the applicable City of Fort Worth testing laboratory. The City of Fort Worth's Department of Environmental Management for coordination of laboratory testing. ,m 2. REFERENCES a. All applicable OSHA regulatory requirements. b. All applicable Environmental Protection Agency (EPA) regulatory requirements. c. All applicable State of Texas regulatory requirements. d. All applicable City of Fort Worth (City) regulatory requirements. e. All applicable NIOSH standards. f. All applicable TNRCC requirements. '� ASC-24 PART DA - ADDITIONAL SPECIAL CONDITIONS 3. SUBMITTALS a. The contractor shall prepare and submit to the City's Department of Environmental Management, Senior Specialist in Compliance, plans for handling Potentially Petroleum Contaminated Material -• (PPCM) not less than 30 days prior to commencing excavation. b. The Contractor shall take necessary precautions while performing this project. Contractor shall not commence PPCM work (1) Contractor's submittal for dealing with PPCM is reviewed by the City and (2) the plans (i.e., drawing and description) for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the City (3) and acceptable stockpile area is identified by the Contractor. c. Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City. The PPCM Handling Plan shall include the detailed sequence of construction including proposed excavation and handling' w methods, proposed carriers for contaminated materials, waste disposal site, and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource 4W Conservation Commission (TNRCC). d. Contractor shall submit actual limits of PPCM excavation, as prepared by his qualified environmental consultant(s) and testing lab. e. Contractor shall submit for review the proposed carrier pipe material to be used with the actual limits of PPCM excavation, including pipe gasket and carrier pipe coating or liner. B. PRODUCTS: 1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation, including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration. C. EXECUTION: 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Areas suspected of having petroleum contaminated material (soils) are shown in on the engineering drawings. b. In areas other than those noted on the plans and where potentially petroleum contaminated materials are either detected or suspected, the City of Fort Worth and the Engineer should be notified immediately and the work should proceed in accordance with this section. 2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Care should be taken during all excavation and dewatering activities to identify areas potentially .. contaminated by petroleum. b. When a petroleum odor is encountered during excavation or when there is visual evidence of potentially petroleum contaminated soil, the Contractor shall notify the Engineer without delay. .. c. The Contractor shall have retained the services of an environmental consultant who shall be present at the site to screen suspect soil with a photo -ionization detector (PID) or a flame VW ionization detector (FID). A reading of 20 ppm above ambient conditions or greater on PID or FID tested soil sample will be considered potentially petroleum contaminated. The soul sample ASC-25 aw PART DA - ADDITIONAL SPECIAL CONDITIONS I w should be a recent sample from the excavation face. The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid. The City of Fort Worth Department of Environmental Management will be notified prior to all sample collection and submittal tb the current testing laboratory identified by the City. The PID or FID tests should be performed in a confined location. Soils producing a reading of less than 20 ppm above ambient will not be considered potentially petroleum contaminated. The PID or FID shall be calibrated according to manufactures instructions. d. Water encountered during excavation or dewatering shall be considered to be potehbally contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil that appears visually to aw be contaminated by hydrocarbons or at any time the Contractor has reason to believe that hydrocarbon contamination may have occurred. The Contractor shall immediately notify the City and the TNRCC whenever contaminated water is encountered. e. 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 stockpili g 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 sary piing preservation and analyses shall conform to published and recognized standards. i c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petleum 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, Lo ding, Transportation, and Disposal of Contaminated Soil. e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as backfill mate ial, 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 appro Nate state regulation. PPCW shall be tested no later than 15 days prior to extraction. PPCW shall, if necessary, be treated in an appropriately sized oil/water separator, air stripper or GAC canisters. Contractor shall have his testing laboratory determine that the oilfwater separator treated discharge is within the limits established by the TNRCC's regulations before being allowed to ASC-26 PART DA - ADDITIONAL SPECIAL CONDITIONS discharge (discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test reports to the City. c. Alternatively, the Contractor may dispose of contaminated water, after appropriate pretreatment, into the sanitary sewer collection system. It shall be the responsibility of the Contractor to obtain the necessary permit(s) and to perform all testing required by the City of Fort Worth Pretreatment Services Division. d. All treated water shall be discharged into a Contractor supplied Frac Tank, sampled, and analyzed before discharge into the sewer system. e. The product that is recovered shall be disposed of in accordance with all applicable regulations. Any phase separate product recovered from the oil/water separator and air stripper shall be transported in accordance with Department of Transportation rules and regulations for flammable products. When transporting product for disposal, transportation shall also be performed by a licensed carrier. The Contractor is responsible for proper manifesting of the material from the site to the waste disposal facility. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. 5. HANDLING VAPOR CONCENTRATIONS a. In order to maintain safe working conditions, the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL). During construction, measures should be taken to maintain LEL levels below 20 percent in all working areas. b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a LEU02 meter should continuously operate in the working area. The CGI should be properly calibrated and should have an alarm that sounds if 20 percent LEL is reached. Monitoring data from the GCI should be recorded periodically to determine if ventilation or other methods are effective. In the event local health and safety agencies require more stringent monitoring, the local regulations must be implemented, D. MEASUREMENT AND PAYMENT: Payment for handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for any permits required, hiring the services of a qualified professional environmental consultant(s), environmental issues, stockpiling and all issues included and incidental to this section will be full compensation for all labor, equipment, materials, and supervision. Measurement and Payment for this section will be per linear foot of trench excavated where the excavated material is handled as a contaminated material. No separate payment will be made for handling of contaminated water, vapor concentrations, sampling, stockpiling, etc. DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL A. GENERAL: This item has been established for the loading, transportation and disposal of contaminated soils in a State of Texas approved disposal site (landfill) to handle special wastes (petroleum contaminated soils). A bid item has been established in the proposal for the proper loading, transportation and disposal of the material to a designated site and the quantity established is the engineers best estimate of the quantity that may be removed. This quantity may vary depending upon actual conditions and testing results. The unit price bid will not be increased regardless of the actual amount of material disposed and may be decreased if a larger volume of material, than that listed in the bid proposal, results in a unit cost reduction for disposal. as W9 a so arF ASC-27 409 PART DA — ADDITIONAL SPECIAL CONDITIONS ow B. WASTE MANIFESTS: Im .- Any and all non -hazardous liquid and petroleum substance waste removed from the site of generation and transported for treatment and/or disposal must be accompanied by a waste shipment record/manifest detailing required generator, transported, destination and waste description information. These results may not be uniform throughout the entire site. For all petroleum substance waste, the waste shipment record utilized shall be the TNRCC PETROLI�UM- SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall be responsib� for obtaining, originating and maintaining manifests in accordance with federal and state laws. The Contractor shall sign the manifests forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount of �aste removed from the site and received by the treatment/disposal facility. The Contractor 1 shall immediately resolve any manifest discrepancies. Completed Manifests shall be returned to th4 City Department of Environmental Management within 90 days of shipment. C. MEASUREMENT AND PAYMENT: Payment for this item shall be made per in place cubic yard of contaminated soils that are loaded, transported and disposed of in an approved special disposal site. No separate payment will be made for loading, transportation and disposal of contaminated ground waters collected; these costs considered subsidiary to DA-37, POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in the Contractor's bid submittal and approved by the City of Fort Worth Department of Environmental Management prior to contract award. Contractor shall be responsible for all landfill costs, including, but not limited to landfill fees, transportationsts and landfill operator requested analytical testing and waste characterization. DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC A. GENERAL: General Conditions, Supplemental Conditions, applicable requirements of Division 1 - General Requirements and the North Central Texas Council of Governments (NCTCOG) Standard Specifications, are hereby made a part of this section. 2. This item shall govern for the installation of rock riprap of the various sizes shown on the plans. B. DESIGN CRITERIA: 1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the channel bottom is not stable, the design shall incorporate other requirements needed to stabilize the revetment toe. 2. The channel side slope shall be as shown on the drawings. ..r 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 proteption. See cross sections. -. C. PRODUCT: 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 ASC-28 PART DA - ADDITIONAL SPECIAL CONDITIONS to increase deterioration. Rock shall be reasonably well graded between the following prescribed limits: Sieve Size (Square Mesh) Percent Passing 24" 24 inch 100 Riprap 18 inch 80-90 12 inch 45-55 6 inch 0-20 Sieve Size (Square Mesh) Percent Passing 18" 18 inch 100 Riprap 12 inch 60-85 6 inch 15-45 3 inch 0-15 2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid cubic foot (min.) calculated from the bulk specific gravity (saturated surface dry). 3. FILTER FABRIC BLANKET: Approved Manufacturer:.... ........... P ..... $,pa0.-.H2a1ry..Grade.$NP...(.UV).......................................... • Trevira 011/280 • Amoco 4553 4. RIPRAP GROUTING • or Equal Heavy Grade a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand, manufactured sand, or a combination of natural and manufactured sands. The grading and uniformity of the fine aggregate shall conform to the following requirements as delivered to the mixers: Sieve Designation, U.S. Permissible Limits Standard Square Mesh Percent by Weight. Passing 3/8 in. (9.5 mm) 100 No. 4 (4.75 mm) 95 -100 No. 8 (2.36 mm) 80 - 95 No. 16 (1.18 mm) 55 - 75 No. 30 (600 um) 30 - 60 No. 50 (300 um) 12 - 30 No. 100 (150 um) 2 -10 D. EXECUTION: 1. CONSTRUCTION: a. The channel side slope and the toe excavation shall be prepared to the required lines and grades. F b. Filter fabric and riprap shall be placed in succession to the required thicknesses and elevations. Riprap shall be hand placed around structures to prevent damage to the structures. low as -W s as ASC-29 4W V0 PART DA - ADDITIONAL SPECIAL CONDITIONS 2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be placed in the manner and at the locations shown on the drawings. At the time of installation, the geotextile shall be rejected if it has defects, rips, holes, flaws, deterioration or damage incurred during manufacture, W, transportation or storage. The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions, depressions, debris, and soft or low density pockets of material. Erosion features such as rills, gullies, etc. must be graded out of the surface biefore geotextile placement. The geotextile shall be placed with the long dimension perpendicular tlo the centerline of the channel and laid smooth and free of tension, stress, folds, wrinkles, or creases. The strips shall be placed to provide a minimum width of 24-inches of overlap for each joint. Temporary pinning of the textile to help hold it in place until the rock riprap is placed. The .. temporary pins shall be removed as the riprap is placed to relieve high tensile stress which may occur during placement of material on the geotextile. The specified placement procedure requires that the length of the geotextile be greater than the actual slope length. The Contractor shall adjust the actual length of the geotextile used based on initial installation experience. The geotextile' shall be protected at all times during construction from contamination by surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile. Any geotextile damaged during its installation or during placement of riprap shall be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that the covering of the geotextile with a layer of the specified material is accomplished within seven (7) calendar days after placement of the geotextile. Failure to comply shall require replacement of geotextile. The geotextile shall be protected from damage prior to and during the placement of rock riprap. Before placement of gabion units, the Contractor shall demonstrate that the placement techniquO 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 practicable percentage of voids and shall be constructed within the specified tolerance to the lines and grades -t 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 ovoid displacing the fabric. The larger stones shall be well distributed and the entire mass of sto 'es 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 ddsired distribution of the various sizes of stones throughout the mass shall be obtained by sel ctive loading of the material at the quarry or other source, by controlled dumping of successive oads 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 4,xtent 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 a, durable grout, as determined by the ENGINEER. Sand for grouting shall conform to the requirerpents 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 wit 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 .. ASC-30 ow PART DA - ADDITIONAL SPECIAL CONDITIONS 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. D. MEASUREMENT AND PAYMENT 1. FILTER FABRIC:.... Filter fabric will be measured by the square yard for material used including that required at toes and thickened edges of riprap. Payment for filter fabric will be made at the contract unit price per square yard which includes all plant, labor, material, and all installation costs in -place, complete. 2. STONE RIPRAP: Stone (rock) riprap will be measured by the cubic yard using actual plan 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. +F 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. Li 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. Aw 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 Iwo reasonably smooth surface. 3. PAYMENT: Payment for concrete riprap in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used. Bid price will be full compensation for placing all materials, and for all labor, tools, equipment, and incidentals necessary to complete the work. ASC-31 s PART DA - ADDITIONAL SPECIAL CONDITIONS Payment for all necessary excavation below natural ground, and bottom or slope of the excavated channel will be included in the bid price. DA-41 CONCRETE CYLINDER PIPE AND FITTINGS Not Used. ub DA-42 CONCRETE PIPE FITTINGS AND SPECIALS Not Used. DA-43 UNCLASSIFIED STREET EXCAVATION Not Used. DA-44 6" PERFORATED PIPE SUBDRAIN Not Used. DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the removal and replacement of existing concrete sidewalk due to failure or in sit ' tion where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul -off of the removed material to a suitable dumpsite. For specifications governing this item see Item No. 104 "Removing .. Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies and incidentals necessary to complete the removal and replacement work. w,. DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION • Not Used. 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 E' repair equal to or superior in composition, thickness, etc., to existing pavement. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with crushed limestone base material, compacted and level with the finished adjacent surface. This finished rade 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 timd and +� made a part thereto. Any easements and/or permits, both temporary and permanent, not obtained by the tine of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions than may have been imposed on these easements and permits. a Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. hi the event additional work room or access is required by the Contractor, it shall be the Contractor's ASC-32 .r PART DA - ADDITIONAL SPECIAL CONDITIONS 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 Not Used. DA-50 CONCRETE ENCASEMENT s Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material '"` necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material .� necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION Not Used. DA-53 OPEN FIRE LINE INSTALLATIONS 4„ Not Used. DA-54 WATER SAMPLE STATION Not Used. +s DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified. a. INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. to SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the f appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502. ASC-33 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-56 SHOP DRAWINGS Not Used. DA-57 COST BREAKDOWN Not Used. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY Not Used. DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP Not Used. DA-60 ASPHALT DRIVEWAY REPAIR Not Used. DA-61 TOPSOIL Not Used. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT Not Used. DA-63 BID QUANTITIES Not Used. 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 jurisdicti n of the Texas Department of Transportation (TxDOT), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein. All work performed in the Tex -Dot right-of- way shall be performed in compliance with and subject to approval from the Texas Departmett 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 Transport6rtion and Public Works Department. i DA-66 NON-EXCLUSIVE CONTRACT I This contract is non-exclusive. During the term of this contract or any renewal hereof, the City reserves th right to advertise and award another contract for like or similar work. If a second contract is awarded, the City fr her reserves the right to issue work orders under either contract as it deems in its best interest, without recours DA-67 CONCRETE VALLEY GUTTER s ASC-34 PART DA - ADDITIONAL SPECIAL CONDITIONS Not Used. DA-68 TRAFFIC BUTTONS Not Used. DA-69 PAVEMENT STRIPING Not Used. DA-70 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 F" 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 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. eJ DA-71 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-72 RELOCATION OF SPRINKLER SYSTEM BACK -FLOW PREVENTOR/CONTROL VALVE AND BOX 4W Not Used. *W DA-73 RESILIENT -SEATED GATE VALVES Not Used. 40 DA-74 EMERGENCY SITUATION, JOB MOVE -IN The Owner or Engineer shall determine when an emergency situation shall exist. When water emergency work +� is required, the Contractor shall mobilize to the said location within twenty-four (24) hours after given notification from the Inspector and/or Project Manager. The Contractor shall make all necessary arrangements for bypass pumping, setting up barricades, notifying citizens, etc., while waiting for other utilities to be located as directed by the Engineer. The Contractor shall work continuously until the emergency work order has been completed at a time agreed to by the Project Manager, Inspector, and Contractor. After the emergency work order has been ASC-35 PART DA - ADDITIONAL SPECIAL CONDITIONS completed, there will be no additional "Job Move -In" charges paid to remobilize back to the previous project location site. DA-75 1 '/7" & 2" COPPER SERVICES Not Used. DA-76 SCOPE OF WORK (UTIL. CUT) Not Used. DA-77 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) Not Used. DA-78 CONTRACT TIME (UTIL. CUT) Not Used. DA-79 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) Not Used. DA-80 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) Not Used. DA-81 LIQUIDATED DAMAGES (UTIL. CUT) Not Used. DA-82 PAVING REPAIR EDGES (UTIL. CUT) Not Used. DA-83 TRENCH BACKFILL (UTIL. CUT) Not Used. DA-84 CLEAN-UP (UTIL. CUT) Not Used. DA-85 PROPERTY ACCESS (UTIL. CUT) Not Used. DA-86 SUBMISSION OF BIDS (UTIL. CUT) Not Used. DA-87 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) Not Used. DA-88 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) ASC-36 PART DA - ADDITIONAL SPECIAL CONDITIONS Not Used. DA-89 2 TO 9 H.M.A.C. PAVEMENT (UTIL. CUT) Not Used. DA-90 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) Not Used. DA-91 MAINTENANCE BOND (UTIL. CUT) Not Used. DA-92 BRICK PAVEMENT (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 specifications 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 mixture. The sand used shall conform to ASTM C33 excluding all stone screenings that may pass the C33 sieve analysis. 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 brick pavers have been installed they will be vibrated into the sand bed. Sand conforming to C33 will IF - then be swept into joints and vibrated again. All brick shall be installed per the manufacturer's recommendations. The resulting repair shall provide a smooth driving surface and match all applicable street grades, cross slopes, and crowns. The price bid per linear foot for "BRICK PAVEMENT REPAIR" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. DA-93 LIME STABILIZED SUBGRADE (UTIL. CUT) Not Used. DA-94 CEMENT STABILIZED SUBGRADE (UTIL. CUT) Not Used. DA-95 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) Not Used. DA-96 "QUICK -SET" CONCRETE (UTIL. CUT) Not Used. DA-97 UTILITY ADJUSTMENT (UTIL. CUT) Not Used. Im or .. W AW ASC-37 low s PART DA - ADDITIONAL SPECIAL CONDITIONS DA-98 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) Not Used. DA-99 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) Not Used. DA-100 CONCRETE CURB AND GUTTER (UTIL. CUT) Not Used. DA-101 PAYMENT (UTIL. CUT) Because of the unique nature of this contract, C8-8.5 PARTIAL ESTIMATES AND RETAINAGE of the General Conditions shall not apply and shall be superseded by the following: (Please initial below) 1 Whenever the improvements prescribed by an individual Work Order have,been completed, the Contractor shall notify the Engineer. The Engineer or other appropriate official of the Owner will, within a reasonable Jtime, perform the inspections. If such inspection reveals that the improvements are in an acceptable condition and have been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will recommend acceptance of the work under that particular Work Order and recommend payment therefore. If the Engineer finds that the work has not been completed as required, he shall so advise the Contractor in writing, furnishing him an itemized list of all known items which have not been completed or which are not in an acceptable condition. When the Contractor has corrected all such items, he shall again notify the Engineer that the improvements are ready for inspection, and the Engineer shall proceed as outlined above. Whenever the improvements prescribed by the individual Work Order have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, an estimate showing _ the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. The amount of the estimate will be paid to the Contractor after acceptance by the Water Department Dir' ctor, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Pr or 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 laborand/or materials under that Work Order have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the individual payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under that Work Order or any act or neglect of said City relating to or connected with the Contract. The making of the payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. �+ Bidder's Initials DA-102 DEHOLES (MISC. REPL.) The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order together with a sketch. The location and dimensions shown on the plans relative to other existing utilities are based oh the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be ASC-38 r PART DA - ADDITIONAL SPECIAL CONDITIONS considered as the nonexistence of, or a definite location of, existing underground utilities. It shall be -the ~` Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the dehole process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities resulting from the Contractor's operations, shall be restored at his expense. Payment for work such as backfill and all other associated appurtenants required, shall be included in the price of the appropriate bid item. DA-103 CONSTRUCTION LIMITATIONS (MISC. EXT.) Not Used. DA-104 PRESSURE CLEANING AND TESTING (MISC. EXT.) Not Used. DA-105 BID QUANTITIES (MISC. REPL.) Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C44.3 conflicts with this provision, this provision controls. No claim will be considered for lost or _ anticipated profits based upon differences in estimated quantities versus actual quantities. DA-106 LIFE OF CONTRACT (MISC. REPL.) ar 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-107 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) The Engineer shall determine and designate to the Contractor the location of the service main requiring replacement by a Work Order together with a sketch for each such replacement, giving the limits, size and nature of work required. The Engineer will notify the Contractor that a Work Order is ready and fax the Contractor a copy of the Work Order notification. The Contractor is to provide his fax number to the Engineer at the pre -construction conference. Single or several Work Orders may be issued at one time. The Contractor shall initiate work on a replacement within seven (7) working days of the date the Work Order is faxed to the Contractor, and continue work on the Work Order until it has been completed, not including paving. The Contractor shall furnish and supply sufficient equipment and personnel to complete the Work Order in the amount of time provided for in the Work Order. Should the Contractor fail to start any Work Order within the time specified, he shall add the necessary work crews and equipment to prosecute the work to complete the Work Order or Work Orders in the time provided therefore. DA-108 WORK ORDER COMPLETION TIME (MISC. REPL.) Should the contractor fail to complete an individual work order in the given amount of calendar days as specified on each individual work order, liquidated damage charges as prescribed in Part C - General Conditions C7-7.10 ASC-39 a. .. s PART DA - ADDITIONAL SPECIAL CONDITIONS Time of Completion will be subtracted from the final pay estimate of that particular work order. The esti ated amount for each particular work order will be used for determining the amount of damages charged per cal ndar day of time exceeding the specified amount. The first two paragraphs of Part C - General Conditions C7-7.10 Time Of Completion shall be replaced with the following: The time of completion of each individual work order in an essential element of this contract. Each work order issued will have the maximum allowed number of calendar days allowed for the completion of that specific work. DA-109 MOVE IN CHARGES (MISC. REPL.) A Work Order may contain one or more locations. One move -in fee will paid to the contractor per Work Order issued. Locations for multiple sites per Work Order will be in the same general vicinity, if possible, and if so, only one mobilization charge will be paid. When water and sewer work are required only the water move in fee will be paid. At no time will both fe s be paid for one specific location. DA-110 PROJECT SIGNS (MISC. REPL.) Project Signs are required at all locations which will be under construction for more than thirty (30) cal ndar days as indicated in Part B Proposal. Project Signs shall be in accordance with Figure 30 (dated 9-18-96) f the General Contract Documents. The signs may be mounted on skids or on posts. The exact locations and methods of mounting shall be approved by the engineer. Any and all costs for the required materials, labo , and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the p oject and no additional compensation will be allowed. DA-111 LIQUIDATED DAMAGES (MISC. REPL.) The Contractor shall pay liquidated damages of one hundred dollars ($100.00) per day per Work Order, for failure to begin a Work Order within the seven (7) working days of the date the Work Order is faxed to the Contractor. Failure to complete project within the stipulated construction time on the Work Order, the Cont?, ctor will pay liquidated damages in the amount stipulated in these contract documents. I. .- DA-112 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) Because of the unique nature of this contract, the number of trench safety system designs required is not k own at the time bids are received. While the contractor is still bound by the latest version of the U.S. Departm nt of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P-Excavatio s as detailed in D-26 Trench Safety System, it is the City's intention that all costs incurred by the Contrac or.in acquiring trench safety designs be included in the unit price bid for Job Move in. DA-113 FIELD OFFICE Not Used. DA-114 FLOWABLE FILL .. 1. Description: The flowable fill material shall be mixed on site, free flowing and self -leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting. Material shall be capable of supporting foot traffic in less than twenty (20) minutes after the pour reaches finished grade and shall ,- ASC-40 .v *0 PART DA - ADDITIONAL SPECIAL CONDITIONS be ready to receive a concrete cap in less than eighty (80) minutes, regardless of site and weather "" conditions. The flowable fill material shall have an in place density of not less than 95 and not more than 115 Ibs.lcu. ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels. The height of free fall of the flowable fill shall not exceed four (4) feet. 2. Material Specifications: Flowable fill shall consist of: A. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as �• necessary). B. Aggregates meeting ASTM C-33 C. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm Drain Construction Item 406 D. Flyash, Class C or F, meeting ASTM C-618 E. Admixtures 1) Mineral admixtures will be pozzolanic r.. 2) Chemical admixtures shall be in liquid or powder form used in standard ready -mix concrete products unless specifically designed for flowable fill. Permissible types of admixtures are: a. High air generators, as manufactured by Grace Construction Products or approved equal, which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength. b. Air entraining admixtures conforming to ASTM C-260. c. High range water reducers conforming to ASTM C-494 Type F or G. d. Accelerating admixtures conforming to ASTM C-494, Type C. 1. Non -chloride, non -corrosive accelerators used where metals are present in concrete or embedded members. 2. Calcium chloride. DA-115 CONTRACT AWARD am 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. -01 Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C443 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. A Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $ 1,000,000 shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be no 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 but will in no case exceed $ 1,000,000. DA 116 TRAFFIC CONTROL PLAN ar Traffic'.contral..ahall;beir' accordancewltfr,itemD=8of;:the�Special`Conditlofis ASC-41 GENERAL CONSTRUCTION NOTES 1. Applicable design and details shall conform to "General Contract Documents and Specifications for Water Department Projects" (GCD) effective July 1, 1978, with the latest revisions. 2. All horizontal blocking, cradle blocking, and vertical tie -down blocking to be in accordance with Fig.(s) 9, 10, and 1 Iof the GCD. 3. Fire hydrants shall be located a minimum of 3'-0" behind the face of curb per Fig. 5 GCD. 4. All gate valve installations for sizes up to 12" are to be per Fig. 3 GCD and sizes 16" and larger Fig. 4 GCD. 5. The proposed water and/or sewer mains at times will be laid close to other existing utilities and structures both above and below the ground. The contractor shall make necessary provisions for the support and protection of all utility poles, fences, trees, shrubs, gas mains, telephone cables, TU cables, drainage pipes, utility services, and all other utilities and structures both above and below the ground during construction. It is the contractor's responsibility to notify all utility owners prior to any construction in the area and verify the actual location of all buried utilities that may or may not be shown on the plans. The contractor shall preserve and protect all underground and overhead facilities and be responsible for any damage he may cause to them. The Contractor shall contact the following @ least 48 hours prior to excavating at each location: Fort Worth Water Department Field Operations Kristian Sugrim 817-212-2649 or 817-925-2271 Scott Neystel 817-212-2642 or 817-994-8663 Fort Worth Transportation & Public Works Light and Signal Division Dwayne Cox 817-871-8100 Roger Martin 817-871-8100 Fort Worth Transportation & Public Works (Storm Drain locates) Gordon Couch 817-871-8100 Lone Star Gas Company Metro (214) 263-3444 Texas Utility Service Company 336-2328 Southwestern Sell Telephone Company Enterprise 9800 Texas One Call -Fiber Optics Location (MCI, AT&T, Sprint, etc.) Marcus Cable T.V. 1-800-245-4545 737-4731 6. Contractor shall verify the elevation, configuration, and angulation of existing line ` prior to construction of tie-in materials. Such verification shall be considered as subsidiary cost of project and no additional compensation will be allowed. Elevation adjustments at connections may be made with bends, offsets, or joint deflections. All nonstandard bends shall be made using the closest standard M.J. fittings with the required joint deflections.(deflections not to exceed manufacturer's deflection per joint) 7. Contractor shall keep at least one lane of traffic open at all times during construction T and access to all places of business and residence at all times. (reference C6-6.5 GCD) 8. No excavated materials, backfill materials, equipment, or supplies shall be stored within floodways or drainage easements. (reference C6-6.6 GCD) 9. Trenches which lay outside existing or future pavements shall be backfilled above the top of the embedment with Type "C" backfill material. When Type "C" backfill material is not suitable, at the direction of the Engineer, Type "B" material shall be used. All backfill material shall be compacted to a minimum of 90% proctor density by means of tamping only. Trenches which cross under existing or future pavement shall be backfilled per Fig. "A" with 95% proctor density by jetting, tamping, or a combination of such methods. 1 O.Rim elevations of the proposed sanitary sewer manholes in repaved streets are shown as final finished grades in these plans. They shall be constructed to 15" below final finished grade by utility contractor and adjusted by paving contractor in accordance with Fig. M of the special contract documents. Concrete collars shall be installed r` where indicated on the plans per Fig. 121 of the special contract documents. Manhole inserts shall be installed in all standard four foot and standard four foot drop access manholes per E-100-4 of the special contract documents. Standard four foot diameter manholes shall be in accordance with section E2A, Fig. 103 and Fig. 104 GCD, standard four foot drop access manholes per Fig. 107 GCD, and shallow manholes per Fig. 106 GCD. 11.The top of the water lines shall be a minimum of 3'-6" below the top of the curb for ., 12" and smaller mains except where otherwise shown on these plans. 12.All water meters shall be placed or relocated 3'-O" behind the face of the proposed curb or as directed by the Engineer. 13.All existing water services shall be replaced with 1" minimum copper tubing unless a -• larger size is indicated on the plans. Corporation stops shall be fully opened prior to trench backfill. Curb stops with lock wings shall be tested for full flow when the system is pressure tested. Extend 1" water services to those lots where no water services have been extended to. Locate these services at normal locations or as directed by the Engineer. " a.The normal location of water service lines shall be 5' east or north of the center of the property frontage. b.For 40' or less lot frontage, all water services shall be placed 18" from the east or south property line. 14.All sanitary sewer services encountered shall be replaced to the property line as directed by the Engineer. SECTION E SPECIFICATIONS JANUARY 1, 1978 WATER DEPARTMENT All materials, construction methods and procedures used in this project shall conforrr to Sections El, E2, and E2A of the Fort Worth Water Department General Contract Documents End General Specifications, together with any additional material specification(s), construction(s) o later revision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby Tade a part of this contract document by reference for all purposes, the same as if copies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City I f Fort Worth as an official record of the City of Fort Worth. INDEX El MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow: E1-2.4 Backfill: (Correct minimum compaction requirement to 95% Procter density and correctip.I. values as follows:) C. Additional backfill requirements when approved for use in streets: 1. Type B Backfill - (c) Maximum plastic index (PI) shall be 8 2. Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall considered as suitable for compaction by wetting (b) Material, meeting requirement and having a PI of 9 or more shall be considered for use only with mechanical compaction E2-2.11Trench Backfill: (Correct minimum compaction requirement wherever it appears, in thi; R section to 95% Procter density except for paragraph a.l. where the "95% modified Proi density" shall remain unchanged). SECTION E100 — MATERIAL SPECIFICATIONS MATERIAL STANDARD E100-4 JANUARY 1, 1978 (ADDED 5/13/90) E100-4 WATERTIGHT MANHOLE INSERTS. E100-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the. Fort Worth sanitary sewer collection system. E100-4.2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion -proof high density polyethelene that meets or exceeds the requirements of ASTM D 1248, Category 5, Type III. b . The minimum thickness of the manhole insert shall be 1/8". _ c . The manhole insert shall have a gasket that provides positive seal in wet or dry conditions. The gasket shall be made of closed cell neoprene rubber and meet the requirement ofASTM D 1056, or equal. d. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum I wide woven polypropalene or nylon webbing, with the ends treated to prevent y unravelling. Stainless steel hardware shall be used to securely attach strap to the insert. e . The manhole insert shall have one or more vent holes or valves to release gasses and allow water inflow at a rate no greater than 10 gallons per 24 hours. E 100-4.3 INSTALLATION: a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert on the rim. b. The manhole insert shall be fully seated around the manhole frame rim to retard water from seeping between the cover and the manhole frame rim. E100 (1) =1 I 1=1 I I -- III III: TYPE -C- BACKFILL SEE SPEC. El —Z4 MINIMUM V INITIAL G.C.D. BACKFILL COVER SAND MATERIAL EMBEDMENT & INITIAL BACKFILL SEE SPEC. El —Z3 G.C.D. MINIMUM -L-'T WATER: SIZES 'UP TO AND INCLUDING 12" - 1! 1 lZ d! to]! m I Z I I Iv mzmsi�l a I I wilionn4l WATER 60 SEVER I r STORM DRAIN — I MINIMUM 62� EMBEDMENT SAND GRADAMON o LESS THAN 10% PASSING #200 SIEVE 9 P.L — 10 OR LESS CRUSHED STONE GRADATON SIEVE SIZE X RETAINED in 0-10 1/27.. 440"775 55-90' #4 W-100 #8 95-1 00 TYPE OC' BACKFILLI SEE SPEC. El —2.4 1 G.C.D. CRUSHED STONE OR SAND MATERIAL INITIAL BACKFILL SEE SPEC. E1-2-4(b) OR EI-2.3 G.C.D. CRUSHED STONE SEE SPEC. E1-2.3 G.C.D. WATER: SIZES 16" AND LARGER SEWER: ALL SIZES STORM DRAIN: ALL SIZES fvA A I TERIAL SPECIFICATIONS THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH THE EI-2.4(b) AND El-23 OF THE G.C.D. AND STD. SPEC ITEM 402 OF THE TPW STANDARD SPECIFICATIONS FOR STREET & STORM DRAIN CONSTRUCTION. ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY. WATER,., SEWER & STORM DRAIN,. EMBEDMENT AND BACKFILL DETAILS CITY OF FORT WORTH '-CONSTRUCTION STANDARD FIGURE A DATE 2�-19-02 ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE • CITY . OF FORT : WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN- CONSTRUCTION EXI&TGUT7ER B DOWEL EXISTING BRICK DOWEL MORTAR BED PAVEMENT SEE SPEC. ____ `�—X�STING CONCKtT� BASE ° r aiiiri a �rirrarraiiiaIgg,raiarr , , , ;• :i �.� �:.:''' „ ,,�� • ••.:C.�NCR�:TE: .•=':�=ram: EXISTING CURB .& GUTTER EXIST BASE. NOTES_ 1. REINFORCED CONCRETE BASE 4• FLOWA13LE FILL IS REQUIRED TO h SHALL BE' REPLACED. TO ORIGINAL DITCH WALL BACKFILL ALL TRENCHES IN DEPTH OR TO A -MINIMUM' DEPTH OF 5" DOWNTOWN STREETS, AND : ! . WHICHEVER IS GREATER: CONCRETE OPTIONAL IN OTHER' AREAS } SHALL BE CLASS -- )'A!' PER CITY OF <: BACKFILL. SHALL MEET : SPECIFIED FORT WORTH STANDARD, ITEM 402 OF THE ' STANDARD ..SPECIFICATIONS ' 2,REINFORCEMENT OF CONCRETE MUST { FOR STREET AND STORM MEET CITY STANDARD OR MATCH EXISTING, DRAIN. CONSTRUCTION,- WHICHEVER IS GREATER. ,. CITY OF FORT WORTH .3. PLACE- 6" OF 2:27 CONCRETE AS SHOWN. // S. EXISTING BRICK SHALL BE ' REMOVED 1" OF REINFORCED CONCRETE MAY BE PIPE ' CAREFULLY TO. AVOID DAMAGE. DAMAGED SUBSTITUTED FOR EVERY 2" OF BRICK' IS TO BE REPLACED WITH UNDAMAGED 2:27 CONCRETE. BRICK TO MATCH ADJACENT BRICK, TYPICAL SECTION -TRENCH REPAIR TYPICAL BRICK SURFACE & REINFORCED CONCRETE BASE - RECOMMENDED .8Y DATE 2 I S o FORTWORTH APPROVED BY DATE GEORGE A. BEHMANESH, HUGO. MALANGA ASSISTANT 'DIRECTOR, TPW DIRECTOR. TPW CITY OF FORT WORTH, TEXAS Rev, TRANSPORTATION/PUBLIC WORKS FN( In1F F Ri�l/! ntvlclnl l 1. QA►w OPIV. V NU!lt It SHAI:L BE :SAW'. CUT -FULL DEPTH , .2. DRILL 'AND .GROUT:'NO.5 .x' 24" TIE DS: BA,AT 24`.C-C. PENATRATE 'MIN. 6" _INTO' EXISTING PAVEMENT 3..SPLICE NO.3 BARS TO` THE- NO.5 TIE BAR WITH:A MINIMUM 12" -OVERLAP. - 4, AT EXPANSION JOINT .USE REDWOOD SAW 'CUT ' :, : , NO. 3 BARS 0 24" C-C. BOTH WAYS EXPANSION JOINT FILLER AND NO.6 x 24" - SMOOTH DOWEL. AT 24", C-C ' 'SAW CUT EXISTING STEEL IN PAVEMENT .. SHALL BE. CUT EXIST. CONC. PAVEMENT ' :' s' .:. :. :' ' .' • .. . EXIST STEEL '�• CURB N�\- NVIIIAENNA1 m 5' MIN. SAWED OR CONSTRUCTED JOVJT � .. •.. _ 15'MIN. __..._ • JOINT 5 MIN:. CURB I Z. JOINT DEPTH PAVEMENT THICKNESS :JOINT DEPTH T- $" T- 6" 1-1/2"• To - 7" 1-3/4" T- 811 21: TYPICAL PARTIAL PANEL REPLACEMENT - REINFORCED CONCRETE PAVEMENT RECOMMENDED � gY�,.;.DATE I S 0 APPROVED BY: DATE: FORT WORTH GEORGE.A,,BEHMANESH, HUGO MALANGA ASSISTANT 'DIRECTOR, TPW DIRECTOR TPW CITY. OF FORT WORTH, TEXAS TRANSPORTATION/PUBLIC WORKS ENGINEERING DIVISION FIG.2000-4A NOTES. -ASPHALT. PAVEMENT.. 1.THEFOUR SIDES OF THE CUT SHALL BE NEATLY SAWED WITHOUT ROUGH CURB & GUTTER SPOT REPAIR WMIN. EDGES 2. ANY REMAINING. PAVEMENT 13ETWEEN 'SPOT REPAIR$ MUST BE A MINIMUM ME OP UNI CURB & GUTTER TYPICAL 28' WIDE PAVEMENT,' RECOMMENDED BY?�---`1 � ��� DATE' z lSI O GEORGE -.A. BEHMANESH, ASSISTANT DIRECTOR, TPW 26' ASPHALT 281. FAO T T�-I APPROVED BY: DATE: .. kW R HUGO MALMGA DIRECTOR, TPW I Rev. CITY OF FORT WORTH, TEXAS TRANSPORTATION/PUBLIC WORKS nv I 1.THE FOURSIDES.OF THE CUT SHALL BE NEATLY SAWED WITHOUT ROUGH ' Z ANYAWAINING.PAVEMENT BETWEEN SPOT' REPAIRS MUST. BE A MINIMUM OF.S',IN ANY..DIRECTION.. Long Sery l c.es - MCI Long Services Short .Services Short.S.ervIces i. Replace to edge.-*: of panel where • the distance :":: a, a between cut: ''•':. • • �.' .. Rep.l ace entire and edge of,.. . panel from For area < 5'� i panel is C 5'.".TFor. area < 5% center i i ne to go to curb & ` go to..curb & curb.. square off. squore•off• N a)N a)N }OC OC a L N -C. C : Asphalt Concrete Asphcit' Concrete :. a Emergency repair. PAVEMENT > 10 YEARS .PAVEMENT: <:.-.14...•YEARS RECOMMENDED BY ATE�L_ FouWo SY� I4' 01 R''x3'° APPROVED FRANK . CRUMB, =�� DALE FISSELER,, ' : - :. ASSISTANT `DIRECTOR, WATER DENT. DIRECTOR, WATER -DEPT. WATER DEPARTMENT ' Rev.' CITY OF FORT 'WORTH, TEXAS FIG 2000-4W - '...' .;- .. _ .....� _ :..,'. � .. .. - - .w::• fit•::: ... .- • .1..PROVIDIE' AAEQUATt OVERLAP.' OF PLATS • ON.' ASPHALT TO.:ASSURE NO.' SLIPPAGE. OF ; ,' = ''t,• - ,. PLATE. •AND. NO :COLLAPSING..OF::.TRENCH. EXISTING M.H. OR =:;� .• \ VALVE- • 2, IF :.TRECFIN'LNGTFt I5: LE55'7FlAN..5=FEET• AT.,CRAOE ti ANO STEEL.'PLATES':Wl :BE I PLACE'LESS LL N L '� THAN - +8 :HOUR5 STEEL. PLATES', MAY -'BE _' PLACED DIRECTLY, ON EXISTING '., :,. .. •' STEEL 'ai'' ' . • �, ; .':' " 5TE .ASPHALT. _WITFIOUT . =LA MILLING. PROVIDE TEMPORARY ASPHALT - . ". "• .: :. • PLATE ,. TRANSITIONS EXTENDING. 3=FEET BEYOND EOCE:.' OF.:STEEL PLATES. ;:• : :.•• '•: C OLD��MIX - PACKI�� FOR COLD Mix- OPLATE: • COLD JOINT WITHMIX THE CH TYpE "A" MUST- HAVE PRIOR APPROVAL AL OF CITY ". TRENCH* _ !.. STANDARD DETAIL` F.OR ' TaENCHING '; '' •, TYPE ��A�I: pLA'I'ING Z1(p.f ".B" PLATiN�:: • . t RECOMMENDED\,D DATE .� 1 I S I O I • Q RT O RT " " .. AP ROVED ' J DATE? 0. GEORGE A. BEHMANESH, I HUGO MALANGA . ASSISTANT DIRECTOR, TPW,. :.DIRECTOR, TPW ' CITY OF FORT : WORTH, TEXAS Rev. TRANSPORTATION/PUBLIC. WORKS ,..: ENGINEERING DIVISION, .'. FIG 2000-5 TRENCH REPAIR LIMITS EXISTING HMAC PAVEMENT EXISTING HMAC PAVEMENT s� cur s� cvr • . •; `. % /% i /i /i %� ////�/��� � NEW HMAC i��// / i/ � � / �/� /�/ // / 8�' MIN 2: 27 CONCRETE' �.•'� "v " ',, fp�' ' to a.R "y �3k. EXISTING BASE YsEXISTING CURB 5�' }1 tii�:,•k.. (IF ANY EXISTING CURB 12° 1 ,' �i`t 12" do GUTTER •& GUTTER DITCH WALL ''n� '�•r f , / BACKFILL MATERIAL (SEE NOTE #4) g. \\ ►`� .: ` R- \� PIPE \\/\\/\.. .fir. :;CiGii;; • „��'. 'A' hi''': /\\ TRENCH REPAIR V/PERMANENT HMAC: PAVEMENT AND' NON -REINFORCED ;CONCRETE BASE .; TYPICAL SECTION NOTES: 1. PLACE A MIN.- OF •27 HMAC. -SURFACE COURSE (TYPE "D" MIX) TO MATCH EXISTING HMAC PAVEMENT GRADE AS SHOWN, r . 2. PLACE A MIN. OF 8" 2:27 CONCRETE AS SHOWN, 3. FLOWABLE FILL IS REQUIRED: TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS. AND IS OPTIONAL IN OTHER AREAS. FOR STORM DRAIN INSTALLATION; i ALL CONSTRUCTION MUST BE IN ACCORDANCE BACKFILL SHALL MEET SPECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND WITH THE CITY OF FORT WORTH STANDARD .STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH SPECIFICATIONS FOR STREET AND STORM FOR WATER OR SANITARY SEWER INSTALLATION, DRAIN CONSTRUCTION. BACKFILL SHALL BE PER. FIGURE A. CITY OF FORT WORTH, TEXAS DATE: 09/2005 PERMANENT ASPHALT PAVEMENT REPAIR WITH NON -REINFORCED CONCRETE BASE 2000-1 A EXISTING CURB TRENCH.. REPAIR LIMITS EXISTING �.... Dvin "ma nun MIM L BARS LONGITUDINAL IN DITCH CLASS "A' REINFORCED CONCRETE BASE BACKFILL MATERIAL (SEE NOTE #7) EXISTING CURB CONC. BASE DITCH. WALL �\ ,•��l' �l JN ` \\ PIPE rEs TRENCH REPAIR. W/PERMANENT HMAC PAVEMENT ANDREINFORCED CONCRETE BASE TYPICAL SECTION 1'.: REINFORCED -CONCRETE PAVEMENT SHALL BE REPLACED TO ORIGINAL 7. FLOWABLE FILL IS REQUIRED TO BACKFILL ALL TRENCHES THICKNESS OR TO A MINIMUM THICKNESS OF 5" WHICHEVER IS GREATER. IN DOWNTOWN STREETS. AND IS OPTIONAL IN OTHER AREAS. FOR STORM DRAIN INSTALLATION, RACKFILL 2:, : IF STEEL EXISTS .IN.. CONCRETE PAVEMENT •TO BE CUT, THE STEEL -SHALL BE CUT AND SHALL. MEET SPECIFIEb ITEM 402 OF THE STANDARD SALVAGE.AS''.POSSIBLE: A. MINIMUM. LAP. SPLICE DISTANCE OF.12" SHALL BE PROVIDED. SPECIFICATIONS'FOR STREET.'AND. STORM DRAIN CONSTRUCTION; 'CITY OF'FORT WORTH 5.. REINFORCED..CONCRETE PAVEMENT•'WIIL-BE- REED PLACOVER -TRENCH; *AS SHOWN, IN. THE. ' ;. `' FOR' WATER,.OR. SANITARY SEWER INSTALLATION,. EVENT NON -REINFORCED CONCRETE, PAVEMENT ,15 REMOVED.' BACKFILL SHALL BE PER FIGURE A. ',•.4. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE'ORIGINAL DEPTH, MINIMUM PAVEMENT ON ALL ASPHALT STREETS SHALL BE 2".OF FINE GRADED SURFACE COURSE. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE -CITY OF FORT WORTH STANDARD 5. BEDDING OF PIPE TO MATCH ADJACENT SECTIONS. SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. 6. 2:27 CONCRETE.MAY BE DELETED IF HALF THE SPECIFIED THICKNESS OF 2:27 IS ADDED TO THE CLASS "A" CONCRETE. �°na„re»t�l�g�e,�ata+au CITY OF FORT WORTH, TEXAS DATE: 09/2005 � �� 1 t ,I I I 1 � I � ► ' 4 1 r 1 9 I I- I I TRENCH REPAIR LIMITS COMPACTED ! i':}tiaT�j4 L— EXISTING CURB: FLEX —BASE -MATERIAL �w�, �� i .' • �.�%;7:.�.± do "_GUTTER EXISTING CURB ift:,,"• his & GUTTER DITCH WALL jr f f BACKFILL MATERIAL (SEE NOTE #3) PIPE TRENCH REPAIR W/TEMPORARY HMAC_ PAVEMENT TYPICAL SECTION NOTES:% 1, PLACE A MIN. OF 2" HMAC SURFACE SOURSE (TYPE "D" MIX) TO MATCH. EXISTING HMAC PAVEMENT GRADE AS SHOWN. .2, PLACE COMPACTED, FLEX BASE MATERIAL AS SHOWN. 3. FLOWABLE FILL IS REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS, AND IS OPTIONAL IN OTHER AREAS. FOR STORM. DRAIN INSTALLATION, BACKFILL .SHALL MEET SPECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND N MUST BE {N ACCORDANCE STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH WITH THE CITY ALL CONSTRUCTION FORT WORTH STANDARD FOR WATER OR SANITARY SEWER INSTALLATION, BACKFILL SHALL BE PER FIGURE A. SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH, TEXAS DATE: 09/2005 TEMPORARY ASPHALT PAVEMENT REPAIR 2000-1 C. ALL CONSTRUCTION MUST • BE IN .ACCORDANCE WITH THE, CITY OF' FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND. STORM DRAIN CONSTRUCTION CLASS 11k REINFORCED CONCRETE EXISTING CURB PAVEMENT REPLACEMENT TO THE 1 & GUTTER NEAREST JOINT OR CURB, EXISTING CONCRETE DOWEL PAVEMENT r DOWEL 1 '� � •' ��'' • �� 1 1 ', .•..rJIrIMU'M'••�Pu,'-'''..+. .�......••:_.:.,3,�•t-t`� -/•+ ,�+-r-�•��•- �'. '. !; '�r; '; � .'' �.'•.' ;', �r� /: .' 1; � .. 'I• � • • �.• ' • J .'y^ram - � • • • � .,�i��C ti:iw.rr .' i .� rl . r 'r• 1•J •/•r' ' •r 1' rl'r r •r 'r• /'il :/'�'� '.'• •.• I•t''11•r • .. �s,l 2.7.:GQNCR'TL, r : MIN.rM 12111 1 12" EXISTING CONCRETE JOINT / NOTES 1. FLOWABLE FILL IS REQUIRED TO 2. REINFORCED CONCRETE PAVEMENT EXISTING BASE BACKFILL ALL TRENCHES IN (IF ANY) DOWNTOWN STREETS, AND SHALL BE REPLACED TO ORIGINAL \ OPTIONAL IN OTHER AREAS DEPTH OR TA A MINIMUM DEPTH OF 5" BACKFILL SHALL MEET SPECIFIED WHICHEVER IS GREATER. ITEM 402 OF THE . STANDARD SPECIFICATIONS 3j PLACE 611 OF 2:27 CONCRETE FOR STREET -AND STORM AS SHOWN, 1" OF REINFORCED ' \ DRAIN CONSTRUCTION, CONCRETE MAY BE SUBSTITUTED • CITY. OF FORT WORTH FOR' EVERY. 2" OF 2:27 CONCRETE REINFORCEMENT OF CONCRETE MUST PIP DITCH'�WALL.:. ' MEET CITY STANDARD OR MATCH EXISTING, WHICHEVER IS. GREATER. TYPICAL .SECT:ION� TRENCH REPAIR . REIWORCEO `CONCRETE': PAVEMENT RECOMMENDED BY DAT IS�o FORTWORTH APPROVED BY: DATE, I i GEORGE A. BEHMANESH,HUGO MALANGA ASSISTANT DIRECTOR TPWDIRECTORTPW CITY OF FORT WORTH, TEXAS Rev. TRANSPORTATION/PUBLIC WORKS ENGINEERING DIVISION FIG 2000-2 TRENCH REPAIR LIMITS EXISTING GUTTER PAVEMENT (SEE NOTE 1) 12 12 E TING XIS SUBGRADE BACKFILL MATERIAL PIPE PER DETAIL WTR-034 (SEE NOTE 3) DITCH WALL - NOTES:' 1.ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH. PLACE A W|N|#UW OF 3^ HWAC SURFACE COURSE (TYPE ^D^ MIX) TO MATCH EXISTING GRADE A3SHOWN. 2.PLAC[ A MIN. OF 8^ 3:37 CONCRETE AS SHOWN. 3.FLOWABL[ FILL WAY BE REQUIRED TO BACKRLL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN -OTHER AREAS. IF FL0YYABLE FILL IS REQUIRED, A SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH. 4.ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. EXISTING CURB & /�' EXISTING HMAC GUTTER / PAVEMENT r,. I.'- Q 'r '.-°�' ..':?ice^••.��•-`'��+.•.:. ,..n - - 1.1- ., EXISTING #3 BARS ON 24" CENTERS I: SUBGRADE BOTH WAYS WITH MIN. 2 BARS (IF ANY) LONGITUDINAL IN DITCH 12' PIPE i.) (".: DITCH WALL TRENCH REPAIR LIMITS �. W HlAC • NOTES: 1. CONCRETE BASE SHALL BE REPLACED TO ORIGINAL THICKNESS OR TO A MINIMUM THICKNESS OF 5", WHICHEVER IS GREATER. 2. IF STEEL EXISTS IN CONCRETE BASE TO BE CUT, THE STEEL SHALL BE CUT AND SALVAGE AS POSSIBLE. A MINIMUM LAP SPLICE DISTANCE OF 12" SHALL BE PROVIDED. 3. REINFORCED CONCRETE BASE WILL BE REPLACED OVER TRENCH, AS SHOWN, IN THE EVENT NON —REINFORCED CONCRETE BASE IS REMOVED. 4. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH. PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO MATCH EXISTING GRADE AS SHOWN. CONCRETE.- i SEE DETAIL STR-035 • err.. r . TACK COAT r,•�t �1 _...11;. I I.- •>ti;;;t� :•.:I `. •� CLASS 'A' REINFORCED EXISTING CONCRETE BASE CONCRETE BACKFILL MATERIAL BASE PER DETAIL WTR-034 SEE NOTE 6 ,fir' ° (I• 5. 2:27 CONCRETE MAY BE DELETED IF HALF THE SPECIFIED THICKNESS OF 2:27 IS ADDED TO THE CLASS "A" CONCRETE. 6. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH. 7. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, c I k 4 t f M I t i 1 I I 1 I I { —. EXISTING CIJRR & i i .I, � _ •.1 S EXISTING - SUBGRADE (IF ANY) r VI['•TIk P. I Ill A^ FLEX -BASE MATERIAL PIPE DITCH WALL .::I TRENCH REPAIR LIMITS r 2" MIN. HMAC NOTES: 1. PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO MATCH EXISTING HMAC PAVEMENT GRADE AS SHOWN. 2. PLACE COMPACTED FLEX BASE MATERIAL AS SHOWN. 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH. 4. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. 5' MIN. _I EXISTING J SUBGRADE (IF ANY) CLASS 'A' REINFORCED CONCRETE PAVEMENT REPLACEMENT TO THE SEE DETAIL EXISTING 6" MIN. NEAREST JOINT OR CURB. STR-035 CONCRETE PAVEMENT . •... ,. • • tip:: , _ — — !! — ^"7iiyiili.A,,,t�w!:a' 1•'t ^: i!:`�,t ..A 2 �t%„? i EXISTING CONCRETE JOINT BACKFILL MATERIAL PIPE PER DETAIL WTR-034 .. d �I . ar „ar - ;•� SEE NOTE 1 DITCH WALL I ='ii '� '`•t' IN 1"'7.I I :.:::.I . L',.'_I : I:7.:::I NOTES: 1. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH. 2. REINFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO ORIGINAL DEPTH, OR TO A MINIMUM OF 6", WHICHEVER IS GREATER. 3. PLACE 6" OF 2:27 CONCRETE AS SHOWN. 1" OF REINFORCED CONCRETE MAY BE SUBSTITUTED FOR EVERY 2" OF 2:27 CONCRETE. 4. REINFORCEMENT OF CONCRETE MUST MEET CITY STANDARD OR MATCH EXISTING, WHICHEVER IS GREATER. 5. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. EXISTING CURB & GUTTER t G 1 4 1 I + ! ti 30" 30'Fr4me & lid ' I' : Concrete -See' .. Standard' 4'Dia.:.. M.H. per :fig.M: 00 3 '36� ?'co See Plan, of -Type A M.H .i. •. or�The InstallatinOf• Steel •r',� r '' ,';�• ` ' ' �• •'� �� � • Bars. AndAdditional • t . -Information). �:::,' b . •,y iri in. Pour.. Against. Undisturbed.' •Ebrth or Wood eh'.Forms. _ is •' - :;, .... -.• . � - •r,': •', - 'ram' - Use .2500; ,Pound -Concrete' For Encasement . •. :W, ::-:�30:.::..Ff�AMEAT•&EQ41MDASFOVE:FCOT: INH IT®�LI.'E ::: ,, IG----.INSERT: .'STAINL�SS: ST r_L= GD A • • ' . . - ' . 1=14 MATERIAL - ;;: E'.27-14 CONStRUCTION: :04-05. 02. D.M. 0 ao o= � z zQ 5 O Z N 2 to am N r-lo M I M 2. 0„ NOTES: 1. THIS STRUCTURE TO BE USED ONLY WHERE PIPE SIZE IS 39" OR LARGER. 2. 2'x3' OPENING IN THE PIPE TO BE FABRICATED AT PIPE PLANT AND NOT IN THE FIELD, EXCEPT WHEN CONSTRUCTION IS ON EXISTING SYSTEM. 8--#4 BARS (TYP.) 2" TYP. go 3000 PSI CONCRETE ENCASEMENT E1-14 MATERIAL E2-14 CONSTRUCTION FART VRT CITY OF FORT WORTH, TEXAS DATE: 08-2007 STANDARD TYPE "A" ACCESS MANHOLE PLAN VIEW SAN-001 CONCRETE COLLAR PER PLANS OR AS DIRECTED BY ENGINEER (SEE SAN-009) CONCRETE - SEE STANDARD 4' DIA. M.H. DETAIL SAN-003 32" (MIN.) I 5'-0" Dl�. (MIN.) STANDARD FRAME & LID (REF. STD. PRODUCT LIST) 2'70" t (2'x3' PENING) z ro r� 4-#4 BARS �„� �....`- ., i•. SEE DETAIL SAN-001 FOR ...,;;:} THE INSTALLATION OF STEEL '�� r"� " `•� �'- "'�` BARS AND ADDITIONAL J y.%44..�'"t INFORMATION. •" 8" MIN. ; -V`. POUR AGAINST UNDISTURBED EARTH OR WOODEN FORMS " •� .'� 2. • ,• �rn: ' •'' '"' °.'� 3000 PSI CONCRETE :� ENCASEMENT ••:i -• ' .:' +`yet-'�: ..,,; � � - .••-: �,� �t ; �• • L re• • .ii }: :. .: '.4 . .�: •• S•r j'� ;' r . �' :�y. z :t � �J:.� �; tii: STAINLESS STEEL INSERTS z REQUIRED FOR SEWER PIPES 18" OR LARGER. OD 4-#4 BARS " MIN. NOTE: 1. THIS STRUCTURE TO BE USED ONLY WHERE PIPE E1-14 MATERIAL SIZE IS 39" OR LARGER. E2-14 CONSTRUCTION CITY OF FORT WORTH, TEXAS DATE: 08-2007 STANDARD TYPE "A" ACCESS MANHOLE SAN-002 MANHOLE FRAME AND 24" DIA. COVER, EQUAL TO McKINLEY IRON WORKS No. A24AM W1 PICK BARS. (REF. STD. PRODUCT LIST) VIC CONCRETE COLLAR PER PLANS OR AS DIRECTED BY ENGINEER (SEE SAN-009) x X TRENCH WIDTH CONC. CRADLE 2 COATS OF TO EXTEND TO PIPE BELL BITUMASTIC COATING O—RING GASKETS A A STM C-76, CLASS III @ JOINTS (TYP.) RCP PRECAST MANHOLE JOINTS RECOATED S OR EQUAL. . f,'lS E C T 10 N S AFTER SECTIONS (REF. E2-14) *VARIES NTH PUT TOGETHER PIPE DIA. SECTION A -A %: . A GROUT li. w 1A f - L-t -.4 ' v-t7A--- r 4.- 00, USE 4000 PSI CONCRETE SECTION B-B MIN. 2 ROWS PREFORMED 4' DIA. FOR SEWER PIPE BITUMASTIC JOINT UP TO 21" DIA. SEALANT BETWEEN GRADE RINGS (RAM—NEK OR 5' DIA. FOR SEWER PIPE El-14 MATERIAL APPROVED EQUAL) UP TO 39" DIA. E2-14 CONSTRUCTION CITY OF FORT WORTH, TEXAS DATE: 08-2007 STANDARD 4'DIAMETER MANHOLE SAN-003 * MANHOLE FRAME AND 24" DIA. COVER, EQUAL TO McKINLEY IRON WORKS NO, FINISH GRADE A24AM W/ PICK BARS. (REF. STD. PRODUCT LIST) 15" BELOW FINISH RIM CONCRETE COLLAR PER ELEVATION FOR STREET PLANS OR AS DIRECTED RECONSTRUCTION BY ENGINEER (SEE SAN-009) � _ .�v :•'•�` 2"x8"x24" I.D. CONCRETE PRECAST GRADE RINGS ;•, f.� `f �� I ,.:Q:.1•: ; �,. CONFORMING TO ASTM C478 `r• - ``,: �• 24" �'• • :� FLAT SLAB TOP MIN. 6" - THICK, DESIGNED TO MEET <_48" - OR EXCEED H-20 LOADING ` MONOLITHIC CONCRETE OR ASTM C478 PRECAST = GROUT •'.` 6" ��. MANHOLE SECTIONS MIN. 6' ..- 4'-0" SECTION A -A NOTE: TO BE CONSTRUCTED OF 4000 PSI CONCRETE WITH STANDARD 300# MANHOLE RING AND COVER. A 7 .;Y, ; I j• PLAN O-RING GASKET ® JOINT (TYP.) A PRECAST JOINT DETAIL 48" R.G. * STREET CONTRACTOR TO INSTALL. WATER AND SANITARY SEWER CONTRACTOR TO PROVIDE AT A SITE DESIGNATED BY CONSTRUC- TION MANAGER. iw mw ho a. WHERE M.H.'S ARE BUILT IN - STREETS TO BE PAVED, M.H. RIM TO BE SET TO PROPOSED PAVING GRADE. WHERE M.H.'S ARE IN THE STREET, --I INSTALL TWO OR MORE CONCRETE GRADE RINGS BETWEEN CASTING AND TOP OF PAVEMENT. USE DUCTILE IRON PIPE TO FIRST JOINT BEHIND LIMIT OF EXCAVATION CONCRETE COLLAR T_ 1'-2" LIMITS OF - EXCAVATION "DUCTILE MANHOLE FRAME AND 24" DIA. COVER, EQUAL TO McKINLEY IRON WORKS NO. A24AM W/ PICK BARS. (REF. STD. PRODUCT LIST) CONCRETE COLLAR PER PLANS OR AS DIRECTED BY ENGINEER (SEE SAN-009) PUSH -ON PLUG -I I INSTALL NUTS AWAY I FROM M.H. WALL ON CONCRETE - SEE I w M.J. FITTING STANDARD 4' DIA. II w COR-TEN BOLTS M.H. DETAIL LaiQ SAN-003 —III IIII w 4'-0" o =III < STUBQEDEXRTENNSIONOATD END _ Q < OF P.E. IN M.H. WALL —III IIIIII SLOPE 1"/1' TYP. II -I VERTICAL TO —III : * •. I JQ�P' %'4 POINT OF PIPE 1 GROUTED INVERT USE 4000 PSI CONCRETE THRUST BLOCK TO EXTEND - 6" IN ALL DIRECTIONS FROM OUTSIDE DIAMETER OF PIPE O 4' DIA. FOR SEWER PIPE UP TO21"DIA. 5' DIA. FOR SEWER PIPE UP TO 39" DIA. E1-14 MATERIAL E2-14 CONSTRUCTION ®� CITY OF FORT WORTH, TEXAS DATE: 08-2007 STANDARD 4' DIAMETER DROP ACCESS MANHOLE SAN-005 NOTES: A. STANDARD PIPE FITTINGS SHALL BE USED TO FORM INVERTS OF JUNCTION MANHOLES WHEN POSSIBLE, WITH INSTALLATION AS FOLLOWS: 1. PIPE FITTING. 2. POUR MANHOLE FLOOR TO SPRING LINE OF FITTING. 3. BREAK OUT TOP OF FITTING TO SPRING LINE. 4. POUR REMAINDER OF MANHOLE INVERT TO PROVIDE VERTICAL INVERT WALL UP TO 3/4 POINT OF THE LARGER PIPE INVOLVED, AS DETAILED. 5. STEEL TROWEL FINISH INVERT OF MANHOLE. B. WHEN SPECIAL SITUATIONS PROHIBIT USE OF STANDARD PIPE FITTINGS AS ABOVE OUTLINED, THE INVERT SHALL BE FORMED OF CONCRETE AND STEEL TROWEL FINISHED TO PROVIDE SIMILAR FUNCTIONAL CHARACTERISTICS TO THOSE AFFORDED BY THE ABOVE INSTALLATION. INVERTS THUS FORMED SHALL BE CONSTRUCTED TO THE ENGINEER'S SATISFACTION. PLAN VIEW CONCRETE SLAB E1-14 MATERIAL SECTION A -A E2-14 CONSTRUCTION MANHOLE FRAME AND 24" DIA. COVER, EQUAL TO McKINLEY IRON WORKS NO. A24AM W/ PICK BARS. (REF. STD. PRODUCT LIST) IN. ui CONCRETE COLLAR PER < PLANS OR AS DIRECTED BY ENGINEER (SEE SAN-009) C14 10' MIN. SEE STANDARD 4' DIA. MANHOLE DETAIL SAN-003 NOTES: 1. SLOPE OF INTERCONNECTING PIPE TO BE NOT LESS THAN 1 % 2. FITTING WILL BE DUCTILE IRON W1 MECHANICAL JOINT 3. IF BEND IS USED, BEND SHALL NOT EXCEED 22.5* MECHANICAL JOINT 22.5* MAX. GROUT > D.I.P. LATERAL LINE — 8" OR LARGER D.I. BELL (RAM—NEK AROUND TAP) DRILLED HOLE (CORED) El-14 MATERIAL E2-14 CONSTRUCTION CITY OF FORT WORTH, TEXAS DATE: 08-2007 OFFSET MANHOLE TO SEWER MAIN LARGER THAN 2411 SAN-007 VARIABLE DIAMETER BORE TO BE LARGE ENOUGH o TO PERMIT DESIGN TYPE PIPE TO BE PULLED OR m w JACKED THROUGH. w ~ J w m Q _ Q =l I 1=1I1=1I1=1IlElIMII dIMII III-1IMIMIMIF I-1 I I-1 I I_I 11=1 I I-1 I I-1 I I_ I I I=1 11=1 11=1 11=1 11=1 11=1 w U.i m w a w W W J W Q Q Q Q > > TYPICAL BORED SECTION LONGITUDINAL VIEW TYPICAL BORE WITH PIPE INSTALLED LONGITUDINAL VIEW CASING PERIMETER OF THE BORE DIP CARRIER PIF TYPICAL END VI NOTE: 1. COMPRESSION TYPE JOINTS TO BE USED IF POSSIBLE. 2. IF COMPRESSION TYPE JOINT IS NOT AVAILABLE, M.J. TYPE SHALL BE USED AND JOINTS BOLTED BEFORE PULLING PIPE INTO PLACE. ^'tESSURE GROUT AROUND PIPE. LOUT SHALL BE PROPORTIONED > 1 CU. FT. OF CEMENT, 3.5 CU. OF CLEAN FINE SAND WITH 1FFICIENT WATER ADDED TO ZOVIDE A FREE FLOWING THICK .URRY. CASING PIPE SEWER LINES SHALL BE SECURED BY CASING SPACERS AS MANUFACTURED BY CASCADE WATERWORKS MANUFACTURING CO., ADVANCE PRODUCTS & SYSTEMS, OR APPROVED EQUAL COLLAR CONFIGURATION COLLAR CONFIGURATION FOR PAVED AREA -- -- FOR UNPAVED AREA 4' O^ A L__ CLASS 'A'- (3000 PSI) CONCRETE 8-#4 REBARS TYP. --~~ GRADE RINGS -\ CASE 1 | CASE 2 CASE 1 COLLAR SHALL EXTEND TO TOP OF 2:27 CONCRETE (R[8AR REQU|RED) CASE 2 COLLAR SHALL EXTEND 3^ BELOW BOTTOM OF LOWEST GRADE RING (RE8&R REQUIRED) Y4" CHAMFER (7MP.) GROUND CONCRETE COLLAR HEIGHT VARIES (8^ M|M, 24^ MAX.) U REBAR SHALL BE PLACED J. MIN. FROM TOP AND BOTTOM OF CONCRETE COLLAR. CITY OF FORT WORTH, TEXAS DATE: 08-2007 MANHOLE CONCRETE COLLAR SAN-009 } A--w-J PLAN VIEW )WELS SPACED EVENLY SECTION A -A &qp CITY OF FORT WORTH, TEXAS HYDRAULIC SLIDE SECTION B-B NOTE: DROP THROUGH WILL BE POURED MONOLITHICALLY WITH CAST IN PLACE BENCH, OR DOWELED AND GROUTED TO PRECAST BENCH. DATE: 08-2007 SAN-010 PROPERTY LINE 6" #3 BARS 4" CONCRETE 1 COLLAR 4' •�� 14" T 7" 12" CONCRETE COLLAR (PLAN VIEW) CONCRETE ANCHOR :P SERVECE —� FERNCO FLEXIBLE COUPLING REQUIRED IF EXISTING SERVICE 1' MI IS PRESENT, OTHERWISE PLUG. **CITY OF FORT WORTH STANDARD CLEANOUT CAP (PVC OR CAST IRON) 2„ COLD JOINT REQUIRED L STANDARD PARKWAY Yi' NERIM54M EXIST. OR PROP. 4' SIDEWALK DOUBLE BAND STAINLESS STEEL COUPLING CLEANOUT NOTES 1. THE SWEEP TEE AND PIPE FITTINGS INSTALLED SHALL BE SDR-35 OR SDR-26 PVC MATERIAL. 2. CONNECTIONS TO THE EXISTING SERVICE SHALL BE MADE USING RUBBER SLEEVE COUPLINGS WITH STAINLESS STEEL DOUBLE BAND REPAIR SLEEVES. THE SLEEVES SHALL BE TIGHTENED TO THE =- TORQUE RECOMMENDED BY THE MANUFACTURER. J. SLOPE OF THE SANITARY SEWER SERVICE SHALL BE A MINIMUM OF 2 PERCENT. r;•,' ; BACKFILL CLEANOUT STACK WITH `' NATIVE TOPSOIL COMPACTED TO ;t �:»;"+� »:�i•'� + 95% STANDARD PROCTOR DENSITY 4" STACK (IRON OR PVC) • �• TWO WAY SWEEP TEE CLEANOUT TEE I SDR-35 OR SDR-26 SERVICE, SLOPE -VARIES 2Z 1.11N, `' '• :'i 6" MIN. 6" M. SEWER MAIN AS CLEANOUT PRODUCT INFORMATION •• From Stanley Roberts & Assoc., Information Subject To Change. DESCRIPTION WEIGHT PART NO, Cast Iron Lateral Cleanout 18 Ibs ATL-424 W/ SS Bolts and Coupling Plastic Sewer Lateral Cleanout 2.25 Ibs ATL-1524 W/ SS Bolts and Coupling Yi" SS BOLTS 1.5' v A 0 RING 7I PVC CLEANOUT PROPERTY LINE SIDEWALK STREET f CURB — 4. IN HIGH TRAFFIC AREAS (STREETS, DRIVEWAYS, SIDEWALKS & WALKWAYS), SERVICE CLEANOUT STACK AND CAP SHALL BE CAST IRON. 5. IN NON —TRAFFIC AREAS, SERVICE CLEANOUT STACK AND CAP SHALL BE PVC MATERIAL. 6. PIPE AND FITTINGS SHALL BE SDR-35 OR SDR-26 PVC WHEN NOT IN HIGH TRAFFIC AREAS. 7. CONCRETE USED AROUND CLEANOUT ASSEMBLY SHALL BE 5 SACK, 3,000 PSI MIX. DRIVEWAY _ _ _ _ PROPERTY LINE SIDEWALK CAST IRON J CURB CLEANOUT �\\ DRIVEWAY APPROACH STREET w z Q' J OIL W CLEANOUT PER SIN DETAIL SAN-011 Q w FINISH GRADE FINISH GRADE .III —I I I_I l l—I I l - ..� I III —III —III —III—{ I I_ SEWER PIPE PLUG �.i�i- «=; « �,�.� -'�`, !ate � `�•''�'' '� STACK r` ,' `• ,�.. a L. EXIST. SERVICE LINE t « 6'— •" MIN. AT BOTTOM ONLY 45' BEND TYPE "C" OR "B" BACKFILL NEW SANITARY SEWER LINE II II (I II ( WITH STANDARD EMBEDMENT PER DETAIL WM-034 NOTE: III III I11 III -III III= TEE AND STACK TO BE COMPATIBLE TO MAIN LINE MATERIAL OR AS DIRECTED BY ENGINEER. SECTION A -A w z O +. �z LLI Am PLAN CITY OF FORT WORTH, TEXAS CHIMNEY SERVICE DATE: 08-2007 SAN-012 12" 12" 7 uj m :0 < w �- u'j 12" 12" TYPICAL -SECTION END MEW BARREL OF PIPE NOTE: USE 4000 PSI CONCRETE E1-9 MATERIAL E2-9 CONSTRUCTION CITY OF FORT WORTH, TEXAS DATE: 06-2007 TYPICAL ANCHOR BLOCK SAN-013 FOR ELEVATED CROSSING EXISTING SURFACE BACKFILL AS APPROPRIATE .:^ ^��?,�1 �.,,': S; r4.i rrf •• ��:. �'L4�� 1. �.'t fir• _f, '�r.�• '✓\.• .':. ±Y',«A: �+ems '; j'•.; `. ry•; �S '4 '�r�`Ji«••J•:T Sir a:`:• w 1, •••\' ..+e,_. v'•:. Y ^ � r: � � •".. F.M.: �'•,..t• O ` Vt 10 6" MIN. DIMENSION. MAXIMUM FOR PAY PURPOSES SHALL BE 6" WHEN BID PER CUBIC YARD. O 6" MIN. DIMENSION. MAXIMUM FOR PAY PURPOSES SHALL BE 6" ON MAINS 24" AND SMALLER, 9" ON MAINS 30" AND LARGER, WHEN BID PER CUBIC YARD. 3 CLASS 'E' (1500 PSI) CONCRETE w ui Y4 OR -Y4 ROADWAY J s- Q STANDARD CURB Q & GUTTER LLJ LLI fr Ir J ffi — fLLJ >- SIN Z Q Q J > ~ 0a z N Lo N Y4 ROADWAY (TYP.) W U a r-_� r=l-- SERVICE LINE, MIN. 2% GRADE TYPICAL SECTION STANDARD CURB & GUTTER SECTION SERVICE LINE NOTE: TEES WILL BE USED ON ALL SERVICE LINES CONSTRUCTED AT THE SAME TIME AS PUBLIC SEWER. I J H 3' MIN. o af al NOTE: EMBEDMENT AND BACKFILL AS REQUIRED FOR ADJACENT SEWER MAIN SHALL BE INCLUDED IN THE PRICE BID PER SEWER SERVICE COMPLETE IN PLACE. O SEWER SERVICE LINE LOCATION TO BE MARKED WITH RED VINYL TAPE AT LEAST 3" WIDE AND 10 MIL THICK ATTACHED TO THE END OF THE SERVICE AND EXTENDING THROUGH THE BACKFILL AT THE POINT OF HOUSE SERVICE CONNECTION BEHIND THE PROPOSED CURB. E1-9 MATERIAL E2-9 CONSTRUCTION ®�+ CITY OF FORT WORTH, TEXAS DATE: 08-2007 a SEWER SERVICE LINE DETAIL SAN-019 CORRUGATr" - . - „ A I r ,. —1 LINER (12 IN SPECIAL w I a a Q i ANNULAR SPACE w N GROUTED z I CUT AWAY LONGITUDINAL SECTION NOTE: FURNISH & INSTALL GROUT IN KA HU OF 1 CUBIC FOOT OF CEMENT AND 3.5 CUBIC FEET OF CLEAN FINE SAND WITH SUFFICIENT WATER ADDED TO PROVIDE A FREE FLOWING THICK SLURRY. END VIEW INNEL LINER FILL BETWEEN LINER AND SEWER PIPE WITH GROUT SEWER PIPE k INSTALL SKIDS AS NECESSARY. SKIDS SHALL MEET THE APPROVAL OF THE ENGINEER. COMPAC CLAY OF EXISTING GROUND 4' OR TO BOTTOM OF PAVEMENT BASE OR TOP SOIL MINIMUM TRENCH WIDTH = PIPE DIA, + 1' I� TRENCH WIDTH TYPICAL SECTION F --- UNDISTURBED SOIL CITY OF FORT WORTH, TEXAS DATE: 08-2007 CLAY DAM SAN-021 EXISTING SURFACE E1-7 MATERIAL E2-7 CONSTRUCTION V BACKFILL AS APPROPRIATE U O 6" MIN. DIMENSION. 6" MAX. FOR PAY PURPOSES WHEN BID PER CUBIC YARD. O 6" MIN. DIMENSION. MAX. FOR PAY PURPOSES SHALL BE 6" ON MAINS 24" AND SMALLER, 9" ON MAINS 30" AND LARGER WHEN BID PER CUBIC YARD. 3O 4" MIN. DIMENSION. 4" MAX. FOR PAY PURPOSES WHEN BID PER CUBIC YARD. ® CLASS 'E' (1500 PSI) CONCRETE. CITY OF FORT WORTH, TEXAS CONCRETE ENCASEMENT DATE: 08-2007 SAN-022 ww wo bw a* CUT AS REQ. FOR 15" SDR 35 PVC 6, 8, 10, & 12 INCH PIPE ALONG WATER TIGHT CUTTING GROOVE. ADAPTER (PVC TO PVC FOR PVC; CLAY TO PVC FOR CLAY) DETAIL 'A' , N.T.S. fj%PIPE =1 I I=1 11= CAST IRON M.H. FRAME AND COVER PAVEMENT—\ DETAIL U) w a iD N Qj PLUG RISER PIPE CROSS LINK HIGH DETAIL 'B' ------� DENSITY POLYTHELENE N.T.S. ACCESS FITTING DETAIL 'A' SECTION A -A r— WATER TIGHT PLUG M EXISTING GROUND t�— TWO CONCRETE GRADE RINGS (MINIMUM) AND NON —SHRINK GROUT 15" P.V.C. PIPE ASTM D 3034 (SDR-35) —UNDISTURBED SOIL :I SAND AND STABILIZED SOIL COMPACTED TO 95% STD. PROCTOR DENSITY AND PLACED IN 6—INCH LIFTS BEGINNING AT THE WASTEWATER ACCESS DEVICE WORKING OUTWARD TO THE EXCAVATION WALLS CROSS LINK HIGH DENSITY POLYETHELENE ACCESS FITTING '--- COMPACTED —CRUSHED STONE, FINE GRADATION III=1 I —I i I —III —'III —I I ICI I l—I 11=11 I —III —III —I 1(- EQUAL TO PIPE I I=III III=1 I I=III-I I!=1 I=1 {(=1 I I-{ I I=1 I I -III -I EMBEDMENT UNDISTURBED SOIL A ®� CITY OF FORT WORTH, TEXAS DATE: 08-2007 WASTEWATER ACCESS DEVICE SAP!-023 8'-0" -7" I 2'-10" I 2'-7" 2.25 2.25 N I N 2.5" 1 , 3"R (TYP•) _j 3" �--�-- WHITE L- PMS 288 (BLUE) FONTS: FORT WORTH LOGO - CHELTENHAM BOLD ALL OTHER TEXT - ARIAL LOGO COLORS: FORT WORTH - PMS 288 (BLUE) LONGHORN LOGO - PMS 725 (BROWN) E2-1 CONSTRUCTION 0 Z Wm F— H ui J V1 M Ew M so ra CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date_ NAME OF PROJECT: Sanitary Sm-er Rebabditatien Pike Eub weernent Contract 28WA at V arious Loeation� Throvehout the Citv of Fort Wortb PROJECT NUMBER: P2.58-7011701017 1S TO CERTIFY THAT. W `loam J. SeTrudtz, Inc. &W2 Circe ^C^ CowArvetien Cow"By is, at the date of this certificate, Insured by this Company- with respect to the business operations hereinafter described, for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described. Excepums to standard policy noted on reverse side b&r+eof. TYPE. OF INSi TRANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance (Public Ea. Occurrence: $ Liability) Property Damage: Ea. Occurrence: $ Blasting Ea. Occurrence: S Collapse of Building or structures adjacent to Ea. Oocu rrence. $ excavations Damage to Underground Utilities Ea. Occurrence: $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea. Person: $ Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Bodily Injury: Contractual Liability Ea. occurrence: $ Property Damage: Ea. Occurrence: $ Other Locations covered: ~ Description of operations covered: The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such changer cancellation. so M Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached The City, its officers, employees and servants shall be endorsed as an additional insured on Contuwctor's insurance policies excepting employer's liability insurance coverage umcla Contractor's worker's compensation insurance policy. AAcncy Fort Worth Agent Address CONTRACTOR COMPLIANCE WITH .. WORKERS' COMPENSATION LAW Pursuant to V.T.C.A Labor Code Section 406.0% (200ft as amended, Contractor certifies that it proNide� workers' compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No. 6017 and City of Fort Worth Project Number P2W7011701017 William J. Schultz, Inc. d/b/a Circle "C Construction Comoam CONTRA TOR By, / Title /9 -O 9 Date STATE OF TEXAS COUNTY OF TARRANT BEFORE P11 E, the undersigned authority, on this day personally appeared G✓i��4.,, %s��' C known to me be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that h executed the same as the act and deedof%9Mw JSiCIOM ime.4V& Girds "C" Consbyglon Comuanv the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND 'SEAL OF OFFICE this /% day of/y,&r i .2009. Notary Public in and for the State of Texas LLY AS ;'zX er ' •8/24/2010 M M W PERFORMANCE BOND Bond No. 228 52 58 THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That we, (1) William J. Schultz, Inc., dba Circle "C" Construction Company, as Principal herein, and (2) Insurance Company of the West/Independence Casualty and Surety Comnanv, a corporation organized under the laws of the State of (3) California/Texas, and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of *One Million and No/100*Dollars ($*1,000,000.00*) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the day of _ MAR 0 3 2009 , 2009, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of: Sanitary Sewer Rehabilitation Pipe Enlargement Contract 2008A — Sewer Proiect No. P258-7011701017; City Proiect No. 1017; DOE No. 6017. NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. MAR 0 3 2009 SIGNED and SEALED this day of , 2009. MW r. ATT 6e%,) .. (Principal) Secretaq W Witness as to Principal ATTEST: Secretary (SE Witness as to Surety, John A. Miller William J. Schultz, Inc., dba Circle "C" Construction Company PRINCIPAL, By: y Name: William J. Schultz Address: P. O. Box 40328 Fort Worth. TX 76140 Insurance Company of the West/ Independence CaAalty and Suretv Comnan SURETY By: Name: Sheryl A. Muffs, Attorney -in -Fact Address: 11455 El Camino Real San Diego, CA 92130-2045 Telephone Number: 1-858-350-2400 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney -in -Fact. The date of bond shall not be prior to date of Contract. No. 004738 s M an to W 4 mm to L 1 r ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of Calift Insurance Company. a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint JOHN A. MILLER, SR., JOHN A. MILLER, II, SHERYL A. KLUTTS, K. R. HARVEY, JOHN R. STOCKTON their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertak similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008. aE°o�*µroFr `�SV�Ctp �tYTY 1+vosG y *oolkPoMTFp s v 1 �' 3' INSURANCE COMPANY OF THE WEST ,�� O o SEAL ; EXPLORER INSURANCE COMPANY �e -'"a++.'�.'�i+,�ti ply, p _ a �8 INDEPENDENCE CASUALTY AND SURETY t Jeffrey D. Sweeney, Assistant Secretary State of California } County of San Diego ss. J. Douglas Browne, Senior Vice President On January 2, 2008, before me, Mary Cobb, Notary Public, personally appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of evidence to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized that by their signatures on the instrument, the entity upon behalf of which the persons acted. executed the instrument, I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. C �� a :r •r Ok RESOLUTIONS Witness my hand and official seal. Mary Cobb, Notary Public This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, a hereby authorized to execute Powers of Attorney appointing the person(s) named as Attorney(s)-in-Fact to date, execute, sign, seal, and deliver 4 behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity ar current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of d Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as manually affixed. The facsimile representations referred to herein may he affixed by stamping, printing, typing, or photocopying." Explorer organized and other and respective CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hrreby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this day of MAR 0 3 7009 Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number,ithe above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 Ell Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. PAYMENT BOND Bond No. 228 52 58 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) William J. Schultz, Inc., dba Circle "C" Construction Company, as Principal herein, and (2) Insurance Company of the West/Independence Casualty and Surma Company, a corporation organized and existing under the laws of the State of (3) California/Texas, as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of *One Million and No/100* Dollars ($*1,000,000.00*) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the day of , 2009, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Sanitary Sewer Rehabilitation Pipe Enlargement Contract 2008A — Sewer ProieDO No. P258-7011701017, City Proiect No. 1017, D.O.E. No. 6017. 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. SIGNED and SEALED this day of M 4 P 0 3 2009 , 2009. William J. Schultz, Inc., dba _ Circle "C" Construction Company .. no M M i .. .. ATTEST (Principal) Secreta Witness as to Principal ATTEST: Secretary (S ) es Witness as to Surety, John A. Miller William J. Schultz, Inc., dba Circle "C" Construction Company PRINCIPAL By: Name: William J. Schultz, President Address: P. O. Box 40328 Fort Worth, TX 76140 Insurance Compan"f the West/ Independence Casifalty and Sure SURETY By: C/ Name: Sheryl A. Mutts, Attorney -in -Fact; Address: 11455 El Camino Real San Diego, CA 92130-2045 Telephone Number: 1-858-350-2400 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney -in -Fact. The date of bond shall not be prior to date of Contract. _ No. 004738 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of Califs Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint JOHN A. MILLER, SR., JOHN A. MILLER, II, SHERYL A. KLUTTS, K. R. HARVEY, JOHN R. STOCKTON Explorer organized their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakinE s, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008. , +�1 4Ep0Y►ANYofr ��gu cF .BV�� _` �ooeroRir� °° rm0 INSURANCE COMPANY OF THE WEST O SEAL ; EXPLORER INSURANCE COMPANY 4kft��, t��°RNM ��,i' a g INDEPENDENCE CASUALTY AND SURETY COANY at� Jeffrey D. Sweeney, Assistant Secretary J. Douglas Browne, Senior Vice President State of California } ss. County of San Diego On January 2, 2008, before me, Mary Cobb, Notary Public, personally appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis ofsal Isfhctory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized ities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted. executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. LMARYCODS comm.#'1602390 NaTARY PUf�JC�I�ILE�>A � ! J(6 SAN C*GO COMM A My CommWskm E Wm Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by tie respective Boards of Directors of each of the Companies: '—` "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, at a hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in--Fact to date, execute, sign, seal, and deliver behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity an I +..Y current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as f manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do b6reby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respecti*e Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this day of MAR 0 3 2009 Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 Eli Camino Real. San Diego, CA 92130-2045 or call (858) 350-2400. wRr ti M MAINTENANCE BOND Bond No. 228 52 58 THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That William J. Schultz, Inc., dba Circle "C" Construction Company, ("Contractor"), is principal, and Insurance Company of the West/Independence Casualty and Surety Company, a corporation organized under the laws of the State of California/Texas, ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Munici 1 Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarraint County, Texas, the sum of *One Million and No/100*Dollars ($*1,000,000.00*), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said .. Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of F •• Worth, dated the of _ MAR 0 3200( , 2009 a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Sanitary Sever 4 Rehabilitation Pipe Enlargement Contract 2008A the same being referred to herein and in said contract as the Work and being designated as Project Number(s): Sewer Project No. P252- 7011701017; City Proiect No. 1017; D.O.E. No. 6017 and said contract, including all oft e specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof, and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct ti e work that it will remain in good repair and condition for and during a period of two (2) years after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition .for said term of two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, old 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 8 counterparts, each of which shall be deemed an original, this day of MA R 0 3 2009 , A.D. 2009. w ATTE C .. (Principal) Se etary Witness as to Principal M ATTEST: Secretary (SE ) Witness as to Surety, John A. Miller William J. Schultz. Inc.. dba Circle "C" Construction Company PRINCIPAL, By: Name: William J. Schultz Address: P. O. Box 40328 Fort Worth, TX 76140 Insurance Company of the West/ Independence Casualty and Suretv Comuan SURETY By:i Name: Sheryl A. Mutts, Attorney -in -Fact Address: 11455 El Camino Real San Diego, CA 92130-2045 Telephone Number: 1-858-350-2400 ire I ICW GROUP No. 004738 w rr Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation di. ly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint JOHN A- MILLER, SR., JOHN A. MILLER, II, SHERYL A. KLUTTS, K. R. HARVEY, JOHN R. STOCKTON their true and lawful Attorney(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertaking , and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008. �oo�roMr,� t o �je C INSURANCE COMPANY OF THE WEST EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COANY Jeffrey D. Sweeney, Assistant Secretary J. Douglas Browne, Senior Vice President State of California } County of San Diego Ss. On January 2, 2008, before me, Mary Cobb, Notary Public, personally appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of factory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized icities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MARY CM COMM. 441602390 NOTARY PUBUC-A SAN D"O COUNTY A is MSI CommiSSIM EYPIAll SEPTEIMBER 2D. 2W2 RESOLUTIONS Witness my hand and official seal. ,-,A Mary Cobb, Notary Public This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, a hereby authorized to execute Powers of Attorney appointing the person(s) framed as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver, behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity a current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of t Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as manually affixed. The facsimile representations referred to herein maybe affixed by stamping, printing, typing, or photocopying." respective CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do reby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respecti a Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this day of MAR 0 3 2009 J16pr�� Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attomey Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego. CA 92130-2045 or call (858) 350-2400. 1 1 IMPORTANT NOTICE To obtain information or make a complaint: s, 2 You may contact your Bond Agent at 817-834- 7111. 3 You may call Insurance Company of the West/Independence Casualty & Surety Company's toll -free telephone number for information or to make a complaint at: 1-800-877-1111 -• 4 You may also write to Insurance Company of the West/independence Casualty & Surety Company at: 11455 El Camino Real San Diego, CA 92130-2045 - 5 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 6 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectiona_tdi.state. tx.us 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the Agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. 8 ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. "ISO IMPORTANTE Para obtener informacion o para someter una queja: Puede comunicarse con su Bond Agent al �817-834- 7111. Usted puede Ilamar al numero de telefono gratis de Insurance Company of the West/IndependInce Casualty & Surety Company's para inforracion o para someter una queja al: 1-800-877-1111 Usted tambien puede escribir a Insurance! Company of the West/Independence Casualty & Surety Company al: 11455 El Camino Real San Diego, CA 92130 Puede Comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a)-tdi.state .tx.0 DISPUTAS SOBRE PRIMAS O RECLAM?S: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agent primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE "ISO A SU POLIZA: Este aviso es solo para proposito de informacion y no SE' convierte en parte o condicion del docume:nto adjunto. M THE STATE OF TEXAS COUNTY OF TARRANT CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS This Contract made and entered into this the day of A.D., _ 2009, by and between the CITY OF FORT WORTH, a home -rule municipal corporation 'situated �n Tarrant, Denton, Parker, and Wise Counties, Texas, by and through its duly authorized Assistant City Manager, ("Owner"), and William J. Schultz, Inc., dba Circle "C" Construction Company, ("Contractor"). Owner and Contractor may be referred to herein individally as a "Party" or collectivelly as the "Parties." WITNESSETH: That said parties have agreed as follows: 1. .� That for and in consideration of the payments and agreements hereinafter mentioned to be ma e and performed by the Owner, and under the conditions expressed in the bond bearing even date herewiti, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Sanitary Sewer Rehabilitation Pipe Enlargement Contract 2008A Sewer Project No. P258-7011701017 City Project No. 1017 DOE No. 6017 That the work herein contemplated shall consist of furnishing as an independent contractor 11 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 this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said woik 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 if the Department of Engineering of the City of Fort Worth and the City Council of the Ciof-e€F'ort Worm within a period of 365 Calendar days. i ®FFiCiAi. RECORD CITY SECRETARY FT. WORTH, TX 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 $420 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 Ply, 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 male 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. G Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the .. project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such 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 servants or employees.. In the event Owner receives a written claim for damages against the Contractor or its subcontractors pri r to final payment, final payment shall not be made until Contractor either (a) submits to Own�r satisfactory evidence that the claim has been settled and/or a release from the claimant' invoived, 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, upon the execution of this Contractor, and before beginning work, to make, execute and deliver to City of Fort Worth the following bonds in -the name of the City of Fort Worth in a sum equal to the amount of the Contract. The form of the bond shall be as herein provided and the surety must first be acceptable to the requirements of the Chapter 2253 of the Texas Government Code, as Amended. OFIFA AL kECOkL CITY SECRETARY FT. WORTH, TX Done in Fort Worth, Texas, this the Water Department Director William J. Schultz, Inc., dba Circle "C" Construction Comuany CONTRACTOR BY: ' William J. Sch tz President TITLE P. O. Box 40328, Fort Worth, TX 76140 ADDRESS MAR 0 3 2009 day of A.D., 2009. CITY OF FORT WORTH FERNANDO COSTA, ASST CITY MANAGER ATTEST: CITY SECRETARY (S E A L) L�3,jq Contract authorization 3/3I og Date APPROVED AS TO FORM AND LEGALITY: ASST. CITY A IECOh.. CITY SECRETARN WORTH, TX