Loading...
HomeMy WebLinkAboutContract 38672Cl1Y SECRETARY Y D.0.E. FILE CONTRAC TOR'S BONDlNG co. FORT WORTH CONSTR UCT\ON'S COPY ..._ .,_,a ,-4 ,, CLI ENT DEPARTf /\ENT SPECIFICATIONS AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF EDWARDS RANCH ROAD PHASE II City Project No. 00107 D.O.E. No. 5994 X-20775 K-2042 TPW No. C221-541200-303230010788 Water No. P265-541200-603170010787 Sewer No. P275-541200-703170010787 Michael J. Moncrief Mayor Dale A. Fisseler, P.E. City Manager S. Frank Crumb, P .E. Director, Water Department · Greg Simmons, P .E. Acting Director, Transportation and Public Works Department Andrew T. Cronberg, P .E. Assistant Director, Water Department Prepared for The City of Fort Worth Department of Engineerin2 October 2008 JACOBS 6 -03 -09 P0 3:3 4 I N []ORIGINAL • } Offjcia1 s te of tre C CITY COUNCIL AGENDA COUNCIL ACTION: Approved on 5/12/2009 -Ord. No. 18606-05-2009 CONTINUED FROM A PREVIOUS WEEK DATE: 51512009 REFERENCE NO.: C-23494 LOG NAME: 02EDWARDSPHASE2- LHLACY CODE: C TYPE: NON- CONSENT PUBLIC HEARING: NO SUBJECT: Authorize a Contract in the Amount of $3 ,93 1,769.09 with L.H. Lacy Company , Ltd ., for Pavement and Drainage Construction on Edwards Ranch Road, Phase II; Authorize Amendment No. 2 to City Secretary Contract No . 31709 , an Infrastructure Development Agreement with Edwards Geren Limited ; Accept $1,186 ,061 .59 from Edwards Geren Limited for Additional Pavement and Storm Drainage Capacity and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the C ity Council : 1. Authorize acceptance of funds from Edwards Geren Limited in the amount of $1,186,061 .59 for additional pavement and storm drainage capacity ; 2. Adopt the attached appropriation ordinance increasing the estimated receipts and appropriations in the State Highway 121T Southwest Parkway Fund by $1 ,186,061 .59 from available funds; 3. Authorize the City Manager to execute a contract with L.H . Lacy Company , Ltd., in the amount of $3,931,769 .09 for pavement and drainage construction on Edwards Ranch Road, Phase II; and 4. Authorize Amendment No. 2 to City Secretary Contract No . 31709 , an Infrastructure Development Agreement with Edwards Geren Limited , to establish general maintenance obligations of Edwards Geren Limited for landscaping and irrigation systems at its sole cost and expense and to permit Edwards Geren Limited to assign such maintenance obligations to specific entities or with written consent of the City of Fort Worth in accordance with Amendment No. 2 . DISCUSSION: The 2004 Capital Improvement Program included funds for the City of Fort Worth's (City) share of costs for the State Highway 121 (Southwest Parkway) project. Subsequent funding was included in the 2007 Critical Capital Projects approved by Council in December 2006. On December 7 , 2004, (M&C C-20437 , as amended on April 26, 2005, M&C C-20685) the City authorized an Infrastructure Development Agreement (Agreement) with Edwards Geren Limited (EGL), City Secretary Contract No . 31709, under which the City wilf fund and construct certain infrastructure related to the development of Southwest Parkway. These infrastructure improvements provide for water, sewer, paving and drainage improvements on the Edwards Ranch development. As part of the Agreement with EGL, the City escrowed funds for the design and construction of the identified improvements to ensure adequate funding was available. EGL desires to enhance the landscaping within the median and parkway to promote the development of Edwards Ranch . The maintenance responsibility of these enhancements will be that of EGL and will be required by Amendment No. 2 to the Infrastructure Development Agreement with EGL. Amendment No. 2 will also permit EGL to assign its maintenance responsibilities to specified entities or other http://apps .cfwnet.org/council _packet/me _review .asp?ID= 11508&councildate=5/12/2009 Page 1 of : of Fo "t .Jorth T exa' FoRTWORn1 ~ 5/28/2009 16l v ~Kev1 ew .. ' entities upon receipt of the City's w ri tte n consent. ... .... - This construction project consists of app rox i mately 4 ,500 linear f eet of fo ur lane d iv ided highway. EGL has requested and agreed to pay fo r add iti o nal pavem e nt a nd stor m d ra inage capacity . The amount associated with the design and construction of the additional capacity i s $1 ,186,061 .59 and staff has verified these funds have been deposited in to the escrow accou nt by EGL. Accordingly , after the award and execution of this contract w ith L.H . Lacy Company, Ltd ., t h e C ity will withdraw the sum of $3 ,931 ,769 .09 for the const ruct io n of th ese im pro ve ments . The project was advertised for b id on October 30 , 2008 , and No ve m ber 6 , 2008 , in the Fort Worth Star- Telegram . On December 18 , 2008, the fo ll owin g b ids we re rece ive d : Bidders L.H. Lacy Company, Ltd. Mario S inacola and Sons Excavating , Inc. Jackson Construct ion , Ltd . JLB Contracting , LP Austin Bridge and Road, LP Conatser Construction TX, LP Bid with Green Cement $3 ,931 ,769.09 $3 ,953 ,440 .26 $3 ,955 ,368.50 $4 ,170,798 .36 $4 ,332 ,692 .10 $4 ,393 ,773 .75 Bid with Non-Green Cement Alternate $3 ,920, 153.68 $3 ,943 ,394 .50 $3,908,279.00 $4 ,170,798.36 $4 ,332 ,692 .10 $4 ,354,532 .50 Time of Completion 210 Calendar Days Funding in the amount of $120,000 .00 is include d for associa ted constructi on survey , material testing , inspection and project close out. Th e co ntin ge ncy fu nds to cove r ch a nge o rders total $118 ,000.00. L.H . Lacy Company , ltd., is in compl iance w ith the C ity 's M/WBE O rd inance by committing 17 percent M/WBE participation . The C ity's goal o n thi s p roj ect is 17 perce nt. This project is located in COUNCIL DIS T RICT 3 , Mapsco 74V, 742 , 7 5S and 75W. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifi es th at f unds are ava ilable in the current capital budget, as appropriated , of t he Southwest Pa rkway St at e Hi g hway 12 1T Fun d . TO Fund/Account/Centers 1 & 2) C221 488100 303230010783 21 C22 1 541200 3032300107 8 3 11 86 061 .59 $1 ,183 ,061.59 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS FROM Fund/Account/Centers .fil C221 54 1200 303230010783 $3,9 31 ,769.09 Fe rn an do Costa (6122) Randle Harwood (6101 ) Bryan Beck (7909) http ://apps .cfw net.org/council_packet/m c_review.asp?ID=l l508&councildate=5/12/2009 Pag e 2 of : 5/2 8/200 9 ..-M& -,,_Review 02EDWARDSPHASE2-LHLACY Ordinance.doc 20EDWARDSPHASE2-LHL}.CY _._pot ---•+ -- .. http://apps.cfwnet.org/council_packet/mc_review.asp?ID=l l508&councildate=5/l2/2009 Page 3 of : 5/28/200() DEC-01-20 08 MON 08:43 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT CAP IT AL PROJECTS DIViSION ADDENDUM NO. 1 EDWARDS RANCH ROAD PHASE II Unit I: Water and Sewer Improvements Unit II: Paving and Drainage Improvements City Project No. 00107 DOE No. 5994 RELl~SE DATE: November 26, 2008 (REYISED)BID RECEIPT DA TE : 1:30 PM, December 18, 2008 INFORMATION TO BIDDERS: Tiie Specifications and Contract Documents for the above mentioned project are revised and amef.lded a.<i follows : I) The bid open date has been revised to THURSDAY, DECEMBER 18, 2008. 2) A Pre-Bid meeting will be held on Wedne~day, December 10, 2008 at 2:00 PM at City Hall, 1000 Throckmorton Street, Transportation and Public Works Department. 3) The "M/WBE SPECIAL INSTRUCTIONS FOR BIDDERS" for Unit I and Unit II has been revised as follows: a. Unit I MWBE Goal is 22% b. Unit iI with Alternate "A" MWBE Goal is 17% c. Unit II with Altemare ''B" MWBE Goal is 17% d. Combined Unit I and Unit II with Alternate "A" MWBE Goal is 18% e. Combined Unit I and Unit II with Alternate ''B " MWBE Goal is 18% P. 02/36 4) If low bidders for Unit 1 and Unit II are different contract.ors then each contractor is responsible for meeting the MWBE goal stated for that Unit. If one contractor is the low bidder for both Unit I and Unit II, then the contractor is re sponsible for meeting the MWBE goal stated for combined Unit I and Unit II. See revised attached pages . 5) Construction te sting for Unit I and Unit TI shall adhere to the requirements specified in the Transportation & Public Works Department -2005 Pavement De si gn Standards Manual 6) In The plan set, sheet 3 is intentionally not included. 7) Replace entire proposal section of Unit I and Unit ll with revised propo:.al. See revised attached pages. DEC-01-2008 MON 08 :44 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 P. 03/36 8) A detail sheet for Unit Il, Section A, Item No_ 27 : StormTrooper Model SWST(or approved equal) is attached- This bid item also includes approximately 150 linear feet of 24-inch RCP(20-foot depth), one connection to junction box structure, one tie-in to 5x3 RCB. The Storm Trooper location is adjacent to junction box structure \),1th an approximale depth of 30-feet from existing ground. Revised plans will be available at the Pre- Construction meeting _ 9) Part C-General Conditions has been revised and is available for pick-up at the Municipal Office Building, 1000 Throclanorton Street in Tram,-portation and Public Works Department. - 10) Sb.eels 56-57 have been revised to replace the 6-inch dimnetM smooth dowel with a 1-inch diameter smooth dowel. The maximum spacing for transverse contraction joints is 40-feet Revised plans will be available at the Pre-Construction meeting. 11) A detail for the concrete pa vement header been added to the plan set. See attached detail. 12) The AGTEK computer file used for the roadway earthwork computations is available by email. Contact ll:on _ wilsonca .•fortworthgov .org 13) l he current CFW Concrete Pavement Acceptance Policy will be adhered to on this project. See attached copy of policy. This addendum fo!ills a part of the Contract Doeuments referenced above and :modifies the Original Contract Documents and Plans Acknowledge receipt of this Addendum in the space provided below, in the Proposal, and acknowledge receipt on the outer envelope of your bid_ Failure to acknowledge receipt of this addendum could subje,:t the bidder to be rejected as being non-responsive_ P least: acknowledge receipt of tl1e Addendum in the bid proposal and on the outside of the sealed envelope. WLEDGED: ·~ 0\__ ~' Leon Wilson, Jr., P .E. Transponation & Public Worlcs Department DEC-15-2008 MON 09:33 AM CITY F.W. ENGINEERING FAX NO. 817 871 7854 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT CAPITAL PROJECTS DMSION ADDENDUM NO. 2 EDWARDS RANCH ROAD PHASE Il Unit I: Water and Sewer Improvements Unit II: Paving and Drainage Improvements City Project No. 00107 DOE No. 5994 RELEASE DA TE: December 15, 2008 (REVJSED)BID RECEIPT DA TE: I :30 PM. Decemoer 18, 2008 INFORMATION TO BIDDERS: The Specifications and Contract Documen!S for the above mentioned project are revised and a.mended as follows : l . The following are clarifications to items discussed in the Pre-Bid meeting on December 10, 2008 : a. Clearing and Grubbing of the right-of:way is a non-pay item per Item 75 in the Special Provisions for Street and Stonn Drain Improvements. b. The minimum cement content for the concrete pavement will be 5.5 sacks and 6 sacks for hand pours. The maximum amount of fly ash allowed will be 20%. · c. AtJ.y wood chippings will need to hauled off site. d. Top soil will be utilized per Item 71 in the Special Provisions for Street and Stonn Drain Improvements. e. Disposal of ciccess excavation material will be in accordance with Item 32 in the Special Provisions for Street and Storm Drain Improvements . The property owner's representative has expressed interest in the possibility of using some of the excess material on the site, plea..-;e contact Ken Davis with TrinityWooo; at 817 .694 .3042 for additional information . 2. Replace Page B-5(R) in Unit I, Section B(Sewer) with tile attached revised page. 3. Replace Page B-6(R) in Unit II, Section B(Paving) with the attached revised page. P. 02/05 DEC-l 5-2oo8 MON 09:33 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 This addi!ndum forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans . Acknowledge receipt of chis Addendum in the space provided below, in the Proposal, and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to be rejected as being non-responsive. Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. ~I{-ED:_/ By~~~ .. Traruponation & Public Works Department P. 03/05 CITY OF FORT WORTH, TEXAS STREET, STORM DRAIN, WATER AND SANITARY SBWER IMPROVEMENTS FOR EDWARDS RANCH ROAD Raymolld J. Ahrns, P.E. Jacobs Carter Burgess 777 Main Street, P.O , Box 901058 Fort Worth, Texas 76101 Richard James Shaheen, III, P.E. Dunaway Associates, L.P. 150 J Meqimac Circle, Ste I 00 Fort Worth, Texas 76107 Carl T. De2eo, P.E. Khnley-Hom and Associates, Inc. 80 I Cherry Street, Unit 11, Suite 950 Fort Wortll, Texas 76102 October 2008 For Pavin~inage/ Wat~/Se:erl r~ ~'(,ii ,• €. o rst-., •• ~~1-······~ ,, • Co.· * ·.'5' •• '*... ··. *•, l-tc: ·. *~ ---·························~ I RICHARD JAMES SHAHEEN III '. ~-·······················~ ,~... 98610 :"ft£ 'to·· 1. •"kl"' t ... ~~·./CENS~··. ~,? "'tf~8 ...... • ~('j-· ~,\,e.tt~~ .. t-1ol --ia I DB For Draina~t! Improvements ir~;·P.t. H. X \*\ ,..?.:.CAAL r:"~~-~ t~1x-·a1~=:~:;J ~~~.(;-~- ~ONA~~ "'~o/tB/08 For Water/Sewer Improvements TABLE OF CONTENTS 1. NOTICE TO BIDDERS 2 . COMPREHENSIVE NOTICE TO BIDDERS 3. SPECIAL INSTRUCTIONS TO BIDDERS -WATER DEPARTMENT 4. SPECIAL INSTRUCTIONS TO BIDDERS -T/PW DEPARTMENT 5. UNIT I PROPOSAL }> VENDOR COMPLIANCE TO STATE LAW }> GREEN CEMENT COMPLIANCE STATEMENT UNIT II PROPOSAL }> VENDOR COMPLIANCE TO STATE LAW }> GREEN CEMENT COMPLIANCE STATEMENT 6. MINORITY AND WOMEN BUSINESS ENTERPRISES SPECIFICATIONS 7. PART C -GENERAL CONDITIONS 8. SUPPLEMENTARY CONDITIONS TO PART C-GENERAL CONDITIONS 9. PART D -SPECIAL CONDITIONS 10. PART DA -ADDITIONAL SPECIAL CONDITIONS 11. PART E -MATERIAL SPECIFICATIONS (WATER DEPARTMENT) 12. STANDARD DETAILS (WATER DEPARTMENT) }> 2008 PREVAILING WAGES FOR CONSTRUCTION PROJECTS 13. SPECIAL PROVISIONS (T/PW DEPARTMENT) 14. STANDARD DETAILS (T/PW DEPARTMENT) }>. 2008 PREVAILING WAGES FOR CONSTRUCTION PROJECTS 15. CONTRACT INSTRUMENTS-UNIT I (WATER & SEWER} > CERTIFICATE OF INSURANCE > COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE LAWS > CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW > CONFLICT OF INTEREST DISCLOSURE REQUIREMENTS AND QUESTIONNAIRE > PERFORMANCEBOND > PAYMENT BOND > MAINTENANCE BOND > CITY CONTRACT 16. CONTRACT INSTRUMENTS-UNIT 11 (PAVING & DRAINAGE) > CERTIFICATE OF INSURANCE > COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE LAWS > CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW > CONFLICT OF INTEREST DISCLOSURE REQUIREMENTS AND QUESTIONNAIRE > PERFORMANCEBOND > PAYMENT BOND > MAINTENANCE BOND > CITY CONTRACT 17. GEOTECHNICAL REPORT NOTICE TO BIDDERS Sealed proposals for the following: For: Edwards Ranch Road Phase 2 DOE No. 5994, City Project No. 00107 Water Project No.-P265 541200 603170010787 Sewer Project No. -P275 541200 703170010787 T/PW Project No. -C221541200303230010788 Addressed to the CITY OF FORT WORTH PURCHASING DMSION 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 will be received at the Purchasing Office until 1:30 PM, Thursday, December 4, 2008 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Contract documents, including Plans and specifications for this project may be obtained at the Municipal Office Bmldmg, 1000 Throckmorton Street, Fort Worth, Texas. One or more set of plans and documents may be purchased at a cost (non-refundable) of sixty dollars ($60.00) for each set. Plans will be available for pick-up on Tuesday, November 4, 2008. SUBMISSION OF BID AND AW ARD OF CONTRACT This document is designed as two separate contract documents and proposals and shall not be construed as being a package. The Proposal Sections are designed as two separate proposals and are arranged to allow the Contractor to submit a bid on each individual proposal. The total low bid of each proposal ts the apparent successful bidder. If the Contractor only submits a bid on one proposal and it is the lower proposed pnce total, the Contractor will be the apparent successful bidder for this individual proposal. In order to be considered the apparent successful bidder, the Contractor is required to submit a bid (including the appropriated M/WBE mfonnatlon). The low bidder Unit II will be responsible for completing the rough grading associated with the roadway before the Unit I low bidder begins construction activities. There will be no remobilization paid to Unit I or Unit II contractor for the completion of the roadway grading in advance of the water and sewer construction. The contractors for Unit I and Unit II will be responsible for the coordination necessary to complete the roadway grading in advance of the water and sewer construction. The major work on the above project shall consist of the following: Unit I: 150 L.F. 16" Water Main and All Appurtenances 4,515 L.F. 12" Water Main and All Appurtenances 250 L.F. 8" Water Main and All Appurtenances 30 L.F. 6" Water Main and All Appurtenances 1,320 L.F. 10" Sewer Main and All Appurtenances 2,855 L.F. 8" Sewer Main and All Appurtenances 140 L.F. 6" Sewer Main and All Appurtenances G:VOB\0/4806\CIV1/M2008/027 COFW CITY AWARDED CONTRACIS\5994_NTB.doc NB-1 NOTICE TO BIDDERS Unitll: 43,550 C.Y. of Unclassified Street Excavation 31,515 S.Y. of Concrete Street Pavement 680 L.F. 10'X6' Single Box Culvert Storm Drain Line 355 L.F. 10'X5' Single Box Colvert Storm Drain Line 580 L.F. 9'X5' Single Box Culvert Storm Drain Line 90 L.F. 7'X5' Single Box Culvert Storm Drain Line 610 L.F. 6'X5' Single Box Culvert Storm Drain Line 260 L.F. 4-5'X3' Multiple Box Colvert Storm Drain Line 190 L.F. 2-4'X2' Multiple Box Culvert Storm Drain Line 5,900 L.F. 21 "-54" Reinforced Concrete Pipe Storm Drain Line 1 EA. 26'-8"Xl3' Junction Box With Manhole Riser 1 EA. 9'-7"X7' Junction Box With Manhole Riser Bid security is required in accordance with the Special Instruction to Bidders. 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 aclmowledge 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. The Affidavit Statement of the City of Fort Worth Minonty and Women Business enterprise Specifications must be submitted with the bid at the time of bid opening. Failure to submit the affidavit statement with the bid shall result in the rejection of the bid as non-responsive. Bidders shall comply with the City's Green Cement Policy as stipulated in the 'Comprehensive Notice to Bidders' of these specifications and contract documents. For additional information concerning this project, please contact Leon Wilson, P.E., Project Manager, at 817- 392-8883. Advertising Dates: October 30, 2008 November 6, 2008 Fort Worth, Texas G:VOB\014806\CIV1IM2008I017 COFW CITY AWARDED CONTRACTS\5994_NTB.doc NB-1 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: EDWARDS RANCH ROAD PHASE II Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 2:00 p.m., Thursdav, December 4, 2008 and then publicly opened and read aloud at 2:00 p.m. m the Council Chambers. Plans, General Contract Documents and Specifications for this project may be obtained in the office of the Transportation & Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. A sixty dollar ($60) deposit is required for the first set of documents and additional sets may be purchased on a non-refundable basis for sixty dollars ($60) for each set. These documents contain additional information for prospective bidders. The major work will consist of the (approximate) following: Unit I: 150 L.F. 16" Water Main and All Appurtenances 4,515 L.F. 12" Water Main and All Appurtenances 250 L.F. 8" Water Main and All Appurtenances 30 L.F. 6" Water Main and All Appurtenances 1,320 L.F. 10" Sewer Main and All Appurtenances 2,855 L.F. 8" Sewer Main and All Appurtenances 140 L.F. 6" Sewer Main and All Appurtenances Unit II: 43,550 C.Y. of Unclassified Street Excavation 31,515 S.Y. of Concrete Street Pavement 680 L.F. 10'X6' Single Box Culvert Storm Drain Line 355 L.F. lO'XS' Single Box Culvert Storm Drain Line 580 L.F. 9'X5' Single Box Culvert Storm Drain Line 90 L.F. 7'X5' Single Box Culvert Storm Drain Line 610 L.F. 6'X5' Single Box Culvert Storm Drain Line 260 L.F. 4-S'X3' Multiple Box Culvert Storm Drain Line 190 L.F. 2-4'X2' Multiple Box Culvert Storm Drain Line 5,900 L.F. 21 "-54" Reinforced Concrete Pipe Storm Drain Line 1 EA. 26'-8"X13' Junction Box With Manhole Riser 1 EA. 9'-7"X7' Junction Box With Manhole Riser Included in the above will be all other miscellaneous items of construction as outlined m the Plans, General Contract Documents and Specifications. NOTICES All bidders will be required to comply with Provision 5159a of ''V emon' s Annotated Civil Statutes" of the State of Texas with respectto the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) proh1b1ting d1scnmmation m the employment practices. COMPREHENSIVE NOTICE TO BIDDERS Bid security may be required in accordance with Special Instructions to Bidders. The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities . No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, 1f made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary mvestigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all addenda to the contract documents and aclmowledging receipt of the addenda by initialing the appropriate spaces on the Addenda Index and Receipt form(s). Bids that do not acknowledge receipt ofall addenda may be rejected as bemg non-r esponsive. Information regarding the status of addenda may be obtained by contacting the Engineering Department at (817) 392-7910. B idders, using the printed copy, 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 specification 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 deadline stated below or the bidder may request a copy of said forms from the City of Fort Worth Project Manager named in this solicitation. In accord with the 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 of Fort Worth contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AIVERFORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5 :00 p.m., five (5) City of Fort Worth business days after the bid opening date. The bidder shall obtam a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bid non-responsive. As per Fort Worth City Council Resolution 3536, the City Manager is authorized to specify the purchase of dry kiln cement as the base bid in City of Fort Worth bid projects, with an alternative bid for the purchase of cement from an unspecified source and preferential purchasing for bids from a cement kiln with emissions not exceeding 1. 7 pounds of NOx per ton of clinker produced. In cases where cement meetmg the above requirements is not available, and where cement from a non-compliant source must be utilized, the Contractor shall furnish good faith effort documentation in the form ofletters from two North Texas cement suppliers 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. All related costs for complying with the Green Cement Policy shall be considered subs1d1ary to the applicable project pay items . The contractor shall submit the Green Cement Policy Compliance Statement or the good faith effort documentation at the time the of bid opening of the project. A copy of the Compliance Statement is attached at the end of this section. Failure to comply with the Green Cement Policy may result in rejection of the bid as non-responsive. SUBMISSION OF BID AND AW ARD OF CONTRACT This document is designed as two separate contract documents and proposals and shall not be construed as being a package. The Proposal Sections are designed as two separate proposals and are arranged to allow the Contractor to submit a bid on each individual proposal. The total low bid of each proposal is the apparent successful bidder. If the Contractor only submits a bid on one proposal and it is the lower proposed price total, the Contractor will be the apparent successful bidder for this individual proposal. In order to be considered the apparent successful bidder, the Contractor 1s required to submit a bid (including the appropriated M/WBE information). Bidders are hereby informed that the Director of the Engineering Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. COMPREHENSIVE NOTICE TO BIDDERS bidder for the this individual proposal. In order to be considered the apparent successful bidder, the Contractor is required to submit a bid(including the appropriated M/WBE information). Bidders are hereby informed that the Director of the Transportation & Public Works Department reserves the right to evaluate and recommend to the City ofFort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. For additional information, please contact Travis Pierce, Engineer, Jacobs Engineering at Telephone Number: 817.347. 7 62 7 or by email: travis.pierce@jacobs.com, and/or Leon Wilson, Jr., P .E., Projec;t Manager, Transportation & Public Works Department at 817.392.883. DALE A. FISSELER, P.E. CITY MANAGER Advertising Dates: October 30, 2008 November 6, 2008 By:~~\J\, Leon Wilsorl, Jr., P.E Transportation & Public Works Department MARTY HENDRIX CITY SECRETARY SPECIAL INSTRUCTIONS TO BIDDERS 1) PREOUALIFICATION 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 techmcal evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation : a current financial statement, an acceptable expenence 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 ofbids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a vahd permit issued by an appropriate State licensmg 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 venficat1on. b) For an expenence record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification m work ofboth 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 sha11 be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture m the event the successful bidder fails to execute the Contract Documents within ten (IO) 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 reqwred under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that 1s authorized and admitted as a reinsurer in the state of Texas and is the holder ofa certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal Jaw. 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 herem. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (I 00%) percent of the contract price will be required, Reference C 3-3.7. 09/10/04 1 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following. (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment afoot less than the rates detennined 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 m 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 Right to Audit, under paragraph L of Section Cl: Supplementary Conditions To Part C -Genera] Conditions, pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above . (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . 5 . AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6 . BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 60 lg, 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 busmess m this state This provision does not apply if this contract mvolves federal funds The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automaticalJy disqualify that bidder. 8. PAYMENT: If the bid amount 1s $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 09/10/04 2 or privi]eges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupationa1 qualification, r etirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age li mit 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 poltcy 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 wtth the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of1ts subcontractors will not unlawfully d1scnminate on the basis of disability in the provision of services to the general pubhc, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any ofits subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local Jaws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors agamst City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Jaws concermng disability discrimination in the performance of this agreement. 11 MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City ofFort Worth Ordinance No. 15530, the City of Fort Worth bas goals for the participation of minority busmess 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 approp r iate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Fai1ure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate infonnahon regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business ent~rpnse (WBE) on the contract and payment thereof Contractor further agrees to permit any audit and/or exammation of any books, records or files in its possession that wtll substantiate the actual work performed by an MBE and/or WEE. 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 ordmances relating to false statements. Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud wtl1 result in the Contractor being determined to be mesponsibJe and barred from participating in City work for a period of time ofnot 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. 09/10/04 3 b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. £ In the event that the Bills Paid Affidavit and Consent of Sw-ety 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 withm 30 calendar days. 09/10/04 4 SPECIAL INSTRUCTION TO BIDDERS (fRANSPORTATION AND PUBLIC WORKS) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City ofFort Worth, in an amount of not less than five (5%) per cent of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten ( 10) days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or {2} have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and adm itted 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 determ ine the adequacy of the proofrequired herein. 2 . PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety m a sum equal to the amount of the contract awarded. In this connection, the successful bidder shall be required to furnish a performance bond and a payment bond, both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations penmtted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request The City, in its sole discretion, will determine the adequacy of the proof required herein. The City will accept no sureties who are m default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall unmediately provide a new surety satisfactory to the City If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supp1ying labor and materials in the prosecution of the work. If the contract amount ism excess of$100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work m accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two {2) years after the date of acceptance of the project from defects in workmanship and/or material. 10/27/04 3 . LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1, Item 8, paragraph 8.6, of the "General Provisions" of the Standard Specifications for Construction of the City of Port Worth, Texas, concerning liquidated damages for late completion of projects. 4. AMBIGillTY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City res erves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No 7400 (Fort Worth City Code Section 13-A-21 through 13 -a-29) prohibiting discrimination in employment practices. 6. WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: (a) The contractor shall comply with all requrrements 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 penod of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled "Right to Audit" pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all ofits subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less , an affidaVIt statmg that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. {e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering ifrequired for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if requrred, is to be prepared by an independent Public Accountant holding a vahd permit issued by an appropriate State Licensing Agency. 8. INSURANCE: Withm ten (l 0) days ofreceipt ofnotice of award of contract, the Contractor must provide, along with executed contract documents and appropnate bonds, proof of insurance for Worker 's Compensation and Comprehensive Genera] Liability (Bodily Injury-$500,000 each person, $1,000,000 each occurrence ($2,000,000 aggregate limit); Property Damage -$250,000 each occurrence). The City reserves the nght to request any other insurance coverages as may be required by each individual project. 9. ADDITIONAL INSURANCE REQUIREMENTS: 10/27/04 2 a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's habihty insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required msurance documentation sha11 not constitute a waiver of the insurance requirements specified herein. d Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium e. Insurers must be authorized to do business m the State of Texas and have a current AM. Best rating of A: VII or equivalent measure of financial strength and solvency f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g . Other than worker's compensation insurance, in heu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providmg nghts of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurancy premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss r ecovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsmt or which could result in a property loss . Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 10. NONRESIDENT BIDDERS: Pursuant to Article 60 lg, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place ofbusiness is located. 10/27/04 3 ''Nonresident bidder" means a bidder whose principal place of business 1s not in this state, but excludes a contractor whose ultunate parent company or majority owner has its principal place of business in this state. ''Texas resident bidder" means a bidder whose principal place ofbusiness is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place ofbusiness in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. I I. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordmance No. 15530, the City of Fort Worth has goals for the participation of minonty business enterprises and women business enterpnses 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 enterpnse (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 relatmg to false statements Further, any such misrepresentation facts ( other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time ofnot less that three (3) years 12. AW ARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. 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, GOOD FAITH EFFORT FORM, and/or the JOINT VENTURE FORM (''Documentation") as appropriate is rece1Ved by the City The award of contract, if made, WIii be within ninety (90) days after this documentation is received, but in no case will the award be made until all the respons1b1lity of the bidder to whom it is proposed to award the contract has been verified. 13. PAYMENT: The Contractor will receive full payment (minus retamage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. 10/27/04 4 14. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtamed by contacting the plans desk of the Department of Engineering Construction Division at (817) 871-7910. B1ds that so not acknowledge all applicable addenda may be rejected as non-responsive. 15 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. Definitions: Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons proVIding services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor earners, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "SerVIces" include, wtthout limitation, providing, hauling, or delivering equipment or materials, or proVIding labor, transportation, or toner services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. b. The contractor shall provided coverage, based on proper reporting of class1ficahon codes and payroll amounts and filmg of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Secllon 401.011 (44) or all employees of the contractor providmg 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 wtth the governmental entity showing that coverage has been extended . e. The contractor sha11 obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the proJect; and 10/27/04 5 (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter g. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. h. The contractor sha11 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 ofits 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 cerhficate 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) obtam from each other person with whom it contracts, and provide to the contractor. (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, 1fthe coverage period shown on the current certificate of coverage ends during the duration of the project, (S) 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 winng 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 providmg 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 10/27/04 6 j. By signing this contract or providing or causmg to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who WIil provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self msured, with the comm1ss1on's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to admmistrative, criminal, civil penalties or other civil actions. k. The contractor's failure to comply with any of these provisions 1s a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B . The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and statmg how a person may venfy current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text m at least 19 pomt normal type, and shall be in both Enghsh and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker" compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive infonnation on the legal reqwremen t for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage" 16. NON DISCRIMINATION: The contractor shall not discriminate agamst any person or persons because of sex, race, religion, color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment practices 17 . AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of th e federal government, contractor covenants that neither it nor any of1ts officers, members, agents, or employees, will engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis ofa bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither 1t nor its officers, members, agents, or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement ·plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend, indemmfy and hold City harmless against any and all claims or allegations asserted by third parties against City arismg out of 10/27/04 7 Contractor's alleged failure to comply with the above referenced Policy concerning age discnmination in the performance of this Contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for apphcants for employment with, ·or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disabihty and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discnmination in the performance of this Contract. 19. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a The contractor will receive full payment (less retamage) from the city for each pay period . b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The proJect shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (i1) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event ofa dispute regarding either final quantities or hqmdated damages, the parties shall attempt to resolve the differences within 30 calendar days. 10/27/04 8 UNITI PROPOSAL WATERANDSEWERIMPROVEMENTS FOR EDWARDS RANCH ROAD PHASE II DEC-0 1-2 00 8 MON 08:4 5 AM CITY F. W. ENGINEERING TO: Mr. Dale A. Fisseler, P.E. City Manager Fort Worth, Texas PROPOSAL FAX NO. 817 871 7854 FOR: Water/ Sewer Extensions for Edwards Ranch Road, Unit 1 in Fort Worth, Texas DOE No . 5994 City Project No. 00107 Water Project No. P265-603170010787 Sewer Project No. P27S-703170010787 P. 09/36 Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the~ plans and specifications and subject to the inspection and approval of the Director, Water Depaitment of the City of Fort Worth . Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Perfonnance , Maintenance Bond, and Payment Bond approved by the City of Fort Worth for performing and completing the construction work within the time stated and for the following sum, to- wit: UN IT 1: SECTION A (WATER) DOE No. 5994; City Project No. 00107; Water Project No. P2 65-603170010787 Pay Item 1. 2. CPMS No. BID- 00580 BID- 00592 Unit 423 L.F. 150 L.F. Name of Pay Item with Unit Price in Words Pipe -Casing -24-Inch Steel Casing Pipe by Open Cut and Stainless Steel Spacers Per Item DA-6 -Install @ Dollars And Cents Per Unit Pipe -Pressure -16-inch (Pressure Class 250 Ductile Iron Water Pipe by Open Cut (All Depths) wifil Backfill, RE: 34/29) - Install@ Dollars And Cents Per Unit B-l(R) Unit !lid Price $ $ Amount Bid ~ $ DEC-01-2008 MON 08:45 AM CIT Y F.W. ENGINEERING FAX NO. 817 871 7854 Pay Item 3 . 4. 5. 6. 7. 8. CPMS No. BID- 00590 BID- 00591 BID- 00618 BID- 00616 BID- 00719 BID- 00717 Unit 440 L.F. 4,233 L.F. 141 L.F . 60 L.F. 1 E.A. I 9 E.A. Name of Pay Item with Unit :Price in Words Pipe -Pressure -12-inch (Pressure Class 350 Ductile Iron Water Pipe by Open Cut (All Depths) with Backfill, RE: 34/29) - Install@ Dollars And Cents Per Unit Pipe -Pressure -12-inch (PVC C-900 DR- 14 Water Pipe by Open Cut (All Depths) with Backfill, RE: 34/29) -Install @ Dollars And Cents Per Unit Pipe-Pressure -10-inch (PVC C-900 DR- 14 Water Pipe by Open Cut (All Depths) with Backfill, RE: 34/29) -Install @ Dollars And Cents Per Unit Pipe -Pressure -6-inch (PVC C-900 DR- 14 Water Pipe by Open Cut (AU Depths) with Backfill, RE: 34/29) -Install @ Dollars And Cents Per Unit Valve -16-inch -(Resilient Seated) Gate Valve with Vault -Install@ Dollars And Cents Per Unit Valve -12-inch -(Resilient Seated) Gate Valve and box (Per Detail 2/27) -Install@ Dollars And Cents Per Unit 8 -2 (1l) Unit Bid Price I I $ $ i i P. 10/36 Amount Bid $ $ i ~ $ ~ DEC-01-2008 MON 08:46 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 Pay Item 9. ,___, 10. 11. 12 . 13. 14. 15. CPMS No. BID- 00749 BID- 00745 BID- 00722 BID- 00546 BID- 00548 BID- 00569 BID- 00568 Unit 3 E.A 6 E.A. I E.A. 6 E.A. 3 V.F. 1.5 TON 6.2 TON Name of Pay Item with Unit Price in Word$ Valve - l 0-inch -(Resilient Seated) Gate Valve and box (Per Detail 2/27) -Install@ Dollars And Cents Per Unit Valve -6-inch -(Resilient Seated) Gate Valve and box (Per Detail 2/27)-Install@ Dollars And Cents Per Unit Valve -I-inch Combination Air Release and Vacuum Valve with Vault-Install@ Dollars And Cents Per Unit Fire Hydrant (Per Det.ail 6b/28) -Install @ Dollars And Cents Per Unit Fire Hydrant -Barrel & Stem Extension - Install@ Dollars And Cents Per Unit Pipe Fittings -0-tlctile Iron -Equal to or Greater Than 16-inch Ductile Iron Pipe - Install@ Dollars And Cents Per Unit Pipe Fittings -Ductile Iron -Less Than 16- inch Ductile Iron Pipe -TnstaU @ Dollars And Cents Per Unit B-3(R) Unit Bid Price $ i $ $ i I i P. 11/36 Amount Bid i $ 1 $ $ ~ $ i j I I DEC-01-2008 MON 08:46 AH CITY F. W. ENGINEERING FAX NO. 817 871 7854 Pay Item 16. 17. CPMS No. BID- 00547 BID- 00372 l 4,945 Unit E.A. L.F. Name of Pay Item with Unit Price in Words Fire Hydrant -Remove (Per Item D-30) @ DQllars And Cents Per Unit Trench Safety System 5-foot Depth (Per Item D-26) -Install @ DoJlars And Cents Per Unit linitBid Price $ $ P. 12/36 Amount Bid $ $ TOTAL: SECTION A (WATER)~$-------- (Transfer Total to Page JB.. 7) List of Ductile Iron Fittings for SECTION A -WATER MAIN RELOCATIONS: Quantity of Fittings Size of Fitting TYPe of Fitting 1 16-inch x 16-inch Tee I 12-inch x 12-inch Cross 3 12-inch x I 0-inch Tee -4 12-inch x 6-inch Tee -· 3 l 0-inch x 6-inch Tee 18 12-inch 45 degree Bend 2 12-inch 22.50 degree Bend 2 12-inch 11.25 degree Bend I 16-inch x 12-inch Reducer 2 16-inch Plug 3 12-inch Plug 2 8-inch Plug -· 1 ,__. 16-inch Cleaning Wye 1 ,__ 12-inch Cleaning Wye I 8-inch Cleaning Wye ~. Total Weight ---'-"/C4_, 5t. ___ "6=-0 __ 1bs. < £. 1.8 B-4{R) Weight per Fittin lbs. -5!.D L/J~ 305 .t.50 2 2.'8 2. I I /80 178 Zt./5 /(p 9. !3i:i qo {;Jg t/i.2 1.0/_p Tons) Total Weight bs. ,s!t,o L/15 CJ15 /000 M?L/ 37qg .<.lnD 356, 2.t/5 33&, t/os /90 (;18 t/J.J._ 2o&, DEC-15-2008 MON 09:34 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 SECTION B (SEWER) DOE No. 5994; City Project No. 00107; Sewer Project No. P275-703170010787 Pay Cl'MS Unit Item Number I. BID-422 L.F. 00227 2 . BID-897 L.F. 00246 · - 3. BID-120 L.F. 003SO 4 . BID-2,133 L.F. 00351 :5 . BID-295 L.F . 00227 Name of Pay Item with Unit Price in Words Pipe -Sewer -l 0-Inch (Pressure Class 350 Ductile Iron Pipe with Protecto 401 Interior Lining and Polyethylene Encasement by Open Cut with Backfill, RE : 34/29) -Install @ Dollars And Cents Per Unit Pipe-Sewer-IO foch (SDR-26 PVC Sanitary Sewer Pipe by Open Cut (All Depths) with Backfill RE : 34/29) -lnstall @ Dollars Ang Cents Per Unit Pipe-Sewer - 8 Irich (SDR-26 PVC Sanitary Sewer Pipe by Open Cut (All Depths) with Backfill, RE: 34/29) -Install @ Dollars And Cents Per Unit Pipe-Sewer -8 Inch (SDR-35 PVC Sanitary Sewer Pipe by Open Cut (All Depths) with Backfill, RE: 34129) -Install @ Dollars And C'.ents Per Unit Pipe -Sewer -8-fuch (Pressure Class 350 Ductile Iron Pipe with Protecto 401 Interior Lining and Polyethylene Encasement by Open Cut with BackfilL RE: 34/29)-Install @ Dollars And Cents Per Unit B-5(R2) Unit Bid Price i $ $ $ $ P. 04105 Amount Bid ~ $ $ ~ $ DEC-01-2008 MON 08:46 AM CITY F.W. ENGINEERING FAX NO. 817 871 7854 Pay CPMS Unit Item Number 6. BID-115 L.F. OOxxx 7. BID-16 E-A 00213 8. BID-73 V.F. 00214 9. BID-16 E.A. 00196 10. BID-16 E.A. 00218 11. BID-170 V.F. 00211 12. BID-16 E.A. 00217 Name of Pay Item with Unit Price in Words Pipe-Sewer-6 Inch (SDR-35 PVC Sanitary Sewer Pipe by Open Cut (All Depths) with Bacldill, RE: 34/29) -Install @ Dollars And Cents Per Unit Manhole-Std 4-Foot Diameter (to 6-Foot Depth) -Install@ Dollars And Cents Per Unit Manhole-Std 4-Foot Diameter-Added Depth (over 6-Foot Depth)-Install@ Dollars And Cents Per Unit Collar -Manhole (Per Item D-27) -Install @ Dollars And Cents Per Unit Manhole .:.. Watertight Insert (Per Item D- 27) -Install @ Dollars And Cents Per Unit Manhole -Paint & Coating -Interior Protective Coating (Per Item DA-11, DA-14 or DA-15) -:-ln.sta.W.@ • .. . • . Dollars And Cents Per Unit Manhole-Vacuum Test (Per ItemD-36) - Services@ Dollars And Cents Per Unit B-6(R) Unit Bid Price $ s i i $ $ ~ l ' P. 14/36 Amount Bid $ 1. ~ ~ ~ s $ Lacy Construction Civil Construction As Planned www.lhlacy.com " Proj ect : Edwards Ranch Road Ph ase II (Unit I & II ) City: Fo rt Worth, Texas Date: December 18, 2008 Time: 2 :00 PM ITEM CODE ITEM DESCRIPTI ON Unit I Section A (Water) 1 24" STEEL CASE PIPE BY OC & STAINLESS STEEL SPACERS 2 16" PRESSURE CL 250 DI WTR PIPE BY OC , ALL DEPTHS 3 12" PRESSURE CL 350 DI WTR PIPE BY OC , ALL DEPTHS 4 12" PVC C900 DR14 PIPE BY OC, ALL DEPTHS 5 10" PVC C900 DR14 PIPE BY OC, ALL DEPTHS 6 6" PVC C900 DR14 PIPE BY OC, ALL DEPTHS 7 VALVE-16"-RESILIENT SEATED, GATE VALVE WNAULT 8 VALVE-12"-RESILIENT SEATED , GATE VALVE WNAULT 9 VALVE-10"-RESILIENT SEATED , GATE VALVE WNAULT 10 VALVE-6"-RESILIENT SEATED, GATE VALVE WNAULT 11 1" COMBO AIR RELEASE & VACUUM VALVE WNAUL T 12 FIRE HYDRANT 13 FIRE HYDRANT BARREL & STEM EXTENSION 14 PIPE FITTINGS-DI-EQUAL TO OR GREATER THAN 16" DI PIPE 15 PIPE FITTINGS-DI-LESS THAN 16" DI PIPE 16 FIRE HYDRANT, REMOVE 17 TRENCH SAFETY SYS 5' DEPTH Section B (Sewer) 1 PIPE SEW 10", PRESSURE CL 350 DI PIPE 2 PIPE SEW 10" SOR 26 PVC SS PIPE BY OC 3 PIPE SEW 8" SOR 26 PVC SS PIPE BY OC 4 PIPE SEW 8" SOR 35 PVC SS PIPE BY OC 5 PIPE SEW 8" PRESSURE CL 350 DI PIPE 6 6" SOR 35 PVC SS PIPE BY OC 7 MH 4' DIA TO 6' DEPTH 8 MH 4' DIA ADDED DEPTH OVER 6' 9 COLLAR MH 10 MH WATERTIGHT INSERT 11 MH PAINT & COAT-INTERIOR PROTECTIVE COAT 12 MH VACUUM TEST 13 SEW SERV 6" 2-WAY CLEAN OUT 14 INSPECTION-POST CONST CLEANING & TV 15 TRENCH SAFETY SYS 5' DEPTH ~f%tfi~rr d~~, ~~:: ';g;!~l4f Printed Ro nald S. Murawski TiUe: President Date: December 18, 2008 1880 Crown Road Dallas, Texas 75234 j Subtotal Subtotal Section A (Wate r) Sectio n B (Sewer) Un it 1 Total (Section A + B) PO . Box 541297 Dallas, Texas 75354-1297 UNI T LF LF LF LF LF LF EA EA EA EA EA EA VF TN TN EA LF LF LF LF LF LF LF EA VF EA EA VF EA EA LF LF QUAN TITY UNIT PRICE 423 150 440 4233 141 60 1 9 3 6 1 6 3 1.5 6.2 1 4945 $306,798.74 422 897 120 2133 295 115 16 73 16 16 170 16 5 3982 3982 $239,354 .92 $306,798.74 $239,354.92 $546,153.66 T: 214.357 .0146 F: 214.350.0662 $156 .63 $70 .16 $51 .68 $30 .60 $27 .91 $19 .86 $10,518 .39 $1,938 .12 $1 ,519 .53 $781.13 $2 ,804 .15 $2 ,918.90 $616.78 $1 ,500 .00 $1 ,500 .00 $1,106 .21 $0 .12 $66 .68 $28.46 $37 .33 $23 .57 $65 .89 $22 .45 $1,929 .31 $215 .1 2 $910 .77 $216 .83 $197.57 $104 .96 $532 .37 $1 .23 $0 .37 A MOUNT $66,254 .49 $10,524 .00 $22,739.20 $129,529 .80 $3 ,935.31 $1,191 .60 $10,518.39 $17,443 .08 $4,558.59 $4,686 .78 $2,804 .15 $17,513.40 $1,850 .34 $2,250 .00 $9,300 .00 $1,106 .21 $593.40 $28,138 .96 $25 ,528 .62 $4,479 .60 $50,274 .81 $19,437 .55 $2,58 1.75 $30 ,868 .96 $15,703 .76 $14,572.32 $3,469 .28 $33,586.90 $1 ,679 .36 $2,661 .85 $4 ,897 .86 $1,473 .34 . . . " DEC-01-2008 MON 08:46 AM CITY F.W. ENGINEERING FAX NO. 817 871 7854 Pay CPMS Unit Item Number 13. BID-5 E.A. 00362 14. BID-3,982 L.F. 00201 15. BID-3,982 L.F. 00372 Name of Pay ltem with Unit Price in Words Sewer -Service - 6 inch 2-way Clean Out (Per Item D-61) -Install @ Dollars And Cents Per Unit Inspection -Post Construction Cleaning & TV (Per Item D-38) -Study@ Dollars And Cents Per Unit trench Safety System 5-foot Depth (Per Item D-26) -Install @ Dollars And Cents Per Unit Unit Bid Price i I $ P. 15/36 Amount Bid ~ ~ i TOTAL: SECTION B (SEWER)=-$ _________ _ UNIT 1: SUMMARY OF BIDS SECTION A (WATER) SECTION B (SEWER) UNIT 1: TOTAL (SECTION A + B) (Award of contract, if made, shall be to the overall responsible low bidder.) B·7(R) I I DE C-01-2008 MON 08:46 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 PROPOSAL MATERIAL SUPPLIER INFORMATION FORM -16, 12, 8 and 6-incb Water Pipe DUCTILE IRON PIPE The ductile iron pipe and valve supplier information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted. P. 16/36 Ameg1CftAJ CAsr /got,! Pi PE GMPA JJ Y Name of Manufacturer Cu1ss35o Type of Pipe Po &K J7J7, &1<.rntAll!:tHAf/1 1 AL 35'~t>J Hom,: Office Address of Manufacturer tit/It It m 6r. Nvt<:1H /3Jf{/1'111J&t/AM . AL 35JD 7 Loca1ion of plant in which pipe and fittings a.i-e to be manufactured PVC PIPE The PVC pipe and valve supplier information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted. Dwv10ND PLAS,tC.S Narm: of Manufacturer _!p Sox I to& Home Office A dress of Manufacturer D). /)/J Jot/NS-ro0AJ f<,t:,, t[tiANb !SlAIJ(). NE t,gg()£ Location of plant in which .pipe and fittings ard to be manufactured l'l-8(R.) Ctj{X) DIZt4 Type of Pipe DEC-01-2008 MON 08:46 AM CITY F. W. ENGINEERING FAX NO. 817 871 785 4 P. 17/36 PROPOSAL Within ten (10) days of notification by City, the undersigned will execute the formal contract and deliver an approved Surety Bond and such other bonds as required by the Contract Docril!s, for the faithful performance of this Contract. The attached bid security in the amount of$ 2 . A. 6. is to become the property of the City of Fort Worth. Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth as liquidated damages for the delay and additional work caused thereby. The undersigned bidder verified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January l , 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 ,m<lersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in eitll.er furnismng ofrefening employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by the 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 by 180 calendar days as set forth in the written work order to be furnished by the Owner . The work order will be issued no later than 90 days after the award of the contract and shall be in accordance with DA-46 Recommended Sequence of Construction. A. The principal place of business of our company is in the State of WA £.tz,J"A Non-resident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached . Non-resident bidders in the State of _______ , our principal place of business, are not required to underb id resident bidders. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Receipt is acknowledged of the following addenda: Addendum No. 1 (initials) ~ Addendum No . 2 (initials)~ Addendum No . 3 (initials) __ _ -(S'EAJ:, 1f Bitldet is Corporation -~ I~;te :--12./l~~e:, --... -... -.-~---~-::_____ ---... ___ ... ,,.-... ..-.... ""' - .. ---..... 8-9(R) Respectfully submitted, B~·~&,,r· Name: /2tw111, o '5. Jv/t14 t9 fAA!/U Title: /?g.(f 6t ~ T Address: J $ i20 et2/)f.-JN /p, O+&tt '( I>!· '1'5Z14 Telephone: i l 4 -'C '$1-0 I 4 (, VENDOR COMPUANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications. The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in {give State), our principal place of business, are not required to underbid resident bidders. 8. Our principal place of business or corporate offices are in the State of Texas. ~ BIDDER: By: ___ t _"_,,_/ll_u_r_aw_s_k_: ____ _ Company (Please print) Address Signature·~ J1f--~ Title: __ lr_r_t _s-._d_hi_f ______ _ City/State/Zip (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION GREEN CEMENT POLICY COMPLIANCE STATEMENT (To be furnished by the Contractor to the City at the time of bid opening) (Submit separate forms for each supplier I product supplier) Name of Project: City Proj. No.: 00\ Ot This is to certify that the cement to be utilized for the above project will meet the following criteria: The cement was manufactured in a kiln utilizing the dry process (list source below) or in a kiln that meets the emission standard of 1. ?lb or less of NOx / ton of clinker released into the atmosphere. Name of Manufacturer Address of Manufacturer: I Yoo D~v-t Lo.t\-L I tn .-Jlo-lA ;4" TY t&O/;J CONTRACTOR SUPPLIER f.YI /lluraw ~le,' Lu -t'h,V £Jd le n,,. ah.. Name Name Title Title us. Company Company Phone Number Phone Number UNITil PROPOSAL PAVING AND STORM DRAIN IMPROVEMENTS FOR EDWARDS RANCH ROAD PHASE II DEC -01-2008 MON 08:46 AM CI TY F. W. ENGINEERING FAX NO. 817 871 7854 PROPOSAL . This proposal must not be removed from this book of Contract Documents . TO: PROI10SAL FOR : TPW PROJECT NO. CITY PROJECT NO . FILE NO . XNO. Mr -Dale A Fisseler, P.E. City Manager Fort Worth, Texas Paving and Drainage Improvements for Edwards Ranch Road Phase D in Fort Worth, Texas Clll-541200-303230010788 00107 K-2042 20775 P. 18/36 Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans, specifications and the site, widerstands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in th,: plans and specifications and subject to the inspection and approval of the Director, Water Department of the City of Fort Worth. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnii;h Performance, Maintenance Bond, and Payment Bond approved by the City of Fort Worth for performing and completing the construction work within the time stated and for the following sum, to- wit: B-l(R) DEC-01-2008 MON 08:47 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 P. 19/36 UNIT II SECTION A (STORM DRAJN) City Project No. 00107; TPW No. C221-541200-303230010788 Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount Item No. Q1iantity Unit Price in Words Price Bid 1. BID-1,431 L.F. 2l"RCP Class ill 00081 Dollars & Cents per Linear Foot $ $ 2. BID-2,652 L.F. 24" RCP Class m 00082 Dollars & Cents per Linear Foot $ $ 3. BID-96 L.F. 30" RCP Class ID 00083 " Dollars & Cents per Linear Foot $ $ 4. BID-627 L.F. 36" RCP Class III 00085 Dollars & I Cents per L_ Linear Foot $ $ 5. BID-691 L.F. 39" RCP Class III 01101 Dollars & Cents per Linear Foot $ $ 6. BID-120 L.F. 42" RCP Class Ill I Dollars & 00086 Cents per I Linear Foot $ $ ! 7. BID-107 L.F. 48" RCP Class ill 00087 Dollars& Cents per Linear Foot $ $ 8. BID-37 L.F. 54" RCP Class III 00919 Dollars & Cents per Linear Foot $ $ 9. BID-688 L.F. 10' x6' SBC 00856 Dollars & Cents per Linear Foot $ $ B-2(R) DEC -01-2008 MON 08:47 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 P. 20/36 Pay CJ>MS Estimated Onit Name of Pay Item with Unit Bid Amount Item No. Quantity Unit Price in Words Price Bid 10. BID-448 L.F. 10' xS' SBC 00855 Dollars& Cents per Linear Foot $ $ -11. BID-590 L.F. 9' x 5' SBC 00893 Dollars& Cents per Linear Foot $ $ 12 . BID-101 L.F. 7' x 5' SBC 00885 Dollars & Cents per Linear Foot $ $ 13 . BID-620 L.F. 6' x5' SBC 00881 Dollars & Cents per Linear Foot $ $ 14 . BID-262 L.F. 4-5' x 3' MBC 00900 Dollars & Cents per Linear Foot $ $ - 15. BID-188 L.F. 2-4' x2' MBC 00900 Dollars & Cents per Linear Foot $ $ -· 1 ti. BID-l Ea. 2-4' x 2' MBC Headwall (FW-0) 00069 Dollars & ~7 Cents per Each $ $ BID-I Ea. 4-5'x3' MBC Headwall (FW-0) 00069 Dollars & Cents per Each $ $ 18. BID-1 Ea. 26'~8" K 13' Junction Box with 00899 Manhole Riser Dollars & Cents per Each $ $ B-3(R) DE C-0 1-200 8 MON 08:4 7 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 P. 21/36 Pay CPMS Estimated Unit Name of .Pay ltem with UllitBid Amount Item No. Quantity Unit Price in Words Price Bid ! 19 . BID-1 Ea. 9' -r x 7' Junction Box with 00899 Manhole Riser Dollars & Cents per Each $ $ -· 20 . BID-31 Ea. Standard 10' Curb Inlet 00106 Dollars& Cents per Each $ $ 2l. BID-1 Ea. 6' Squace Manhole 00117 Dollars & Cents per Each $ $ 22. BID-3 Ea. 4 • Square Manhole 00117 Dollars & Cents per Each $ $ 23. BID-3 Ea. 4' Diameter Manhole Riser 00115 Dollars & Cents per Each $ $ 24. BID-1 Ea. 4' x 4• Drop Inlet 00104 Dollars & Cents per Each $ $ - 25. BID-l Ea. 5 ' x Y Drop Inlet 00103 Dollars & Cents per Each $ $ ._.__ 26. BID-353 S.Y. 12" Rock Rip Rap 00092 Dollars & Cents per $ $ Square Yard 27. BID-l L.S. StormTrooper Model SWST or 00899 approved equal (including all necessary appurtena.11ces) Dollars & .. Cents per $ : .. $ Lumn Sum B-4(R) DEC-01-2008 MON 08:47 AM CITY F. w. ENGINEERING FAX NO. 817 871 7854 P. 22/36 Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount Item No. Quantity Unit Price in Words Price Bid ~i .. I 28 . BID-43,100 C.Y. Trench Excavatio n and Backfill 00101 Dollars& Cents per Cubic Yard $ $ I 29 BID-8,658 L.F. Trench Safety 00372 Dollars & Cents per Linear Foot $ $ TOT AL AMOUNT BID SECTION A (S TORM DRAIN) $ .. , B-S(R) DEC-15-2008 MON 09:34 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 P. 05/05 SECTION B (PAVING) City Project No. 00107; TPW No. C221·541200-303230010788 Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount Item No. Qu1tntity Unit Price in Words Price Bid l. BID-43,550 C.Y. Unclassified Street Excavation 00144 Dollars & Cents per Cubic Yard $ $ 2 . BID-1,645 C .Y . Drainage Swale Excavation 00062 Dollars & Cents per Cubic Yard $ $ 3. BID-34,100 S.Y. Hydromulch 000134 Dollars & Cents per Square Yard $ $ 4. BID-33,287 S.Y. 6" Lime Stabilization Subgrade 00498 Dollars& Cents per Square Yard $ $ 5. BID-583 Ton Hydrated Lime (35#/S.Y.) 00496 Dollars& Cents per Ton $ $ 6. BID-33,287 S.Y. 4" Asphaltic Concrete Pavement, 00430 TxDOTTypeB Dollars & Cents per $ $ S<1uare Yard 7 BID-9,146 L.F. 7" Concrete Curb 00843 Dollars & Cents per Linear Foot $ $ 8. BID-230 L.F. 6" C'.oncrete Curb 00842 Dollars & Cents per Linear Foot $ $ B-6(R) DEC-01-2008 MON 08:47 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 P. 24/38 Pay CPMS Estimattd Unit Name of Pay Item with Unit Bid Amount Item No. Quantity Unit Price in Words Price Bid 9 . BID-7,727 L.F. 2" Concrete Curb 00423 Dollars & Cents per $ s Linear Foot 10 . BID-33,200 L.F. Silicone Joint Sealing 00469 Dollars& Cents per LlnearFoot $ $ 11 BID-41 S.Y. 4" Concrete Cut Thru at Median Island 00528 Dollars & Cents per Square Yard $ $ 12 . BID-IS Ea. Barrier Free Ramps 00532 Dollars & Cents per Each $ $ ~ 13 . BID-406 L.F. Construct Concrete Header 00462 Dollars & Cents per $ $ Linear Foot 14 . BID-406 L.F. End of Road Barricade 00501 Dollars & Cents per Linear Foot $ $ 15. BID-9,974 S.F. Pavers in Median on Reinforced 00465 Concrete Base Dollars & I Cents per I Square Foot $ $ 16. BID-1 L.S. Pavement Striping and Pavement 00440 Markings Dollars & Cents per Lump Sum $ $ B-7(R.) DEC-01-2008 MON 08:47 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 P. 25/36 Pay CPMS E~iimated Unit Name of Pay Item with Unit Bid Amount Item No. Quantity Unit Price in Words Price Bid 17 . BID-2 Ea. Traffic -Warning Signs 01024 Per Each Dollars & Cents per Each $ $ 18. BID-145 S.Y. In.stall 6" Concrete D1iveway 00401 Dollars & Cents per Square Yards $ $ 19. BID-60 S .Y. Remove Existing Concrete 00457 Hike/Bike Trail Dollars & Cents per Square Yard $ $ 20 . BID-90 S.Y. Remove Existing Gravel 00418 Pedestrian Trail Dollars & Cents per Square Yard $ $ I-- 21. BID-365 S.Y . 4" Temporary Asphalt 00430 Hike/Bike Trail Dollars & Cents per Square Yard $ $ 2:?. BID-60 S .Y. 6" Reinforced Concrete 00429 Pavement Dollars & Cents per Square Yard $ $ 2.3. BID-90 S.Y. Gravel Pedestrian T rz il 00527 Dollars & Cents per Square Yard $ $ l4. BID-I L.S . Traffic Control (Trinity Trails) 00526 Dollars & Cents per Lump Sum $ $ B-S(R) DEC-01-2008 MON 08:47 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 P. 26/36 Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount Item No. Quantity Unit Price in Words Price Bid 25. BID-I 1,945 L.F. 4" Schedule 80 PVC Conduit 00382 Dollars & Cents per $ $ Linear Foot 26 . BID-625 L.F. 3" Schedule 40 PVC Conduit 00382 Dollars & Cents per Linear Foot $ $ 27 . BID-200 L.F. Remove & Replace Existing 00127 Barbed Wire Fence Dollars & Cents per $ $ Linear Foot 28 . BID-1 L.S. Relocate Existing 10'' Diameter 00183 Tree Dollars & Cents per $ $ Lump Sum 29 . BID-1 EA. Project Designation Sign I 01024 Three Hundred Dollars & I Zero Cents per $300.00 $300.00 Each 1---· 30 . BID-5,000 C.Y. Topsoil (As Directed By 00147 Engineer) Fifteen Dollars & Zero Cents per $15.00 $75 ,000 Cubic Yard ~ 31. BID-l L.S. Insta1lation/Mai.11tena11ce of 00100 Stonn Water Management Dollars& Cents per Lump Sum $ $ - TOT AL AMOUNT BID SECTION B (PAVING) $ B-9{R) DE C-01-2 00 8 MON 08:47 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 P. 27/36 Pay CPMS Estimated Unit Name of Pay Item with Unit Bid A!Dou.nt Item No. Quantity Unite Price in Words Price Bid Alternate A - IA. BID-31,393 S.Y . Non-Green 8" Reinforced Concrete 00429 Street Pavement Dollars & Cents per Square Yard $ $ Total-Alternate A$. ___ _ Alternate B lB . SID-31,393 S.Y. Green 8" Reinforced Concrete 00429 Street Pavement Dollars& Cents per Square Yard $ $ Total-Alternate B $. ___ _ B-!O(R) DEC-01-2008 MON 08:48 AM CITY F.W. ENGINEERING FAX NO. 817 871 7854 P. 28/36 SECTION C (STREET LIGHTS AND CONDUIT) City Projej No. 00107; TPW,No. C221-541200-303230010788 ! Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount Item No. Quantity Unite Price in Words Price Bid 1. BID-3 Ea. Street Lights 2-250 Watt on 1 Pole 00398 (Dynamic Lighting) Dollars & Cents per Each $ $ 2. BID-3,896 L.F. 3 #4, l#8G in 2" Schedule 40 PVC 00382 Dollars & Cents per Line,ll" Foot $ $ ---· 3 _ BID-790 L.F. 1 O" Steel Casing Pipe 01108 Dollars & Cents per $ $ Linear Foot 4. BID-1,220 L.F. 6" Schedule 80 PVC 00l82 Dollars& Cents per $ $ Linear Foot 5. B D-3,040 L.F. 4,, Schedule 80 PVC 00382 Dollars & Cents per $ $ Linear Foot 6. BID-6 Ea. Pull Box 00382 Dollars& Cents per Each $ $ TOT AL AMOUNT BID SECTION C (STREET LIGHTS Af..1'D CONDUIT) $ - B-ll(fl) Lacy Construction Civil Construction As Planned www.lhlacy.com 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 21 Unit II Section A (Storm Drain) 21"RCPCLIII 24" RCP CL Ill 30" RCP CL Ill 36" RCP CL Ill 39" RCP CL Ill 42"RCP CL Ill 48"RCP CL Ill 54" RCP CL Ill 10'X6' SBC 10'X5' SBC 9'X5' SBC 7'X5' SBC 6'X5' SBC 4-5'X3' MBC 2-4'X2' MBC 2-4'X2' MBC HEADWALL 4-5'X3' MBC HEADWALL 26'-8"X13' JUNCTION BOX W/MH RISER 9'-7"X7' JUNCTION BOX W/MH RISER STANDARD 10' CURB INLET 6'SQUARE MH 4'SQUARE MH 4' DIA MH RISER 4'X4' DROP INLET 5'X5' DROP INLET 12" ROCK RIPRAP STORMTROOPER MODEL SWST TRENCH EXCAV & BACKFILL TRENCH SAFETY Sectio n B (Paving) UNCLASS ST EXCAV DRAIN SWALE EX CAV HYDROMULCH 6" LIME STAB SUBGRADE HYDRATED LIME (35#/SY) 4" ASPHALTIC CONC PVMT , TXDOT TYPE B 7"CONCCURB 6"CONCCURB 2"CONCCURB SILICONE JOINT SEAL 4" CONC CUT THRU MEDIAN ISLAND BARRIER FREE RAMPS CONST CONG HEADER END OF RD BARRICADE PAVERS IN MEDIAN ON RE INF CONC BASE PAVE STRIPING & PAVE MRK TRAFF -WARN SIGNS INSTL 6" CONC DRWY REM EXIST HIKE/BIKE TRAIL REM EXIST GRAVEL PED TRAIL 4" TEMP ASPH HIKE/BIKE TRAIL 6" REINF CONC PAVE GRAVEL PED TRAIL TRAFF CONTROL 4" SCH 80 PVC CONDUIT 3" SCH 40 PVC CONDUIT REM & REPL EXIST BARBED WIRE FENCE RELOC EXIST 10" DIA TREE PROJ DESIGNATION SIGN TOPSOIL INSTUMAINT OF STRM WTR MANAGEMENT 1880 Crown Road Dallas, Te xas 75234 Subtotal Subtotal P.O . Box 541297 Dallas, Texas 75354-1297 LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF EA EA EA EA EA EA EA EA EA EA SY LS CY LF CY CY SY SY TN SY LF LF LF LF SY EA LF LF SF LS EA SY SY SY SY SY SY LS LF LF LF LS EA CY LS 1431 2652 96 627 691 120 107 37 688 448 590 101 620 262 188 31 1 3 3 1 353 43100 8658 $1,734,845.69 43550 1645 34100 33287 583 33287 9146 230 7727 33200 4 1 15 406 406 9974 1 2 145 60 90 365 60 90 1 1945 625 200 1 5000 $1,11 6,114.14 T: 214.357 .0146 F: 214.350 .0662 $39 .70 $56 ,810.70 $41 .92 $111,171 .84 $54.70 $5,251.20 $72.47 $45,438 .69 $95 .03 $65,665 .73 $98 .57 $11,828 .40 $116 .10 $12 ,422.70 $157 .21 $5,816.77 $422.12 $290,418 .56 $391 .94 $175,589 .12 $331 .05 $195,319 .50 $258.45 $26 ,103.45 $216 .40 $134,168.00 $678.35 $177,727.70 $246.78 $46,394 .64 $5,660.98 $5,660.98 $11,202 .79 $11 ,202 .79 $43 ,500 .18 $43,500.18 $7,091 .13 $7,091 .13 $2,800 .70 $86,821 .70 $4,647 .96 $4,647 .96 $3,456.18 $10 ,368.54 $1,132.20 $3,396.60 $3,873 .30 $3,873 .30 $4,290.43 $4,290 .43 $71 .51 $25 ,243.03 $161,978.19 $161,978.19 $0 .12 $5,172.00 $0 .17 $1,471 .86 $6 .08 $264,784 .00 $5.71 $9 ,392.95 $1.00 $34 ,100.00 $1 .50 $49 ,930.50 $129 .20 $75 ,323.60 $11 .63 $387 ,127.81 $1.00 $9,146.00 $1 .00 $230 .00 $0 .75 $5 ,795.25 $0 .59 $19 ,588 .00 $35.00 $1 ,435.00 $789 .01 $11 ,835.15 $6 .00 $2,436.00 $34 .68 $14,080 .08 $6 .11 $60 ,941 .14 $8 ,631 .14 $8,631.14 $392.70 $785.40 $42 .40 $6,148 .00 $7 .49 $449.40 $2.49 $224 .10 $17 .34 $6,329 .10 $42 .53 $2 ,551 .80 $18 .32 $1,648 .80 $4,590 .77 $4,590 .77 $7 96 $15,482 .20 $6 .12 $3,825 .00 $9.12 $1 ,824 .00 $8,618.40 $8,618 .40 $300 .00 $300.00 $15 .00 $75,000.00 $33 ,560 .55 $33,560.55 Lacy Construction Civil Construction A s Planned www.lhlacy.com 1A NON-GREEN 8" REINF CONG ST PAVE 1B GREEN 8" REINF CONG ST PAVE Alternate A Subtotal Alternate B Subtotal Section C (Street Lights & Conduit) 1 ST LIGHT 2-250 WA TI ON 1 POLE 2 3 #4, 1#8G IN 2" SCH 40 PVC 3 10" STEEL CASING PIPE 4 6" SCH 80 PVC 5 4" SCH 80 PVC 6 PULL BOXES Title: President Date : December 18, 2008 1 880 Crown Ro ad Dallas, Texas 75234 Subtotal Section A (Storm Drain) Section B (Paving) Section C (Street Lights & Conduit) Unit II Total (Section A+ B + C + Alt "A'1 Unit II Total (Section A+ B + C + Alt "B") PO . Box 541297 Dallas, Texa s 75354-1297 SY SY EA LF LF LF LF EA 31393 $911,966.65 31393 $923,582.06 3 3896 790 1220 3040 6 $157,227.20 $1,734,845.69 $1 ,116,114.14 $157,227.20 $3,920,153.68 $3,931,769.09 T: 214.357.0146 F: 21 4.350 .0662 $29 .05 $911,966.65 $29.42 $923,582.06 $4 ,947 .00 $14,841 .00 $12.70 $49 ,479 .20 $63 .68 $50,307.20 $12 .60 $15,372 .00 $7 .96 $24,198.40 $504 .90 $3,029.40 • t J • &. C ,-'t DEC-01-2008 MON 08:48 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 I UNIT II SUMMARY OF BIDS SECTION A (DRAINAGE) Total -Drainage _ ltf_. $ l(iB tf ,8tf0 , SEC110N B (PAVING) Total -Pavinj (£1 $ t, ( ll & ( 14 I ~ SECTION C (STREET LIGHTS) Total-Street Lights $ 1 S:l-a:>-3. x:> ( *UNIT U CONSTRUCTION OPTION 1 Unit II (Section A+ S;t._on B + Section C + Alternate "A") $ 3 i9 ~1 15°3 , lP *UNIT ll CONSTRUCTION OPTION 2 Unit Il (Section A + Section B + Section C + Alternate "B") f) ~ $ 3 .ct 3l 1t&~, I *THESE TOTALS ARE TO BE READ AT BID OPENING CONTRACTOR sbaU, if applicable, identify the pres-qualified sub-contractor who shall install water and/or sanitary sewer facilities. Pre-qualified sub-contractor for water and/or sanitary sewer installations. B-12(R) P. 29/36 DEC-01-2008 MON 08:48 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 P. 30/36 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 tlm 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 execu1ed and delivered within the time above set forth. as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he bas been furnished at least one set of the General Contract Docwnents 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 appwtenant plans. - The undersigned assw·es that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the tenns of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within Two Hundred -Ten (210) Calendar Days after beginning construction as set forth in the written work order to be furoished 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 __ . p~ent lower tha:11 resident bidders by state law. A copy of the statute is attached. Non resident bidders in the State of our principal place of business, are not required to underbid resident bidders. YB. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 8-l3(R) DE C-0 1-2 008 NOf 08:48 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 . l (we) acimoJ..ledge 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. 2 (Initials) ~ Addendum No. 3 (Initials) ___ _ Addendum No. 4 (Initi als) ___ _ Respectfully submitted, .,,. -...... -~ ... :-.: --::--... Telephone: ~ l4 ~ i6?· ~ {4', B·l4{Rl P. 31/36 GREEN CEMENT POLICY COMPLIANCE STATEMENT (To be furnished by the Contractor to the City at the time of bid opening) (Submit separate forms for each supplier I product supplier) Name of Project: City Proj. No.: . · 00\ o, This is to certify that the cement to be utilized for the above project will meet the following criteria: · The cement was manufactured in a kiln utilizing the dry process (list source below) or in a kiln that meets the emission standard of 1. 71b or less of NOx / ton of clinker released into the atmosphere. Name of Manufacturer Address of Manufacturer: i~oo D~v'-l Lau. I rn·Jlo-ll·att TY 7{;0{;f CONTRACTOR SUPPLIER f.r'I /iluraws-lc,' Lu +tv £Jd le (r. an.. Name Name Title Title L 1-1 Lad Cc,,'fad, f-+JJ. /-I u / c,· ·" t15. Company Company q 1J-1J 7-SK"OO . Phone Number Phone Number VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract . as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications. The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A . Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. ~ BIDDER: /. JI La t~ Corn/"''] By: /o~ /ll uraw.r k : Company (Please print) /J7S?o Cr 0i....1 r lo o.fl Signature· ~4 ' Address ~t;l laIJ T'I ·, '1 00& Title: /rt'-s ,denf City/State/Zip (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION DEC-01-2008 MON 08:44 AM CITY F.W. ENGINEERING FAX NO. 817 871 7854 FORT WORTH ·~ City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY ·· · -· If the total doll!li' value-C>f thjt ~ntra~ t~ SJ~~QQO c:ir ~-; t~, ~: gc>a,l ;, appliq~J~) . : it ilie tot~I dollar vaiua of the cohiract:is '. lffl1nan:,$25,00t( the. MiWBE . iihs not :'·'.. iab~.' POLICY STATEMENT P. 04/36 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/VlfBE) in the procurement of all goods and services to the City on a contractual basiS . All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. R. Sewer of the total bid. COMPLIANCE TO BID SPECIFICATIONS On City ,;ontracts of $25.000 or rnore. bidders are comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. 1. Subcontractor Utilization Form, if goal is met or exceeded: received by 5:00 p.m., five (5) City business days after the bid o enln da te. exclusive of the bid o enin date. 2. Good Faith Effort and Subcontractor Utlllzatlon Form, if participation is less than received by 5:00 p.m., five (5) City business days after the bid opening da te, exclusive of the bid opening date. stated 1)_a_1: ___________ -t--t------:-::----::-----,,::-:---------------, 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilizaticm Form, if no M/WBE artici ation : o enin da te, exclusive of the bid o enin date. 4. Prirnl3 Contractor Waiver Form, if you will received by 5 :00 p.m ., five (5) City business days after the bid erform all subcontractin /su lier work: o enin da te. exclusive of the bid o enin date . 5. Joint Venture Form. if utilize a joint venture received by 5:00 p.m .• five (5) City business days after the bid to met 01 · exceed oat. o enin da te, exclusive of the bid o enin date. • FAILUR~:~ <:OMPLV~TH _TH~ c~·~ne1~s~oR~ce~: W1µ:R~Y~~}~7f;i£;~~;1> ~1~~ ~?Nf~~Fl ... ·.. . . . . .. .. . .. ;. .. . . .NO~RESPONSIVE TOSPECfF.ICATlONS ,. . .. · ., · ... · . , .. . .... ,,:;_j Any questions, please contact the MfWBE Office at (817)92-6104. F!11v. 11/11105 DEC-01-2008 MON 08:44 AN CITY F. W. ENGINEERING FAX NO. 817 871 7854 FORT WORTH ~----• ,-+JHTZ City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY .. · . Jriha ~c doJlar:Vatue ofth~ ~~.acoa ·$~.~QO ,Qr·mor~; tti~ PAIWB~ u~l'~ iijlj,itca~e,;: ,; :, · · • ·• • If. th~. total doUai: v'aluij .of ttii:t ~iiaci is ies& ~:$25;000, the MANSE .. · afls riof a· 'l~bie: ·.,: ', POLICY STATEMENT P. 05/36 It Is the policy of the City of Fort Worth to ensure the full and equitable participation by Mi nority and Women Business Enterpri ses (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements and reglllatlons stated in the City's current Minority and Women Business Enterprise Ord inance apply to this bid. M/WBE PROJECT GOALS The City's M/WBE goal on the project is 17% for Unit II (Paying & Dcaioage) with Alternate "A"{Non-Green Cementlof the total bid . COMPLIANCE TO BIO SPECIFICATIONS On City contracts of $25,000 or more, bidders are comply with the intent of the City's M/WBE Ordinance by either of the followinfi: 1. Meet or exceed the above stated M/WBI: goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4 . Joint Ve~ure . .§.Y.!!M!TTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the followin for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form , if goal is met or exceeded: 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated oal: 3. Good Faith Effort and Subcontractor Utilization Form , if no M/WBE artici ation: 4. Prime Contractor Waiver Form, if you will erform all subcontractin /su lier work : 5. Joint Venture Form. if utilize a joint venture to met or exceed oal. received by 5:00 p.m., five (5) City business days after the bid o enin date. exclusive of the bid o nin date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date . received by 5:00 p.m ., five (5) City business days after the bid o nin date, exclusive of the bid o enin date . received by 5:00 p.m., five (5) City business days after the bid o enln date, exclus ive of the bid o enin date . received by 5:00 p .m ., five (5) City business days after the bid o enin da te. exclusive of the bid o enin date . FAltuRE .TQ COMPLY WITH TH~ CITv:'.S iMIWBE ORDINA.HCm, WILL RESULT ·1N. THE,B1D::B£fN.G :CONSiQ ERED ; , •. : .... ·: ; ·: • . . . . "'..·'N6N;;aEsPONSIV.ifTO .'SPECiFICATION$'.. ~:';.-.:·~} ,.;-_,: .. :<. <:·.:; :i:. > .. /~: .• Any questions, please contact the Mt'WBE Office at {817)92-6104. R&II. 11/11/05 DEC-01-2008 MON 08:44 AM CITY F.W. ENGINEERING FAX NO. 817 871 7854 FORT WORTH ---., ..... City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY P. 08/36 • ' lt~h~ t~tal d()l."r \ia.1~~ ;<>f't,"s ~~tr~ ••'.$25~~ or~o,~. «i~ ~ 9~)•(~,app~~~ · .: X ·. • . lf:.ttie ,fotaH:lollar value of the coi'ltracit:iS. IE!t;S than $25,000. the ·MJWer::• . lis,i.itit . licablei,. ~-. :. : ; . ' POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requ irements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid . M/WBE PROJECT GOALS Toe City':; M/WBE goal on the project is 17% for Unit II (Paving & Dr8!nage) with Alternate ''B"(Green Cement} of the total bid . COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the followin for the entire bid to be considered res onsive to the specifications. 1. Subcontractor Utilization Form , if goal is met or el<.ceeded: 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than received by 5:00 p.m., five (5) City business days after the bid o enin date, exclusive of the bid o enin date. received by 5:00 p .m., five (5) City business days after the bid opening date, exclusive of the bid opening date. statedJ)S'_al_: -----------+---+----------------------~ 3. Good Faith Effort and Subcontractor Utilization Form, if no M/WBE artici ation: 4. Prime Contractor Waiver Form , if you will erform all subcontractin /su lier work : 5. Joint Venture Form, if utilize a joint venture to met or exceed oal. received by 5:00 p.m., five (5) City business days after the bid o enin date, exclusive of the bid o enin date. received by 5:00 p.m., five (5) City business days after the bid o enin date. exclusive of the bid o enin date. received by 5:00 p.m., five (5) City business days after the bid o enin date, exclusive of the bid o nin date. FAILURE TO CQMPI.. Y WITH THI: CiTY'S MIWaE ·oRQtNANCE~.Wltl RESULT 'IN 'THE JiO]:IEING £ONS1DEREfY . · ... · .. _; .. :) :; \ •:.;:.;: . ' '.:. · .. ··:< .. ON~~SP-0NSiV£TOSP'ECiFJCATIO.NS '•}.:.:.'_/;'/:/ \.' <: .. •.:::: ·. ::·:·,_ :·: ' .. :·· Any questions, please contact the M/WBe Office at (817)92-6104. Rev.11/11/05 DEC-01-2008 MON 08:45 AM CI TY F. W. ENGINEERING FAX NO. 817 871 7854 FORT WORTH ·---...,..----City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY P. 07/36 : · . : · IUh _e tot;t.l qol!ar yal~~ ~ t~ ~~~, f~_$~;()~ ot "°'°='e; thf ~~ ~l !,~:!eP,,~~._. ,:: . ,:: : . · · · . If the total dolrar value of the eonttact 1s less.ffian $25,000;tt,-e MIWBE ls·.®t'1,f lteabte. . . , -,:, .: · .:. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) In the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. MJWBE PROJECT GOALS The City's M/WBE goal on the project is 18% forUnit l{Water & Sawer)+ Unit II (Paving & Drainage) with Alternate "A" No -Green Cement of the total bid . COMPLIANCE TO BID SPECIFICATIONS On City ,~ontracts of $25,000 or more, bidders are comply with the intent of the City's M/WBE Ordinance by either of the following : 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATIO~ The applicable documents must be received by the Managing Department, within the followin for the entire bid to be cons idered responsive to the specifications. 1. Subcontractor Utlllzatlon Form, if goal is received by 5:00 P-m-, five (5) City business days after the bid met or exceeded : o=nina date. exclusive of u,~ bid ocenina date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m .• five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal : 3. Good Faith effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form. if no M/WBE oarlicioation: ooenlna date. exclusive of the bid ooenina date_ 4. Primu Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/su·oolier work: ocenim:i date, exclusive of the bid ooenina date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed ooal. ooenina date , exclusive of the bid onP.nina date. FAILURE TQ COMPLY WITH THE: CITY'S ¥/VVBE :of.tQtNANCE.Wtf;;.t:.:R-ESUt. T IN , THE aw ·m:ING.'CONSIDERS> 1 ,< ., _ ... ~ ·-~ _: : ,: .· . ~. . .· .· .-: : _., .. · ... NON:aes·PONSWE '.i:Ci SPEtiF1cAi:toNs./<:·-~r::::} : • .-·,t' > .. : .· :,,: · ~ :>: =:j:J Any questions, please contact the M/WBE Office at (817)92-6104. Rev. 11/11/05 DEC-01-2008 MON 08:45 AM CI TY F.W. ENGINEERING FAX NO. 817 871 7854 FORT WORTH ....... ------· City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY P. 08/36 .. Jt #le ~t>t.al d~11ar V.~lue of ttJo :conv@U1-Qf;0.00 'or: njore. tht 'MIWBI; .UQii! 1, ;jpplicabl$/ / ·: . ·. 'lf,triatotaldoi1arv~rue .ofthe co~itacfra·reiss tnariS25;000~ i:he MIYJ.BE ' · a11s:not =· ·.-·' ~Clibl~ ;·_ i •= '. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regu lations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid . M/WBE PROJECT GOALS The City's M/WBE goal on the project is 18% forUnit lfWater & Sew$[)+ Unit II (Paving & Drainage) with Alternate "B" Green Cement of the total bid . COMPLIANCE TO BIO SPECIFICATIONS On City contracts of $25,000 or more , bidders are comply with ths intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or: 3. Waiver documentation, or; 4. Joint Venture . SUBMITTAL OF REQUIRED DOCUMENTATION The appllcable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be cons idered responsive to the specifications . 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or ex.:..ccee:....:...;:.:d..::..ed;::.;.: _________ -+-+.::.,o::.:e:.:.:nc:..in~dc:.at::.c.s.:_. e::.:.x.:..:cc'-"luc::.;si"""vea:..o.a.,;f..ath""'e""'b;a,aid.....,o""-'e""nc..;.in;.,,,...;;dc=aa.:..::te..:.... ------1 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date . exclusive of the bid opening date. stated oaf: 3. Good Faith Effort and Subcontractor Utllliatlon Form. if no M/WBE artici ation: 4. Prime Contractor Waiver Form, if you will erform c11l subcontractin /su lier work : 5. Joint Venture Form. if utilize a jo int venture to met or exceed oal. received by 5:00 p.m., five (5) City business days after the bid o enin date , exclusive of the bid o enln date. received by 5:00 p .m .. five (5) City business days after the bid o enin date, exclu sive of the bid o en i date. received by 5:00 p.m., five (5) City business days after the bid o enin date, exclusive of the bid o enin date . FAILURE TO 'COMPLYWJTH THE ClTY'S ~,QRl.)~s;_w,tLj/~ESPLn~·=nte;'BJI) BEJNG '(X)NSIDEREP ;_ . ,<: .. ,: : __ :::: :,, .... :.:' '.. • \ .. ' .. NON~RESP.ONSJVE T~SPECiFICAtlONs ::.::>' 'i ·.·'.~: := )}:., /:>:".· ././.' '' Any questions, please contact the M/WBE Office at (817)92-6104. Rev. 11/11/05 I I I I I I I I I I I I I I ' .. FORT WORTH ~ City of Fort Worth . . . ATIACHMENT 1A Page 1 of 4 Subcontractors/Suppiiers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime L.U .L«c.."\ Cow.f ltl\'\ . LtJ. I M/W/DBE I~ NON-M/W/DBE PROJECT NAME: ' I £ J'-l)o.,J. \ ~0.1\ch {loo..J Plas-e. z.. BID DATE JZ-1 ~-Or' City's M/WBE Project Goal : I Prime's M/WBE Project Utilization: PROJECT NUMBER I, % f 7.4 % C ,.i.; ,; Pro, -t'--1 ~ Oo 10, I " Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening_ date, will result in the bid being considered non-responsive to bid specifications. - The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) ·listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The 'intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and wil! 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. Marketprace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE} 1s 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 bwns .and ~perates at least one fully licensed and .operational truck tc>'be used on the centract. The ·Mfv'{BE may lease tru~ks from another M/WBE. firm, including M/WBE owner-operators, and receive full M/WBE cre:Oit. The M/WBE may lease trucks from ·non-M/WBEs·, including owner-operators, but .will only receive credit for· the fees and commissions earned bv the -M/WBE as outlined in the lease agreement. · , ·. · Rev 5/30/03 f O.RT WORTII ,,,. ,-' SPECIFICATIONS AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF EDWARDS RANCH ROAD PHASE II City Project No. 00107 D.O.E. No. 5994 X-20775 K-2042 'TPW No. C221-541200-303230010788 Water No. P265-541200-603170010787 Sewer No. P275-541200-703170010787 Michael J. Moncrief Mayor Dale A. Fisseler, P.E. City Manager S. Frank Crumb, P.E. Director, Water Department · Greg Simmons, P .E. Acting Director, Transportation and Public Vil orks Department Andrew T. Cronberg, P .E. Assistant Director, Water Department Prepared for The City of Fort Worth Department of Engineering October 2008 JACOBS .. / / / vfC -01-20 08 MON 08:44 AM CITY F. W. ENGINEERING FAX NO. ·817 871 7854 FORT WORTH ----.,,, • ,..... · City of Fort Worth Minority and Women Business Enterprise -Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY P. 06/36 • · .•.. : / IUt,e. tc:,~tdQUar :\faluc(oOllii ~ntract '-;$25~000: t;,f mo.re,:~ Ml'We:E gpat ,ia\appllcai:>1e. •.· •·: :. 1ftfie tota1-001ia r vaiue · of the cor.iirai:ifoi 1~is than .$2s;ooo;, ttifl '.MJWBE ' · l:is :.oot a · 1,ciiih1ei:. ,_. : , . · POLICY STATEMENT lt is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE} in the procurement of all goods and services to the City on a contractual basis . All requi rements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid . M/WBE PROJECT GOALS The City':> M/WBE goal on the project is 17% for Unit II (Paving & DrQJnaqe) with Alternate -.B"{Green Cement) of the tota l hid . ____________________________________ __, COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25 ,000 or more, bidders are comply with the intent of the City's M/WBE Ordinance by either of the following : 1. Meet or exceed the above stated M/WBI; goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated , in order for the entire bid to be considered res onsive to the specifications. 1. Subcontractor Utilization Form, if goal is rnet or exceeded: 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated cal : 3. Good Faith Effort and Subcontractor Utilization Form, if no MN/BE artici atlon: 4. Prime Contractor Waiver Form . if you will rform all subcontractin /su lier work : 5. Joint Venture Form . if utilize-a joint venture to met or exceed oal. received by 5:00 p .m ., five (5) City business days after the bid o nin date, exclusive of the bid o enin date- received by 5 :00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m ., five (5) City business days after the bid o enin date , exclusive of the bid o nin date- received by 5:00 p.m., five (5) City business days after the bid o enin date , exclusive of the bid o nin date. received by 5:00 p.m., five (5) City business days after the bid o enin date, exclusive of the bid o nin date. FAJLllf.t~·TQ:fXIMPl,:.Yw.rrtf . ;T"1t~~ .~E .ORQINANCE~.~ . .RE$iJLT ·,N·:,:HE t,il,HI .EJN(i C,.()~ID~eo · · .. · •. ::;-i ·<::· .. ;:, ':.:\·~~_\:-,· ,.;: ~ ..•..•. ~ ·' . .' ~SPONSiVE.TQJIPl:CIF..lC'ATIQNS.</:/·';•;(·:·t\/:/:.>:/'.:: .• ••. \•: .'.:-.:: :'. Any questions , please contact the M/WBE Office at (817)92-6104. Rev. 11 /1 1/05 - FORTWORrH -..,..-- lp ,2 4,os ATIACHMENT1A p 1 Page2of4 <:35 I A I I Primes are required to Identify ALL subcontractors/suppliers , regardless of status, i.e., Minority, Women and non-M/WBEs. ' ' ' ' ' a II II II Please list M/WBE firms first, use additional sheets If necessary. Certification N (check one) 0 SUBCONTRACTORJSUPPLIER T--~~~--1 n i N T Detail Subcontracting Work Detail Supplies Purchased Company Name · Address Telephone/Fax T( G\.l-z.""'--Co"t~. '8 gS" L, L A\.':.t.. ~"4. l)~\\.a., ,"T'f J \~ -SO t} -! 'I 5' $" s~ i\ 5 e-f I Nl t i l\ \ (0. Qo 8°i \8505(s fi. Wo<>+l 1\Y 11.R\ 8" ( 1n -5r"i .... 10~ 1 s f\t'C.. . "5~('1/(C~\ p ~9-f 2-Z~1 De"'..\:o"" ,,.., A~ t\ Cof\.5~ru. c-\:oi- Po Bot '2.o-i.. ?.. , 1.. f\r-\~"-\10J\ ',i 0 I l,OC>(g <8n -ol~"'> -J, .,-, 5-\-0....\:e.1.u 'c;L 1" ru.c k,.._d' Po ~w Iv '\ f41.~~,~ e M W C X M r B B T D W R O B E E .G T E A I ~ . Cof\C.N-\..e. S-\Ndw-e< I eer-e~or Tr~c.k ~ "\,-F"r I-kl" .r .:),-. C/ritritr ;<.L o..,,.} Col'\Crt4 So.~ i Ntk ~)' Co t'l cf'<.-k 5-taf\ll-ar-J €~\r(J {'fl e"-f CoM rt-U. o.i~ '"' Mt'<l ,t1 .... a.~ 8 11.rnu .... :fr~< l a.:ff'f r \\a».\\ () ~ (\~~~ \k" a.~ Lot'c.~-lt S arJ Co"'c.~ ~t1\.tl ,}, CS ,\\ t"'I\R. 'Sec .. L w-J l.-<t~¥ UA.; \~-t) £~~fi)\t"~ Dollar Amount Rev. 5130/03 ,f I I I I I I I fORTWORTII -...,..-- J ::> ATTACHMENT 1A < '2,,,; Page3of4 "'O 8 p 7,.., ' . ..55 Pnmes are required to Identify ALL subcontractors/suppllers, regardless of status: i.e., Minority, Women and non-M/WBEs. / I\' Please 11st M/WBE firms first, use additional sheets if necessary. N 0 Certiflcatlon (check one) SUBCONTRACTOR/SUPPLIER Tl--~-,--,--...,,,..-1 n i N T Company Name Address Telephone/Fax e M W C X M r B B T D W () ?o ,.....\ tM~ro11e1vfcL \1 ~lo eho(l\e_ ()A\ \os , ""t'f 1 S 2'2 "\ q12-'-\o-z.-'l, ,o \+ct 'f\"i o-O,p-<-~ PC'< c,=.~ t o o 'J l'V'A~~.,.......... G'IJO l b r 1t.,-P I ro.:.r;t_ t'I+ , ~o Jt> 412 _ .l1,1 -luoo [J\e-h 09 \~ Pv1Y', ~(l.r~l i'b < 1~03 ~t.\t,..o.lt-'(w-1. \ Gra r..P Pc-o.;r ;{' ,i't ,s-.. eo '\12..-f 'i'j -f ~o (Y\e.l \) z. \.e l-l ,,, E E R O B C T E A y K Detail Subcontracting Work f \ec..\c ,u.L \ ~\o 5 · A-trn.r.J \ ~ ( ~-tr-tt~ '°-~'il,.ff I Co~u.H) Tr -~~1 i'Y\0-~e,,1.:I <" Po fto-r '5', J Fern S-rN "lS-\2. < (l\a, ..\i" v1\o.r:-e~ "I. Po '8 o-+ J~ 7S Lew i ~v ,\l.t \'/ '"\'S°OlP) ' \ \ I Detail Supplies Purchased P~~ Co~ {2.c. t> }- (2.c i L Dollar Amount 5 0,000 Rev . 5/30 /03 I I I I I I I f ATTACHMENT 1A FORT WORTII 1 -:, Page 3 of 4 --....,...---<: '2 </ ..... 11 - Pnmes are requ ired to Identify ALL subcontractors/suppll ers, regardless of status; i.e ., Mi nority, Women and non-M ~s ifs ! 2 . Please li st MIWBE fi rms first , use add itional sheets if necessary. · · .3'_, ~~~~~~~~~~--........ ~~~~--.--.~~~~~~~--~~~~~~~--~~~~~~ /~ N Certification (check one) SUBCONTRACTOR/SUPPLIER T1----,-----,-N--,---ccTc-i n Company Name i C x M 0 Address e M W T o w Telephone/Fax r B B R o B E E C T E A \-to\,~~; \Xf 12-Z.. w . C lLfttv-f.tv Ftwr Su.·, '9 Lj,r-l 7 ~" "~) '"T'f 1So?~ J\'-j, f'fiP -~l\/ 0 ,e~o.1 /_;~ 13joo f)\~ '11 . 'S<l.:..\z, ?i'." ' y {'A\,ai't -i-v 1 ~;;ll.L:> -·-;,,,, . . . \ ~ fa:,.. .. ,,2, 80<)0 &<-,c,. ~(. 0 r~,. po BQf 5~, Di, ()a..\\(l-r ,'"W ·,s ?S'1' ' X J. l y -! 0 , 00'1 / A>J ~;.... ~N"Y }- QealJ 19?~o lo fl\ 111.ar c ,e Or. \ ~ Su;.lo I S-o :::t:'r, ") .~ "') '$'.,(e5 J 14 ' Stf It -1 ?oo Da\\o., I-:-\< or l3arr ,c'1.i \ \on Ft. w, .. -H .. A-J<- Da.1.\G'", ~ I S'?o)' \ j ~14-11..(f~ S'",'l j Detail Subcontracting Work - A spk,t1 -\- Sv.b lo'!'.-( rad...- \C<I+-k<- (o~roL Detail Supplies Purchased Ceme"-t 5 ufrh< H-0 cl f A -t'.t_ "° I...; '(I\L -Sv.pp l:v 5~.ee l 5v1.fi Lv Dollar Amount ~ I~~' !.5/ i &{ j/2._ i 3'2 I~$} ~ 3~5 , 5'1~ ~· '-f 5 00 Rev. 5/30 /03 I I I ' - II I;:, , ',? <1 ATTACHMENT 1A '0 f] Page 4 of 4 P7 ;>. ·ss FORT WORTH ~ I ' Total Dollar Amount of M/WBE Subcontractors/Suppliers $ lti13 ,t,,, Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 2 \ 0\'2 \ '10 \ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 2 , lP °l lt, 3\ '¥ The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manage"r or designee. through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in . debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committee M/WBE goal. If the detail explanation is not submitted, it will affect the final ·compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debannent from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offerer and barred from participating in City work for a period of time not less than one (1) year. Printed Signature Title Contact Name/Title (rf different} Company Name > 'Zl4'-~'S7-~ IJ,1P/f,1.y: 214-,57-9111 Telephone and/or Fax ) City/State/Zip Date ' Rev. 5/30/03 Cl-1 Cl-1.1 Cl-1. 2 Cl-1. 3 Cl-1.4 Cl-1.5 Cl-1.6 Cl-1.7 Cl-1.8 Cl-1.9 Cl-1.10 Cl-1.11 Cl-1.12 Cl-1.13 Cl-1.14 Cl-1.15 Cl-1.16 Cl-1.17 Cl-1.18 Cl-1.19 Cl-1.20 Cl-1.21 Cl-1.22 Cl-1.23 Cl-1.24 Cl-1.25 Cl-1. 26 Cl-1.27 Cl-1.28 Cl-1.29 Cl-1.30 Cl-1.31 Cl-1.32 C2-2 C2-2.1 C2-2.2 C2-2.3 C2-2.4 C2-2.5 C2-2.6 C2-2.7 C2-2.8 C2-2 .9 C2-2.10 C2-2.ll PART C -GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER 1, 1987 TABLE OF CONTENTS DEFINITIONS Definition of Terms Contract Documents Notice to Bidders Proposal Bidder General Conditions Special Conditions Specifications Bond Contract Plans City City Council Mayor City Manager City Attorney Director of Public Works Director, City Water Department Engineer Contractor Sureties The Work or Project Working Day Calendar Day Legal Holiday Abbreviations Change Order Paved Streets and Alleys Unpaved Streets and Alleys City Streets Roadway Gravel Street INTERPRETATION AND PREPARATION OF PROPOSAL Proposal Form Interpretation of Quantities Examination of Contract Documents and Site Submitting of Proposal Rejection of Proposals Bid Security Delivery of Proposal Withdrawing Proposals Telegraphic Modification of Proposals Public Opening of Proposals Irregular Proposals Cl-I (!) Cl-1(1) Cl-1(1) Cl-1(2) Cl-1(2) Cl-1(2) Cl-1(2) Cl-1(2) Cl-1(2) Cl-1(3) Cl-1(3) Cl-1(3) Cl-1(3) Cl-1(3) Cl-1(3) Cl-1(4) Cl-1(4) Cl-1(4) Cl-1(4) Cl-1(4) Cl-1(4) Cl-1(4) Cl-1(4) Cl-1(5) Cl-1(5) Cl-1(5) Cl-1(5) Cl-1(6) Cl-1(6) Cl-1(7) Cl-1(7) Cl-1(7) Cl-1(7) C2-2 ( 1) C2-2(2) C2-2(2) C2-2(3) C2-2(3) C2-2(3) C2-2(4) C2-2(4) C2-2(4) C2-2(4) C2-2(5) ·C2-2 .12 CJ-3 C3-3.l C3-3.2 C3-3.3 C3-3.4 C3-3.S C3-3.6 C3-3.7 C3-3.8 C3 -3.9 C3-3.10 C3-3.11 C3-3.12 C3-3.13 C3-3.14 C3-3.15 C4-4 C4 -4 .1 C4-4.2 C4-4.3 C4 -4 .4 C4-4.S C4-4.6 C4-4 .7 CS-5 CS-5.1 CS-5.2 CS-5.3 CS-5.4 CS-5.5 C5-5.6 C5-5.7 CS-5.8 CS-5.9 CS-5.10 CS-5.11 CS-5 .12 CS-5.13 CS-5.14 CS-5.15 CS-5.16 CS-5.17 CS-5.18 C6-6 Disqualification of Bidders AWARD OF EXECUTION OF DOCUMENTS Consideration of Proposals Minority Business Enterprise/ Women-Owned Business Enterprise Compliance Equal Employment Provisions Withdrawal of Proposals Award of Contract Return of Proposal Securities Bonds Execution of Contract Failure to Execute Contract Beginning Work Insurance Contractor's Obligations Weekly Payroll Contractor's Contract Administration Venue SCOPE OF WORK Intent of Contract Documents Special Provisions Increased or Decreased Quantities Alteration of Contract Documents Extra Work Schedule of Operations Progress Schedules for Water and Sewer Plant Facilities CONTROL OF WORK AND MATERIALS Authority of Engineer Conformity with Plans Coordination of Contract Documents Cooperation of Contractor Emergency and/or Rectification Work Field Office Construction Stakes Authority and Duties of Inspectors Inspection Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Storage of Materials Existing Structures and Utilities Interruption of Service Mutual Responsibility of Contractors Cleanup Final Inspection LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Cl-I (I) C2-2 (5) C3-3 ( 1) C3-3(1) C3-3 (1) C3-3(2) C3-3(2) C3-3(2) C3-3(2) C3-3(4) C3-3(4) C3-3(4) C3-3(4) C3-3(7) C3-3 (7) C3-3 (7) C3-3 {·8) C4 -4(1) C4-4(1) C4 -4(1) C4-4(2) C4-4(2) C4-4(4) C4-4(4) CS-5(1) CS-5(1) CS-5(2) CS-5(2) CS-5(3) C5-5(3) CS-5(3) CS-5(4) CS-5(5) C5-5{5) C5-5(6) CS-5(6) CS-5(7) CS-5(7) CS-5(8) CS-5(9) CS-5 (9) CS-5(9) / I \ .. ( ( '•, C6-6.l C6-6.2 C6-6.3 C6-6.4 C6-6.5 C6-6.6 C6 -6.7 C6-6.8 C6-6 .9 C6-6.10 C6-6.11 C6-6.12 C6-6.13 C6-6.14 C6-6.15 C6-6.16 C6-6.17 C6-6.18 C6-6.19 C6-6.20 C6-6.21 C7-7 C7 -7.1 C7-7.2 C7-7.3 C7-7.4 C7-7.5 C7-7.6 C7-7.7 C7-7.8 C7-7.9 C7-7.10 C7-7.ll C7-7.12 C7-7.13 C7-7.14 C7-7.15 C7-7.16 C7-7.17 CS-8 CS-8.1 CS-8.2 C8-8.3 CS-8.4 CS-8 .5 Laws to be Observed Permits and Licenses Patented Devices, Materials and Processes I Sanitary Provisions Public Safety and Convenience Privileges of Contractor in Streets, Alleys, and ~ights-of-Way Railway Crossings Barricades, Warnings and Watchmen Use of Explosives, Drop Weight, etc. Work Within Easements Independent Contractor Contractor's Responsibility for Damage Claims Contractor 's Claim for Damages Adjustment or Relocation of Public Utilities, etc. Temporary Sewer Drain Connections Arrangement and Charges of Water Furnished by City Use of a Section or Portion of the Work Contractor's Responsibility for Work No Waiver of Legal Rights Personal Liability of Public Officials State Sales Tax PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of the Work Limitations of Operations Character of Workmen and Equipment Work Schedule Time of Commencement and Completion Extension of Time of Completion Delays Time of Completion Suspension by Court Order Temporary Suspension Termination of Contract Due to National Emergency Suspension or Abandonment of the Work and Annulment of Contract Fulfillment of Contract C6-6(1) C6-6(1) C6-6(1) C6-6(2) C6-6(2) C6-6(3) C6-6(4) C6 -6(4) C6-6(6) C6-6(6) C6-6(8) C6-6(9) C6-6(9) C6-6(10) C6 -6(10) C6-6(10) C6-6(11) C6-6(11) C6-6(11) C6-6(12) C6-6(12) C7-7(1) C7-7(1) C7-7(1) C7-7(2) C7-7(2) C7-7(3) C7-7(4) C7-7(4) C7-7(5) C7-7(5) C7-7(6) C7-7(6) C7-7(7) Termination for Convenience of the Owner Safety Methods and Practices C7-7(8) C7-7(10) C7-7(10) C7 -7(13) MEASUREMENT AND PAYMENT Measurement of Quantities Unit Prices Lump Sum Scope of Payment Partial Estimates and Retainage CI-I (I) C8-8(1) CB-8(1) C8-8(1) CB-8 (1) C8-8(2) I I I I CS-8.6 CB-8.7 C8-8.8 CS-8.9 CB-8.10 CB-8.11 CB-8.12 C8-8.13 Withholding Payment Final Acceptance Final Payment Adequacy of Design General Guaranty Subsidiary Work Miscellaneous Placement of Material Record Documents CB-8(3) CS-8(3) C8-8(3) CB-8(4) CS-8(5) CB-8(5) CB-8(5) CB -8(5) PART C -GENERAL CONDITIONS Cl-1 DEFINTIONS SECTION Cl-1 DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: Documents govern all Water include the following items: The General Contract Department Projects and PART A -NOTICE TO BIDDERS (sample) PART B -PROPOSAL (sample) PART C -GENERAL CONDITIONS (CITY) Cl-1 (1) White White Canary Yellow ( ( .. (Developer) Brown PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT (Sample) (Sample) Green El-White E2-Goldenrod E2A-White Blue White White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the 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 Cl-I (1) I PART G -CONTRACT PART H -PLANS (Usually bound separately) Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished directly to interested parties pertaining to the work contemplated under the Contract Documents constitutes the Notice to Bidders. Cl-1. 4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. Cl-1.5 BIDDER: Any person, company, association, corporation, duly authorized representative, performing the work contemplated constitutes a bidder. persons, firm, partnership, acting directly or through a submitting a proposal for under the Contract Documents, Cl-1. 6 GENE:RAL 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 Specic;ll Conditions, the latter shall take precedence and shall govern. Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information · which the Contractor and Owner should have in order to gain a thorough knowledge of the project. Cl-1. 8 SPECIFICATIONS: The Specifications are 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 Cl-I (2) ( C ·~ .. ( standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as thought they were embodied therein. Cl-1. 9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3.7) b. Payment Bond (see paragraph C3-3.7) c. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part a and C2-2.6) Cl-1.10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. Cl-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from other parts of the Contract Documents, but they are a part of the Contract Documents just as though they were bound therein. Cl-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of Contracts involving the City of Fort Wor~h is by Charter vested in the City Manager. The terms City and Owner are synonymous. Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern of the City of Fort Worth, Texas. Cl-I (3) I Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.16 ·CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.17 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. Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or . their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. Cl-1.20 CONTRACTOR: The person, persons, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub-contractor is a -person, firm corporation, or others under contract with the principal contractor, supplying labor and materials or only labor, for work at the site of the project. Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidenta'ls necessary to produce a completed and serviceable project. Cl-1 (4) ( ( ( Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6. Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. Cl-1. 25 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: 1. 2 • 3 . 4 • 5. 6. 7. 8 • 9. New Year's Day M.L. King, Jr. Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu determine. January 1 Third Monday in January Last Monday in May July 4 First Monday in September Fourth Thursday in November Fourth Friday in November December 25 of holidays as the City Council may When one of the above named holidays or a special holiday declared by the City Council, falls on Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following Monday by those employees working on working day operations. Employees working calendar day operations will consider the calendar holiday as the holiday. Cl-1.26 ABBREVIATIONS: herein appear in Contract shall be as follows: Wherever the abbreviations Documents, the intent and defined meaning AASHTO -American Association of State Highway Transportation Officials ASCE -American Society of Civil Engineers LAW -In Accordance With A WW A -American Water Works Association ASA -American Standards Association HI -Hydraulic Institute Cl-I (5) I Asph. - Ave . - Blvd. - CI - GI - Lin. - lb. - MH - Max. - CFS - Min. - Mono. - % - R - I.D. - O.D. - Elev. - F - C - In. - Ft. - St. - CY - Yd. - SY - L. F. D. I. - Asphalt Avenue Boulevard Cast Iron CL -Center Line Galvanized Iron Linear or Lineal Pound Manhole Maximum MGD-Million Gallons per Day Cubic Foot per Second Minimum Monolithic Percentum Radius Inside Diameter Outside Diameter Elevation Fahrenheit Centigrade Inch Foot Street Cubic Yard Yard Square Yard Linear Foot Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: Cl-I (6) ( ( ( 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. Cl-1.29 ONPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above for "Paved Streets and Alleys." Cl-1. 30 CITY STREETS: A city street is defined as that area between the right-of-way lines as the street is dedicated. Cl-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') feet back of the curb lines or four (4') feet back of the average edge of pavement where no curb exists. Cl-1.32 GRAVEL STREET: A gravel street is any unpaved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. Cl-I (7) i ·~ ~ ~', ~ ·, ,fa 1J r!.l ... '.~ ~:-:: .;. 'I J:,r t , :<;, ' ,. • ~ :~ ... ~ ' y •. i"';. ,. ' >'. --~.,{;, '"' );" ~'t"~. .. ~, ~ ... ~;:, -~~ ··i<j:"', I ~ . ~ ... ~ le'· ~ .i; --· ,.s,,,,, f,{ ~. j _ _'!::,:"",: ~·· .... /:,. ~. ~ .. 'i:, ii,' ' $;-,. ~ > ' .v :~ < '.-: .,. ' < , l ~ ) l ·;c.·i: ' t .., "-"'' ~ ;f•"1; ~-i ..1;..;.:,. ~ ' ... .. t i! r~,''\,r} ~ ' " t= :>" ,iJ~ .... !' _,, ' ~ "' ,,. ,· 1",, 9 20 ,-.,,_r 11 24 52 14 30 80 17 36 .. 76 T. 60 \.~ I. 42 44 23 48 • ;; 7 .. , -.~ t 50 26 27 (-<, 31 :f,;./ 32 ' r ·C2-2 .12 C3-3 C3-3.1 C3-3.2 C3-3.3 C3 -3.4 C3-3.5 C3-3.6 C3-3.7 C3-3.8 C3-3.9 C3-3.10 C3-3.11 C3-3.12 C3-3 .13 C3-3.14 C3-3.15 C4-4 C4-4.l C4-4.2 C4-4.3 C4-4.4 C4-4.5 C4-4 .6 C4-4.7 CS-5 CS-5.1 CS-5.2 CS-5.3 CS-5.4 CS-5.5 CS-5.6 CS-5.7 CS-5.8 CS-5.9 CS-5.10 CS-5.11 CS-5.12 CS-5.13 CS-5.14 CS-5.15 CS-5.16 CS-5.17 CS-5.18 C6-6 ~isgualification of Bidders AWARD OF EXECUTION OF DOCUMENTS Consideration of Proposals Minority Business Enterprise/ Women-Owned Business Enterprise Compliance Equal Employment Provisions Withdrawal of Proposals Award of Contract Return of Proposal Securities Bonds Execution of Contract Failure to Execute Contract Beginning Work Insurance Contractor's Obligations Weekly Payroll Contractor's Contract Administration Venue SCOPE OF WORK Intent of Contract Documents Special Provisions Increased or Decreased Quantities Alteration of Contract Documents ·Extra Work Schedule of Operations Progress Schedules for Water and Sewer Plant Facilities CONTROL OF WORK AND MATERIALS Authority of Engineer Conformity with Plans Coordination of Contract Documents Cooperation of Contractor Emergency and/or Rectification Work Field Office Construction Stakes Authority and Duties of Inspectors Inspection Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Storage of Materials Existing Structures and Utilities Interruption of Service Mutual Responsibility of Contractors Cleanup Final Inspection LEGAL RELATIONS AND PUBLIC RESPONSIBILITY CI-I (I) C2-2 (5) C3-3(1) C3-3(1) C3-3 (1) C3-3(2) C3-3(2) C3-3(2) C3-3(2) C3-3(4) C3-3(4) C3-3(4) C3-3(4) C3-3(7) C3-3(7) C3-3(7) C3-3{8) C4-4(1) C4-4 ( 1) C4-4(1) C4-4(2) C4 -4(2) C4-4{4) C4-4(4) CS-5(1) CS-5(1) CS-5(2) CS-5(2) CS-5(3) CS-5(3) CS-5(3) CS-5(4) CS-5(5) CS-5(5) CS-5(6) CS-5(6) CS-5(7) CS-5(7) CS-5(8) CS-5(9) CS-5(9) CS-5(9) / I \, ( ',, I I I I C8-a.6 C8-8.7 ca-a.a C8-8.9 CS-8.10 CB -8.11 CS-8.12 CS-8.13 Withholding Payment Final Acceptance Final Payment Adequacy of Design General Guaranty Subsidiary Work Miscellaneous Placement of Material Record Documents C8-8(3) CS-8(3) CB-8(3) C8 -8(4) C8-8(5) C8-8(5) CB-8(5) C8-8(5) PART C-GENERAL CONDITIONS Cl-1 DEFINTIONS SECTION Cl-1 DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: Cl-1. 2 CONTRACT DOCUMENTS: · The Contract Documents are all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: Documents govern all Water include the following items: The General Contract Department Projects and PART A -NOTICE TO BIDDERS (sample) PART B -PROPOSAL (sample) PART C -GENERAL CONDITIONS (CITY) Ct-1 (I) White White Canary Yellow ( ( ,, I / J PART G -CONTRACT PART H -PLANS (Usually bound separately) Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished directly to interested parties pertaining to the work contemplated under the Contract Documents constitutes the Notice to Bidders. Cl-1. 4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. Cl-1.5 BIDDER: Any person, company, association, corporation, duly authorized representative, performing the work contemplated constitutes a bidder. persons, firm, partnership, acting directly or through a submitting a proposal for under the Contract Documents, Cl-1. 6 GENERAL CONDITIONS: The General Conditions are the ( usual construction and contract requirements which govern the ,, performance of the work so that it will be carried on in (, ... accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions, the latter shall take precedence and shall govern. Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information · which the Contractor and Owner should have in order to gain a thorough knowledge of the project. Cl-1. 8 SPECIFICATIONS: The Specifications are that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workma nship, equipment and services in order to render a completed and useful project. Whenever reference is made to Cl-I (2) (. I Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.16 ·cITY ATTORNEY: of the City of Fort representative. The officially appointed City Attorney Worth, Texas, or his duly authorized Cl-1.17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. Cl-1. 18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. Cl-1.20 CONTRACTOR: The person, persons, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub-contractor is a -person, firm corporation, or others under contract with the principal contractor, supplying labor and materials or only labor, for work at the site of the project. Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. Cl-1 (4) ( ( ( I I I I Asph. - Ave. - Blvd. - CI - GI - Lin. - lb. - MH - Max. - CFS - Min. - Mono. - % - R - I.D. - O.D. - Elev. - F - C - In. - Ft. - St. - CY - Yd. - SY - L.F. - D. I. - Asphalt Avenue Boulevard Cast Iron CL -Center Line Galvanized Iron Linear or Lineal Pound Manhole Maximum MGD-Million Gallons per Day Cubic Foot per Second Minimum Monolithic Percentum Radius Inside Diameter Outside Diameter Elevation Fahrenheit Centigrade Inch Foot Street Cubic Yard Yard Square Yard Linear Foot Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the proJect on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: Cl-I (6) ( ( ( ... .. ... • J"1,.; .. : ;: ~· ''... ,, \ ~ \ ... "' '(· . , ~ ',. , ~ ' ~$ t~ l,. i:. ' , ..... , ,. ... ~i~· ,, h • •• • :r . , . ~ .. ~ ;,;;; ..... #'i: •· ~ ,.,. ,. . .,. . rFi "' ,: V ' " -c-"; t ..... .. ·~ ; ' ... " h . l:..l I ,t'1 .. l>'li,,_ '! , .. < ;,, ,; . ., I \ ' "J; . . •· "' ' . . Z£ ' . ~£ Ll,. gz 09 sv £Z vv zv 09 9L 1 ' 9£ L~ 08 0£ v~ zg Pl ~~ oz 6 ' ' ''i. . ~ ..... ,?i•. t' ... 1k9it":"ti 1' .. -..·'\;~.~ t C' ......... I - the contract has been awarded. Bidders or their for the authorized opening of representatives are invited to be present bids. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which cannot be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons: a. Reasons for believing that collusion exists among bidders. b. c. d. e. f. g. h. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. The bidder being in arrears on any existing contract or having defaulted on a previous contract. The bidder having performed a prior contract in an unsatisfactory manner. Lack of competency as revealed by the financial statement, experience record, equipment schedule, and such inquiries as the Owner may see fit to make. Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. The bidder not filing with the Owner,· one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "An -Special Instructions. 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully compieted by the Bidder. C2-2 (5) ( •, ( '•. ( I responsible for delivering to the Owner the sub-contractor's certificate of insurance for approval. The prime contractor shall indicate of 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. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract Contractor's Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. 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 adj a cent to excavation (if excavations are to be performed adjacent to same). 4. Damage to underground utilities for $500,000. 5. Builder's risk (where above-ground structures are involved). 6. Contractual Liability (covers all indemnification requirements of Contract). C3-3 (5) ( ( I I r SECTION C-GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with proposal forms which will contain an itemized list of the items of work t o be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week ·prior to the hour for opening of bids. ( The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect (.·.·· the current financial status. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten (10%) percent of the ~stimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the e x perience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received. Such experience must h~ve been on projects completed not more than five (5) years prior to the date on which bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2 (I) ( ( C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract · Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2. 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Prior to the filing of proposal, bidders are required to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themse·lves by their own independent research and investigations, tests, boring, and by such other means as may be necessary, to gain a complete knowledge of the conditions which will be encountered during the construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal in prirna-facie evidence that the bidder has made the investigations, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. C2-2 {2) I J The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantees that the data shown is representative of conditions which actually exist. C2-2. 4 SUBMITTING OF PROPOSAL: The bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do the work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given, and the proposal must be signed by a member of the firm association, or partnership, or by a person duly authorized. If a proposal is ( .. submitted by a company or corporation, the company or corporate /' name and business address must be given, and the proposal signed \ .... by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2. 5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional · or uncalled for alternate bids, incomplete bids, erasures, or irregularities of any kind, or contain unbalanced values of any items. Proposals tendered or delivered · after the official time designated for receipt of proposals shall be returned to the Bidder unopened. C2-2. 6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders" and the "Proposal.,, The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the C2-2 (3) (. three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid iecurity of all other bidders may be returned promptly after the canvass of bids. C2-2. 7 DELIVERY OE" PROPOSALS! No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidd~r must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL" and the name of description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City manager, and filed with him prior to the time set for the openi n g of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2. 9 TELEGRAPHIC MODIFICATION OF PROPOSALS: any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the owner until C2-2 (4) I the contract has been awarded. Bidders or their for the authorized opening of representatives are invited to be present bids. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which cannot be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons: a. Reasons for believing that collusion exists among bidders. b. c . d. e. f. g. h. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. The bidder being in arrears on any existing contract or having defaulted on a previous contract. The bidder having performed a prior contract in an unsatisfactory manner. Lack of competency as revealed by the financial statement, experience record, equipment schedule, and such inquiries as the Owner may see fit to make. Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions. 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully compieted by the Bidder. C2-2 (5) ( ', ( '•, ( (. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. I C2-2 (6) ; I PART C-GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3 .1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of brining items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus items and such other quoted amounts as may enter of the completed project will be considered as the bid. any lump sum into the cost amount of the Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed ( with the work in any manner as may be considered for the best (-' interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) an/or a Woman-Owned Business Enterprise (WBE) on the contract and the payment therefore. Contractor further agrees, upon request by Owner, to allow an audit and/or an examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification· of Contractor at Owner's discretion for bidding on future contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with current City Ordinance prohibiting discrimination in employment practices. The Contractor shall post the required C3-3 {I) . ... ( ( notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty- five (45) days after the date on which the proposals were opened. C3-3. 5 AWARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if an award is made, will be to the lowest and best responsible bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3. 7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the Owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal and tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work C3-3 (2) I i I .,I b. or the use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. c . MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph CS-8.10. d. PAYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344 Acts 56th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force e. ·until all payments as above stipulated are made. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation agains t the owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury List for that company. Each bond shall be properly executed by both the Contractor and the Surety Company. C3-3 (3) ( \ ( ... (. ( '• .. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a 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. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten ( 10) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal, and the Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and diffj.cult to accurately determine the amount of damages occurring 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 inunediately be forfeited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3-3.10 BEGINNING WORK: The Contractor shall not corrunence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed Order", it is agreed that the surety Company will, within ten 910) days after the conunencement date set forth in such written authorization, commence the physical execution of the contract. C3-3.11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all the insurance required under the Contract D0cuments 1 and such insurance has been approved by the Owner. The prime Contractor shall be C3-3 (4) responsible for delivering to the Owner the sub-contractor's certificate of insurance for approval. The prime contractor shall indicate of 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. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract Contractor's Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. 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 performed adjacent to same). 4. Damage to underground utilities for $500,000. 5. Builder's risk (where above-ground structures are involved). 6. Contractual Liability (covers all indemnification requirements of Contract). ( / \ '•,, d. AUTOMOBILE INSURANCE BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain, during the life of this Contract, Comprehensive Automobile Liability insurance in an amount not less than $250,000 f or injuries includi n g 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 required under the above paragraphs shall provide adequate protection for the Contractor and his sub- contractors, respectively, against damage claims which may arise from 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. g. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner. (Sample attached.} All insurance requirements made upon the Contractor shall apply to the sub-contractor, should the Prime Contracto r 's insurance not cover the sub-contractor's work operations. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and performance, payment, maintenance and all such other bonds are written shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth, Tarrant County, Texas. Each such agent shall be a duly qualified agent, 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 C3-3 (6) / I any other claimant, any claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor·, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex (the Fort Worth-Dallas area.) The name of the agent or agents shall be set forth on all 'Of such bonds and certificates of insurance. C3-3 .12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of 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 matter associated such as maintaining adequate and appropriate insurance or security coverage for the project. C3-3 (7) ( .. ' ( (_ \ 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, 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 oriented in furthering the work, or other, are governed directly 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 the 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 fort his reason. C3-3 .15 VENUE: Venue of any action herein shall be exclusively in Tarrant County, Texas. C3-3 (8) I I I SECTION C4-4 SCOPE OF WORK PART C-GENERAL CONDITIONS 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 of 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 proposal 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. C 4-4. 3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and if found to be necessary, and the Contractor shall perform the work as altered, i ,ncreased 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 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 C4-4 (1) (_ 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 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 ~e 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 C4-4 (2) d. fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in ( 1), (2), ( 3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties . No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the engineer for written orders authorizing such Extra Work, prior to beginning such work. ( Should a difference arise as to what does or does not constitute Extra Wor k or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method ( Item C) . Claims for extra (. work will not be paid unless the Contractor shall file his claim \ .. with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "extra work" whether or not initiated by a "change order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4 (3) ( C4-4.6 SCHEDULE OF OPERATIONS: Before commencing any work under this contract, the . Contractor shall submit to the Owner and receive the Owner's approval thereof, a "Schedule of Operations,n 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 shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and the percentage of completion plotted vertica l ly. The progress charts shall be prepared on 8 ~ " X 11n sheets and at least five black of blue line prints shall be furnished to the Owner. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within Ten (10) days prior to submission of first monthly progress payment, the Contractor shall prepare and submit to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the several major activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. Prior to the final drafting of the detailed construction schedule, the contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to time constraints, sequencing requirements and completion time. C4-4 (4) I I 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, deli very and submittal activities are exceptions to this guideline. c. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accoun t ed 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. £. 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 pre-acceptance 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. C4-4 (5) ( '•, '' 9 20 11 24 52 14 30 80 17 36 76 60 42 44 23 48 50 26 27 31 32 ,. ,.~i -... ·C2-2.12 C3-3 C3-3.1 C3-3.2 C3-3.3 C3-3.4 C3-3.5 C3-3.6 C3-3.7 C3-3.8 C3-3.9 C3-3.10 C3-3.11 C3-3.12 C3-3.13 C3-3.14 C3-3.15 C4-4 C4-4.1 C4-4.2 C4-4.3 C4-4.4 C4-4.5 C4-4.6 C4-4 .7 CS-5 CS-5.1 CS-5.2 CS-5.3 CS-5.4 C5-5.S CS-5.6 CS-5.7 CS-5.8 CS-5.9 CS-5.10 CS-5.11 CS-5.12 CS-5.13 CS-5.14 CS-5.15 CS-5 .16 CS-5 .17 CS-5.18 C6-6 Disqualification of Bidders AWARD OF EXECUTION OF DOCUMENTS Consideration of Proposals Minority Business Enterprise/ Women-Owned Business Enterprise Compliance Equal Employment Provisions Withdrawal of Proposals Award of Contract Return of Proposal Securities Bonds Execution of Contract Failure to Execute Contract Beginning Work Insurance Contractor's Obligations Weekly Payroll Contractor's Contract Administration Venue SCOPE OF WORK Intent of Contract Documents Special Provisions Increased or Decreased Quantities Alteration of Contract Documents Extra Work Schedule of Operations Progress Schedules for Water and Sewer Plant Facilities CONTROL OF WORK AND MATERIALS Authority of En gineer Conformity with Plans Coordination of Contract Documents Cooperation of Contractor Emergency and/or Rectification Work Field Office Construction Stakes Authority and Duties of Inspectors Inspection Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Storage of Materials Existing Structures and Utilities Interruption of Service Mutual Responsibility of Contractors Cleanup Final Inspection LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Cl-I (I) C2-2 (5) C3-3(1) C3-3(1) C3-3 (1) C3-3(2) C3-3(2) C3 -3(2) C3-3(2) C3-3(4) C3-3(4) C3-3(4) C3-3(4) C3-3(7) C3-3 (7) C3-3(7) C3-3{8) C4-4(1) C4-4(1) C4-4(1) C4-4(2) C4-4(2) C4-4(4) C4-4(4) cs-s (1) CS-5(1) CS-5(2) CS-5(2) CS-5(3) C5-5(3) CS-5(3) CS-5(4) C5 -5(5) CS-5(5) C5-5(6) CS-5(6) CS-5(7) CS-5(7) CS -5(8) CS-5(9) CS-5 (9) CS -5(9) / ~ .. ,. (. . ( •,, I I I I C8-8.6 CB-8.7 CB-8.8 CB-8.9 CB-8.10 CB-8.11 CS-8.12 CB-8.13 Withholding Payment Final Acceptance Final Payment Adequacy of Design General Guaranty Subsidiary Work Miscellaneous Placement of Material Record Documents CB-8(3) CB-8(3) CB-8(3) CB-8(4) CB-8(5) CB-8(5) CB-8(5) CB-8(5) PART C -GENERAL CONDITIONS Cl-1 DEFINTIONS SECTION Cl-1 DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: Cl-1. 2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: Documents govern all Water include the following items: The General Contract Department Projects and PART A -NOTICE TO BIDDERS (sample) PART B -PROPOSAL (sample) PART C -GENERAL CONDITIONS (CITY) Cl-1 (1) White White Canary Yellow ( ( '• I J-' - PART G CONTRACT PART H -PLANS (Usually bound separately) Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished directly to interested parties pertaining to the work contemplated under the Contract Documents constitutes the Notice to Bidders. Cl-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. Cl-1.5 BIDDER: Any person, company, association, corporation, duly authorized representative, performing the work contemplated constitutes a bidder. persons, firm, partnership, acting directly or through ·a submitting a proposal for under the Contract Documents, Cl-1. 6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions, the latter shall take precedence and shall govern. Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information · which the Contractor and Owner should have in order to gain a thorough knowledge of the project. Cl-1. 8 SPECIFICATIONS: The Specifications are 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 Cl-I (2) C ( I Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.16 ·crTY ATTORNEY: of the City of Fort representative. The officially appointed City Attorney Worth, Texas, or his duly authorized Cl-1.17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. Cl-1. 18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. Cl-1.20 CONTRACTOR: The person, persons, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub-contractor is a -person, firm corporation, or others under contract with the principal contractor, supplying labor and materials or only labor, for work at the site of the project. Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. CI-I (4) ( ( ( I I I Asph. - Ave. - Blvd. - CI GI - Lin. - lb. - MH - Max. - CFS - Min. - Mono. - % - R - I.D. - O.D. - Elev. - F - C - In. - Ft. - St. - CY - Yd. - SY - L. F. - D. I. Asphalt Avenue Boulevard Cast Iron CL -Center Line Galvanized Iron Linear or Lineal Pound Manhole Maximum MGD-Million Gallons per Day Cubic Foot per Second Minimum Monolithic Percentum Radius Inside Diameter Outside Diameter Elevation Fahrenheit Centigrade Inch Foot Street Cubic Yard Yard Square Yard Linear Foot Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: Cl-I (6) ( ( ( / I / -.... .-- - CB-8.6 CB-8.7 C8-8.8 C8-8.9 CB-8.10 CS-8.11 CS-8.12 CS-8.13 Withholding Payment Final Acceptance Final Payment Adequacy of Design General Guaranty Subsidiary Work Miscellaneous Placement of Material Record Documents CS-8(3) CB-8(3) CS-8(3) CS-8(4) CS-8(5) CS-8(5) CB-8(5) CB -8(5) PART C-GENERAL CONDITIONS Cl-1 DEFINTIONS SECTION Cl-1 DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items: PART A -NOTICE TO BIDDERS (sample) PART B -PROPOSAL (sample) PART C -GENERAL CONDITIONS (CITY) CI-I (1) White White Canary Yellow ( ( ,, I Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Wor t h, Texas, or his duly authorized representative. Cl -1.16 ·c:ITY ATTORNEY: of the City Qf Fort representative. The officially appointed City Attorney Worth, Texas, or his duly authorized Cl-1.17 DIRECTOR OF PUBLIC WORKS: The duly appointed official . of the City of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. Cl-1.20 CONTRACTOR: The person, persons, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub-contractor is a -person, firm corporation, or others under contract with the principal contractor, supplying labor and materials or only labor, for work at the site of the project. Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. Cl-I (4) ( ( ', ( ... l£ ~£ Ll 9l og f t < av . , . ~ £Z . ' '. vv .. ' lv ,, 09 9L 9£ ' L~ OB 0£ v~ l9 .,, Pl . ' ·,~. ~~ Ol 6 r )· ,,, . ~. ! •. , ' , I ,:~ '- "' ' .,..,.,., -JI'!":.,., .... ~,,._< ~ '' ''" ,! . ,...,.. • ~)sf,. ,,?} t\ ......... ' -. f ~ ( . ' I responsible for delivering to the Owner the sub-contractor's certificate of insurance for approva l . The prime contractor shall indicate of 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 ~overage 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. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract Contractor's Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. c. ADDITIONAL LIABILITY: Th e Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. 2. 3. 4. 5. 6. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). Blasting, prior to any blasting being done. Collapse of buildings or structures adjacent to excavation (if excavations are to be performed adjacent to same). Damage to underground utilities for $500,000. Builder's risk (where above-ground structures are involved) . Contractual Liability (covers all indemnification requirements of Contract). C3-3 {5) ( ( I - C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract · Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2. 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Prior to the filing of proposal, bidders are required to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary, to gain a complete knowledge of the conditions which will be encountered during the construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal in prima-facie evidence that the bidder has made the investigations, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. C2-2 {2) three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid iecurity of all other bidders may be returned promptly after the canvass of bids. C2-2. 7 DELIVERY OF' PROPOSALS: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL" and the name of description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2. 9 TELEGRAPHIC MODIFICATION OF PROPOSALS: any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Requestn has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders.n All proposals which have been opened and read will remain on file with the owner until C2-2 (4) (_ 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. I C2-2 (6) _, - - ( notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty- five (45) days after the date on which the proposals were opened. C3-3. 5 AWARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if an award is made, will be to the lowest and best responsible bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3. 7 BONDS: With the execution and deli very of the Contract Documents, the Contractor shall furnish to, and file with the Owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal and tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work C3-3 (2) Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a 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. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal, and the Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring 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. C3-3 .10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed Order", it is agreed that the surety Company wiil, within ten 910) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3.ll INSURANCE: The Contractor shall not commence work under this contract until he has obtained all the insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be c3.3 (4) / \ '•,, d. AUTOMOBILE INSURANCE BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain, during the life of this Contract, Comprehensive Automobile Liability insurance in an amount not less than $250, 000 for injuries including accidental death to any one person and subject to the same lirni t 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 required under the above paragraphs shall provide adequate protection for the Contractor and his sub- contractors, respectively, against damage claims which may arise from 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 with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner. (Sample attached.} All insurance requirements made upon the Contractor shall 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 whom the Contractor's insurance and performance, payment, maintenance and all such other bonds are written shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth, Tarrant County, Texas. Each such agent shall be a duly qualified agent, 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 C3-3 (6) ( . ' 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, 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 oriented in furthering the work, or other, are governed directly 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 the 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 fort his reason. C3-3 .15 VENUE: Venue of any action herein shall be exclusively in Tarrant County, Texas. C3-3 (8) , ... ' ; .. .. ' '· 9 20 11 24 52 14 30 80 17 36 76 60 42 44 23 48 50 26 27 31 32 "· .. ', "' .. ).:; t .. ,, • . '- ~ ' '" .... .. I'~ - .- 5. Transmittal of manufacturer's operation and maintenance instructions. 6. Installed equipment and materials testing. 7. Owner's operator i nstruction (if applicable). 8. Final inspection. 9. Operational testing. 10. Final inspection. If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time. If the Owner finds the proposed plan not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or the overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion within the time specified. C4-4 (6) PART C-GENERAL CONDITIONS CS-5 CONTROL OF WORK AND MATERIALS SECTION CS-5 CONTROL OF WORK AND MATERIALS C5-5 .1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction df the Engineer and in strict compliance with the Contract Documents. He shall decide all questions wh i ch 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 of procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the Contract Documents. "-' ( He shall determine the amount and quality of the work completed · and materials furnished, and his decisions and estimates shall ( be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the Owner and Contractor, a written decision on the matter in controversy. CS-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. CS-5 (1) ( r -4' . -·'' · ·~ - ,· CS-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard 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 Contractor 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 C5-5 (2) I I 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 adequ ately provide for the safety or convenience of the travelling public or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. CS-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or on a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or corrections necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct a t tention to the discrepant condition and request the contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall then deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. CS-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 by 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather-proof, so that documents will not be damaged by the elements. CS-5. 7 CONSTRUCTION STAKES: The City, through will furnish the Contractor with all lines, CS-5 (3) its Engineer, grades, and ( \ ( ,.. I .....!. 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 a may be found consistent with good practice. 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. CS-5.8 AUTHORITY AND DUTIES OF CITY INSPECTORS: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer the progress of the work and the manner in which it is being performed, 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 C5-5 (4) / Contractor shall regard and obey the directions and instruction of the City Inspector or Engineer when the same are with the obligations of the Contract Documents, however, should the Contractor object to any instructions of the City Inspector, the Contractor six days make written appeal to the Engineer for his the matter in controversy. consistent provided, orders or may within decision on CS-5. 9 INSPECTION: , The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. ( \ Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should be work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. ( No work shall be done or materials used without suitable •.,_ superv~sion or inspection. CS-5 .10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at his own expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specifically provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due to the Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works. C5-5 (5) (_ ,,•' ,· ' _. CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if contractor wishes to furnish or use a proposed substitute, he shall, prior to the pre-construction 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 substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without the written approval of Engineer .who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expertse. Contractor shall indemnify and hold harmless Owner and engineer and anyone directly or indirectly employed by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. CS-5 .12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless otherwise specifically provided. The failure of the Owner to make any tests of materials shall 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 CS-5 (6) mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor 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 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 ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. CS-5 .14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the Plans relative to existing utilities are based on the best information available. Omission from or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, ( existing underground utilities. The location of many gas mains, ( water mains, conduits, sewer lines and service lines for all · .. utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the Plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction 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 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 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 compan i es 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 prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: b. 1. Notify the Water Department's Division of location, time, and service interruption. Distribution schedule of 2. Notify each customer personally through 3. responsible personnel of time and schedule of the interruption of their service, or In the event that customer shall be doorknob. cannot be attached The composition, and in personal notification of a made, a prepared tag form to the customer's entrance tag shall be durable in large bold type shall say: "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on between the hours of and This inconvenience will be as short as possible. Thank you, Contractor Address Phone Emergency: interruption immediate. In the event that an unforeseen service occurs, notice shall be as above, but C5-5 (8) I ,/ I C5-5.16 MUTUAL RES~ONSIBILITY 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 satisfaction of the Engineer. If, within twenty-four (24) hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, the Contractor fails to correct the 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. CS-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up 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 C5-5 (9) ( ,. ... .. ( ~, 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 (IO) 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 work. , .... C6-6.3 PATENTED DEVICES, MATERIALS AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract prices shall include all royalt{es or costs arising from patents, trademarks, and copyrights 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 trademark or copyright 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 C6-6 (I) ' 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. 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. Other means may include the diversion of driveway traffic, with specific approval by the Engineer. If diversion of traffic is approved by the Engineer, the Contractor shall make arrangements satisfactory to the Engineer for the diversion of traffic and shall, at his own expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. C6-6 (2) I 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, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor in reference to public convenience and safety which may come to its attention, after twenty-four (24) 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 C6-6 (3) ,, ( writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or stacked in such a way that does not interfere with the use of spaces that may be designated to be left free and unobstructed, or inconvenience occupants of adjacent property. If the street is occupied by railway tracks, the work shall be 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 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 regarding the methods of performing the work and take all precautions for safety of property and the public. Negotiations with the railway companies for perrni ts 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 intention to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra or additional compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6. 8 BARRICADES, WARNINGS AND . WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall, at his own expense, furnish, erect, and maintain such barricades, fences, lights and danger signals, and 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 mainiained to keep pedestrians away, 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. C6-6 (4) All installations and procedures shall be consistent with the provisions set forth in the "1980 Texas Manual · on Uniform Traffic Control Devices for Streets and Highways", issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d, Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. 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 870-8075), 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 reinstalled, the Contractor shall again ( contact the Signs and Markings Division to reinstall the ,, permanent sign and shall leave his temporary sign in place until such reinstallation is completed. 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 ircunediately 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 C6-6 (5) 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 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 l ess than twenty-four (24} hours in advance of the use of any activity which might damage or endanger 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 (24} hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. All claims arising out of the use of explosives shall be investigated and a written report made by the Contractor's insurers to the Engineer within ten (10) days after receipt of written notice of the claim to the Contractor from either the City or the claimant. The city shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until the cause of the complaint has been addressed. Whenever explosives are stored or kept, they shall be stored in a safe and secure manner and all storage places shall be plainly marked "DANGEROUS EXPLOSIVES" and shall be under the care of a competent watchman at all times. All vehicles in which explosives are being transported shall be plainly marked as mentioned above and shall, insofar as possible, not use heavy traffic routes. C6-6 .10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his own expense. Such C6-6 (6) additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing of the rights so acquired before work begins in the affected area. Th e 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 furn i shed to the Engineer. Unless specifically provided otherwise, t h e 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 every precaution to prevent damage to all trees, shrubbery, plants, lawns, fences, culverts, curbing and all other types of structures or improvements, and 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 4 8 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants whose land or interest in land might be 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 damage or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof on the part of the Contractor, he shall restore or have restored at his own cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. C6-6 (7) ( •,, ( 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 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, rebuilt or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due or to become due to the Contractor under this Contract. C6-6.ll INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant or employee of the Owner. Contractor shall have exclusive control of and the exclusive right to control the details of all the work and services performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractors, subcontractors, licensees invitees. The doctrine of respondent 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 (8) / / C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the 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 0£ Owner, its o££icers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence 0£ Owner, its officers, servants or employees. ( In the event Owner receives a written claim for damages against (' the Contractor or its subcontractors prior to final payment, \ final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C 6-6 . 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 25~ 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 C6-6 (9) I \,,,. 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 herein 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 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 received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. C6-6 (10) 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 hydrants and/or valves is detailed in Section E2-l.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be at the regular established rates. When meters are not used, the charges, if any, will be .as prescribed by the City Ordinance, or where no ordinance applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. ( C6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into us~ 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 preformed by the Contractor at his own expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution of non-execution 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 causes herein. 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. C6-6 (11) (. ;' 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. C6-6.21 STATE SALES TAX; On a contract awarded by 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 may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling . 007. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller's Ruling . 011, and any other applicable State Comptroller rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owned improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant to the provisions of Article 20. 0 4 (H) of the Texas limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Limited Sale, Excise and Use Tax permits and information can be obtained from: Comptroller of Public Accounts Sale Tax Division Capitol Station Austin, TX C6-6 (12) PART C-GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS C7-7 .1 SOBLETTING: The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendence, 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 regarding 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 representative. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, ( I. 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 C7-7 (l) ( brief outlining in detail and step by step the manner of 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 this contract within commence the time the work to be performed under 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 such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from the full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7. 8 "Extension of Time of Completion" of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7. 4 LIMITATIONS OF OPERATIONS: The working operations shall at all times be conducted by the Contractor to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for the proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER OR WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it 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 C7-7 (2) summary tjismissal 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 otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or refuses to comply with or carry out the directions of the Owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned puties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work, workmen or adjacent property will result from its use. C7-7. 6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as defined in Cl- 1. 23 "WORKING DAY" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later than the Thursday preceding. b. Any work to be done on the Saturday, Sunday or Legal opinion of the Engineer, completion of the project. project on such a specific Holiday must be, in the essential to the timely The Engineer's decision shall be final in response request for approval to work on a specific Saturday, to such a Sunday or C7-7 (3) ( •, ( ( .. Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday .. Calendar Days shall be defined in Cl-1.24 and the Contractor may work as he so desires. C7-7.7 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 Engin.eer within seven days from and after the time alleged cause of delay shall have occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adj us ting the contract time for completion of work, consideration will be given to unforeseeable 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 bona fide 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. C7-7 (4) If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time may be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide informa t ion or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the 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 after the time specified in the Contract increased time granted by the Owner, or increased by additional work or materials contract is signed, the sum per day given C7-7 (5) remain uncompleted Documents, or the as automatically ordered after the in the following ( ',. .... \ schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner . AMOUNT OF CONTRACT LIQUIDATED DAMAGES Less than $5,000 $35.00 $5,001 to 15,000 45.00 5,001 to 2 5,000 63.00 25,001 to 50,000 105.00 50,001 to 100,000 154.00 100,001 to 500,000 210.00 500,001 to 1,000,000 315.00 1,000,001 to 2,000,000 420.00 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 impossible or very difficult to accurately estimate, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.ll SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by . any Court, and will not be entitled to additional compensation by virtue of such Court Order. Neither will he be liable to the City in the event the work is suspended by a Court Order. Neither will the Owner be 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 . C7-7 (6) 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 OF COMPLETION, and should it be determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. ( No reimbursement shall be allowed if the equipment is moved to ( another construction project for the City of Fort Worth. ~ The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO . NATIONAL EMERGENCY: Whenever, because of National Emergency so declared by the President of the United States, or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall, within seven days, notify the City in writing giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigation, the Owner finds that such conditions exist and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, 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 C7-7 (7) ( ',, Owner to terminate the contract and the Owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include, but not be limited to, the payment for all work executed but no anticipated profits on work which has not been performed. C7-7 .14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT; The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared cancelled by the City Council for any good and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation; a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. 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 to promptly 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. C7-7 (8) 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 fail to carry on acceptable manner. shall, the for any working cause whatsoever, operation in an 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 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 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 specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered the C7-7 (9) ( (' '•,. -- 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 there6f 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 a manner that does not hinder or interfere with performance of the work by the Owner. C7-7.15 FULFILLMENT OF CONTRACT: The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have 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 affected by C7-7 (JO) B. 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. CONTRACTOR ACTION: After receipt termination, and except as otherwise Engineer, the Contractor shall: of a notice of directed by the 1. Stop work under the contract on the date and to the extent specified in the notice of 2 . 3. 4. termination; 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; Terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the notSice of termination; Transfer title to the · Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: a. b. the fabricated or unfabricated parts, work in process, completed work, other material produced as acquired in connection with of, the work terminated by termination; and supplies · and a part of, or the performance the notice of the completed, or partially drawings, information and which, if the contract had would have been required to the Owner. completed plans, other property been completed, be furnished to 5. Complete performance of such part of the work as shall not have been terminated by the notice of termination; and C7-7(11) ( ( 6. Take such action as may be necessary, or as Engineer may direct, for the protection preservation of the proper t y related to contract which is in the possession of contractor and in which the Owner has or acquire t h e rest. the and i ts the may C. TERMINATION CLAIM: Within 60 days after notice of termination, the Contractor sha l l submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more ex tens ions 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 con clusively deemed waived. 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 b y 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 ant~cipated 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. C7-7 (12) F. DEDUCTIONS: In arriving at the amount due the G. 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. 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 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 or 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 to protect person and property from injury, including death, or damage in connection with the work. C7-7 (13) ( (, ( . ~·· PART C-GENERAL CONDITIONS CS-8 MEASUREMENT AND PAYMENT SECTION CB-8 MEASUREMENT AND PAYMENT SECTION C8-8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and items installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, 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 i terns not specifically mentioned that may be required to fully construct each i tern of the work complete in place and in a satisfactory condition for operation. C8-8. 3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary 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, for any C8-8 (I) / unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, ( except as provided in paragraph CS-5 .14) for all risks of whatever description connected with the prosecution of the work, for all 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 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 final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or qualit'y 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. CS-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and 5~ day of each month the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period, under the Contract Documents. Not later than the 10th day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars ($100. 00) in amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000 or greater, within twenty- five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimate may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time C8-8 (2) ( '• of the estimate have not been installed. Such payment will be allowed on a basis of 85% of the net invoice valu~ thereof. The Contractor shall furnish the Engineer such information as he may request to aid 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 for by the Contract Documents have been completed and all requirements of the Contract Documents 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, who 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 a!ld recommend final · acceptance of the project and final payment therefor as outlined in C8-8.8 below. C8-8. 8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. C8-8 (3) All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums 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 ~he Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under Contract Documents or any act or neglect of said City relating to or connected with the Contract. The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue _thereafter. C8-8. 9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent Engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. C8-8 (4) ( ( ( ... 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 1.n respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work resulting therefrom which shall appear within a period of one year from the ~ate of firial acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. C8-8.11 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 i tern. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8 .12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. C8-8 .13 RECORD DOCUMENTS: Contractor shall keep on record a copy of all specifications1 plans, addenda 1 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. 71 - - - - - - -- - - - - - - - - - A. B. C. D. SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE· Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day a.rid 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts ofless than $400,000 at the time of execution, retainage shall be ten per cent ( 10% ). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approxunate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions ofthis contract. Part C -General Conditions: Paragraph C3-3 .11 of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. C3-3.ll INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. I - - - - - - - - - - - - - - - - E. F. G. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold hannless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal inJury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, bv the negligence or alleged negligence of Owner. its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold hannless 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 anv such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant mvolved, 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, ifhe 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. INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. C3-3 .11 INSURANCE: Page C3-3 (7): Add subparagraph ''h. ADDITIONAL Revised 10/24/02 Pg.2 - - - - - - .... - - - - - - - - - INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered t o the City of Fort Worth, contract administrator in the respective department as specified m the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c . Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d . Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency . f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to qty's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. I. Contractor's liability shall not be limited to the specified amounts of insurance required herein. Revised 10/24/02 Pg.3 - - - - - - - - - - - - H. I . m Upon the request of City, Contractor shall provide complete copies of all insurance pohcies required by these contract documents. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the followmg: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5 .14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.10 GENERAL GUARANTY: Delete CS-8.10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined The Owner will give notice of observed defects with reasonable promptness. Revised 10/24/02 Pg.4 - - - - - - - - - - - - - - J. K. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. Part C-General Conditions, SectionC2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2 .9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered . Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL, 11 and the name or description of the project as designated in the ''Notice to Bidders ." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with htm prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any tlllle prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening tlllle, and provided :further, that the City Manager 1s satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: Revised 10/24/02 Pg. 5 - - - .... - - - - - - - - - L. In order for a surety to be acceptable to the City, the surety must {1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or {2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.I1 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the followmg: C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits . (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. ( c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: I. 50 copies and under -10 cents per page Revised 10/24/02 Pg.6 - - - - - - - - - - - - - - - - 2, More than 50 copies -85 cents for the first page plus :fifteen cents for each page thereafter M. SITEPREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6. l O work within easements, page C6-6(4), part C -General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 0. 1. Wherever the word Watchmen appears in this paragraph, 1t shall be changed to the word flagmen. 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures . MINORITY /WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORI1Y BUSINESS ENTERPRISE/WO:tv.lEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an :tv1BE and/or WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation ( other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. Revised 10/24/02 Pg. 7 - - - - - - - - - P. WAGE RATES: Section C3-3 .13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date ofacceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the 'City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. ( c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. ( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Revised 10/24/02 Pg.8 PART D -SPECIAL CONDITIONS D-1 GENERAL ....................................................................................................................... 3 I D-2 COORDINATION MEETING .......................................................................................... 5 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ................. 5 0-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ................................. 7 D-5 CROSSING OF EXISTING UTILITIES ........................................................................... 7 0-6 EXISTING UTILITIES AND IMPROVEMENTS .............................................................. 8 D-7 CONSTRUCTION TRAFFIC OVER PIPELINES ............................................................. 8 0-8 TRAFFIC CONTROL ....................................................................................................... 9 0-9 DETOURS ..................................................................................................................... 10 D-10 EXAMINATION OF SITE ............................................................................................... 10 D-11 ZONING COMPLIANCE ................................................................................................ 10 D-12 WATER FOR CONSTRUCTION ................................................................................... 10 D-13 WASTE MATERIAL ....................................................................................................... 10 ·D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ....................................................... 10 D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ................................. 11 D-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ............................. 11 D-17 BID QUANTITIES .......................................................................................................... 11 D-18 CUTTING OF CONCRETE ............................................................................................ 11 D-19 PROJECT DESIGNATION SIGN .................................................................................. 12 D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ....................................... 12 D-21 MISCELLANEOUS PLACEMENT OF MATERIAL ........................................................ 12 D-22 CRUSHED LIMESTONE BACKFILL ............................................................................. 12 D-23 2:27 CONCRETE .......................................................................................................... 13 D-24 TRENCH EXCAVATION, BACKFILL. AND COMPACTION .......................................... 13 D-25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ............ 14 D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................. 15 D-27 SANITARY SEWER MANHOLES .................................................................................. 16 D-28 SANITARY SEWER SERVICES .................................................................................... 19 D-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES ................ 20 D-30 DETECTABLE WARNING TAPES ................................................................................ 23 D-31 PIPE CLEANING ........................................................................................................... 23 0-32 DISPOSAL OF SPOIL/FILL MATERIAL ........................................................................ 23 D-33 MECHANICS AND MATERIALMEN'S LIEN ................................................................ 23 D-34 SUBSTITUTIONS ..................................................... : .................................................... 24 D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............. 24 D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES ........................................... 27 D-37 BYPASS PUMPING ...................................................................................................... 28 D-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ........... 28 D-39 SAMPLES AND QUALITY CONTROL TESTING .......................................................... 30 D-40 TEMPORARY EROSION, SEDIMENT. AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................................................ 31 D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ......................... 32 D-42 PROTECTION OF TREES. PLANTS AND SOIL. ......................................................... 32 D-43 SITE RESTORATION .................................................................................................... 32 0-44 CITY OF FORT WORTH STANDARD PRODUCT LIST ............................................... 32 D-45 TOPSOIL SODDING, SEEDING & HYDROMULCHING .............................................. 33 0-46 CONFINED SPACE ENTRY PROGRAM ...................................................................... 38 D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................. 39 D-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ....................... 39 D-49 CONCRETE ENCASEMENT OF SEWER PIPE .......................................................... 40 D-50 CLAY DAM .................................................................................................................... 40 06120/08 SC-1 - D-60 D-61 D-62 D-63 D-64 0-65 D-66 D-67 D-68 0-69 06120/08 PART D -SPECIAL CONDITIONS EX PL ORA TORY EXCAVATION (D-HOLE) ....... : ........................................................... 40 . INSTALLATION OF WATER FACILITIES ................................................................... 40 (_ Polwinyl Chlortde (PVC) Water Pipe ............................................................................. 40 Blocking ........................................................................................................................ 40 Type of Casing Pipe ...................................................................................................... 41 Tie-Ins ............................................................................................................................ 41 Connection of Existing Mains ........................................................................................ 41 Valve Cut-Ins ................................................................................................................. 42 Water Services .............................................................................................................. 42 2-lnch Temporary Service Line ...................................................................................... 44 Purging and Sterilization of Water Lines ........................................................................ 45 Work Near Pressure Plane Boundaries ....................................................................... 45 Water Sample Station .................................................................................................... 45 Ductile Iron and Gray Iron Fittings ............................................................................... .46 SPRINKLING FOR DUST CONTROL .......................................................................... .46 DEWATERING ............................................................................................................... 47 TRENCH EXCAVATION ON DEEP TRENCHES ......................................................... 47 TREE PRUNING ............................................................................................................ 47 TREE REMOVAL ........................................................................................................... 48 TEST HOLES ............................................................................................................... 48 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION .......................................................................................................... 48 TRAFFIC BUTIONS ...................................................................................................... 49 SANITARY SEWER SERVICE CLEANOUTS ............................................................... 49 TEMPORARY PAVEMENT REPAIR ............................................................................. 50 ( CONSTRUCTION STAKES ....................................................................................... 50 EASEMENTS AND PERMITS ....................................................................................... 50 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................ 51 WAGE RATES ............................................................................................................... 51 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ...................................... 52 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE} ............................................................................................................. 53 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS ...................................................................................... 55 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ............................................. 55 EARLY WARNING SYSTEM FOR CONSTRUCTION .................................................. 56 AIR POLLUTION WATCH DAYS .................................................................................. 56 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ...................................... 57 GREEN CEMENT POLICY 59 ( '•, SC-2 PART D -SPECIAL CONDITIONS This Part D -Special Cond1t1ons is complimentary to Part C -General Conditions and Part C1 - Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C - General Conditions and part C1 -Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C -General Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: PROJECT DESCRIPTION xxxxxxxxxxxxxxxxx FORT WORTH, TEXAS DOE PROJECT NO. XXXXX WATER DEPARTMENT PROJECTS NO. P XXXXXXXXXXXX & P XXXXXXXXXXX D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these caus_es. , Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative: therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 06/20/08 SC-3 PART D -SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH (' CENTRAL TEXAS .. Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floo~. 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 D1vis1on 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal .. · actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word ( "PROPOSAL", and the name or description of the project as designated in the "Notice to ·· Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic .communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. 06120/08 SC-4 ( - PART D -SPECIAL CONDITIONS . 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. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission. or a coverage agreement (lWCC-81, TWCC-82, lWCC-83, or lWCC-84 ). showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the proJect -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies. motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 06/20108 SC-5 I I PART D -SPECIAL CONDITIONS 2. No later than seven days after receipt by the contractor, a new certificate of coverage ,,. · I showing extension of coverage, if the coverage period shown on the current certificate of , coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 .011 (44) for all of its employees providing services on the project, for the duration of the project; 2 . Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing ( services on the project, for the duration of the project; ··· 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in 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. 06/20/08 SC-6 ( - PART D -SPECIAL CONDITIONS 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D· 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D· 5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, 06/20/08 SC-7 PART D -SPECIAL CONDITIONS fittings, tie-ins and alt other associated appurtenances required are deemed subsidiary work, the (~ ... cost of which shall be included in the price bid in the Proposal for each bid item . D· 6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures . However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be respons i ble for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations Contractor shall make all necessary provisions {as approved or authorized by the applicable utility company) for the support, protection and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. It is understood that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed construction. The Contractor is liable for all damages done to such existing 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. 0-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. · 06120/08 SC-8 ( PART D -SPECIAL CONDITIONS In locations where 1t is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation . · D-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. ' 27, 29, 30 and 31. Unless otherwise included as part of the Construction documents, the Contractor shall submit a traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P.E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website. Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed' issued the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 817-392-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign 1n place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fart 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 maintenance of the traffic control plan. 06120/08 SC-9 I PART D -SPECIAL CONDITIONS D-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to ( traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D-11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D-12 WATER FOR CONSTRUCTION The Contrac tor 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 e~sement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a ( ,,, 06120/08 SC-10 PART D-SPECIAL CONDITIONS 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: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCOR) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCOR, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCOR company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D-17 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D-18 CUTTING OF CONCRETE 06/20/08 SC-11 I PART D -SPECIAL CONDITIONS When existi ng concrete is cut, such cuts shall be made with a concrete saw . All sawing shall be ( subsidiary to the unit cost of the respective item. D-19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts . The Engineer shall approve the exact locations and methods of mounting . In addition to the 4 ' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be 1'-0" by 2'-0" in size. The information box shall have the following information : For Questions on this Project Call: (817) 392-8306 M-F 7 :30 am to 4 :30 p.m. or (817) 392-8300 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 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 on ly 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 •,. 06120/08 SC-12 ,· PART D -SPECIAL CONDITIONS for Street and Storm Drain Construction Division 2 Item 208.2 -Materials and Division 2 Item 208.3 -Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents. D-23 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call-out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1~2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2·2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D" Backfill, and E2-2 .11 Trench Backfill for additional requirements. When Type "C" back-fill material is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure A. Sand material specified in Figure A shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: 06120/08 SC-13 I I I PART D -SPECIAL CONDITIONS • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2 .9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. 0698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. ( Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a ( .. combination of methods subject to approval by the Engineer. Backfill material to be compacted as . · described above must be within +-4% of its optimum moisture content. 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 responsi ble for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. Type "B" backfill shall be paid for at a pre-bid unit price of $15 .00 per cubic yard. 0-25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 2000-1 through 2000-3. The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. ( '\ .... 06120/08 SC-14 PART D -SPECIAL CONDITIONS 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 the opinion of the Owner, the repaving shall be done at the earliest possible date. A permit must be obtained from the Department of Engineering Construction Services Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Department of Engineering will inspect the paving repair after construction. This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Department of Engineering. , D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trel")ch excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances . The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the proJect. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels. 06120/08 SC-15 I PART D -SPECIAL CONDITIONS 3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away fror:n the excavation . ( 4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes" or "trench shieldsn. Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- ins. Shoring systems are generally comprised of cross-braces, vertical rails, {uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D~ 27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in ( accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all 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 18n and greater. 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting ( 06120/08 SC-16 I' ••• PART D -SPECIAL CONDITIONS for not less than three (3) feet each direction to existing finish grade of the ground . The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS : All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. Covers shall set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use where locking lids are specified. 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 8. EXTERIOR SURFACE COATING.: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal, Ram-Nek, E-2 Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements . The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials . All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over 05120/08 SC-17 / I PART D -SPECIAL CONDITIONS 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 Bitumast1c joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame . Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. ( Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, ·· stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre-· formed gasket material. Position the butt joint of each length of joint material on 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 . 06120/08 SC-18 PART D -SPECIAL CONDITIONS limited to, joint sealing , lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, Joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to , joint sealing, lift hole sealing, and exterior surface coating . Payment for concrete collars will be made per each . Payment for manhole inserts will be made per each. D-28 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6 -6.15. D. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4} feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2} percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown 06/20/08 SC-19 PART D -SPECIAL CONDITIONS on the project plans. Prior to installing the applicable sewer main or lateral and the necessary ,. service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations ( '• (shown on the plans) at the building clean--out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route. All applicable sewer mains, laterals and affected service lines that are installed without pre-construction de-holing at the affected residences (to verify design elevations} shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re- route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. All re-routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S.T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean--out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained 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. 0-29 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 05120/08 SC-20 ( ( PART D -SPECIAL CONDITIONS Documents and Specifications, unless amended or superseded by requirements of this Special Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in 06/20/08 SC-21 I PART D -SPECIAL CONDITIONS backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item -Abandon Existing Sewer Manhole . ( H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected . The complete manhole, includ ing top or cone section, all full barrel diameter section, and base section shall be removed . The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface . I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging ex isting mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. C. PAYMENT: Payment for all work and material involved in salvaging , abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities ( when said facility is not being replaced in the same trench (i.e ., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES : Where plans call for abandonment of existing sewer mains after the construction of a new sewer main , the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item I. 06/20/08 SC-22 ( PART D -SPECIAL CONDITIONS D-30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2Y:z pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D-31 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. D-32 DISPOSAL OF SPOIUFILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the 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 obtaming the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. 06/20/08 SC-23 / / ,' PART D -SPECIAL CONDITIONS D-34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes ( necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications. D· 35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. ( 1 HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high- velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning 06120/08 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 ( SC-24 ,·· PART D -SPECIAL CONDITIONS will be assumed that a major blockage exists, and the cleaning effort shall be abandoned. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS: STORM DRAINS OR SANITARY SEWER MANHOLES. 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. 8. 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. 06120/08 When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy SC-25 / / PART D -SPECIAL CONDITIONS of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other (,," suitable device, and the accuracy shall be satisfactory to the Engineer. ', The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera . The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. ln 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 SUBMITIED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily . ,·· evaluated as to existing sewer conditions and for providing appropriate means for review of the ( .... 06120/08 SC-26 PART D -SPECIAL CONDITIONS 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 1s not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. 0-36 VACUUM TESTING OF SANITARY SEWER MANHOLES D. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. 06/20/08 The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with · the manufacturer's recommendations. A vacuum of ten inches of mercury (1 O"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg • 9"Hg) (SEC) Depth of MH. 48-lnch Dia. 60-lnch Dia. (FT.) Manhole Manhole 0 to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. 22' 55 sec. 72 sec. SC-27 PART D -SPECIAL CONDITIONS 24' 59 sec . 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 30' 74 sec. 98 sec. For Each 5 sec. 6 sec. Additional 2' 1. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. ( •,, D· 37 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated ( and/or replaced . The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. D· 38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer: and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. 06/20/08 SC-28 ( ',,, PART D -SPECIAL CONDITIONS C. EXECUTION. 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of 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, lV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized . All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. 06120/08 SC-29 I PART D -SPECIAL CONDITIONS If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of ( the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made . Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised . The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item -Post-Construction Television Inspection. The item shall also include all costs of .installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all (.··· materials proposed to be used on the project, including a mix de$ign for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be ··· used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in-place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City 'to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 06120/08 SC-30 ( ... ..--.... ..... PART D -SPECIAL CONDITIONS D· 40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right- of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollut1on--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 contra.I devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 2. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 3. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 4. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 6. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. 06120/08 SC-31 / I PART D • SPECIAL CONDITIONS C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will ( be given for this work. D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-42 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than existed prior to start of work . Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing . By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming , removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys. This permit can be obtained by calling the { .. -·· Forestry Office at 817-392-5738. All tree work shall be in compliance with pruning standards for ... Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D-43 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subJect to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot. D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. 05120/08 SC-32 ( •,. PART D -SPECIAL CONDITIONS D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2} inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. CONSTRUCTION METHODS: After the designated areas have been completed to the lines. grades, and cross-sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements 06120/08 SC-33 I I PART D -SPECIAL CONDITIONS hereinafter described._ Sodding shall be either "spot" or "block"; either 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 all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1 /2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed ( and shaped to conform to the cross-section previously provided and existing at the time .. _. sodding operations were begun . Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS: a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. 06120/08 SC-34 ( •,, ,···· PART D -SPECIAL CONDITIONS The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Common Bermuda Grass Annual Rye Grass Tall Fescue Western Wheatgrass Buffalo Grass Varieties Top Gun Cody Purity 95% 95% 95% 95% 95% 95% Table 120.2.(2)a. Germination 90% 95% 90% 90% 90% 90% URBAN AREA WARM-SEASON SEEDING RATE {lbs.); Pure Live Seed {PLS) Dates Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total: 100 Total: 100 Table, 120.2.(2)b Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total: 100 TEMPORARY COOL-SEASON SEEDING RA TE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. b . Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section 0- 45, Construction Methods, is not applicable since no seed bed preparation is required. 06120/08 SC-35 / I PART D -SPECIAL CONDITIONS DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be ( reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cult1packer" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is ,..·· obtained. After planting , the seed shall be raked or harrowed into the soil to a depth of \ approximately one-quarter (1/4) inch. The planted surface area and giving .a smooth surface without ruts or tracks. In between the time compacting is completed and the ·asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Apphcat1ons of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration. * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: 06/20/08 SC-36 ( PART D -SPECIAL CONDITIONS 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 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 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 materi~I for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer'' shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. 06/20/08 SC-37 I I PART D -SPECIAL CONDITIONS "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 all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D-46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. 06120/08 SC-38 / \ .. ( '•. --..... , , .... PART D -SPECIAL CONDITIONS 0-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. 8. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected . 9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 10. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 11 Final inspection shall be in conformance with general condition item "CS-5.18 Final Inspection" of PART C -GENERAL CONDITIONS. D· 48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified 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 0.1. pipe shall be utilized. 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 06120/08 SC-39 PART D -SPECIAL CONDITIONS 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter (~ shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe , installation shall be pressure grouted. D-49 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D-50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2 :27 concrete Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe 1nstallat1on. D-51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of §!).1 existing utilities prior to construction, in accordance with item D-6 . At locations ident1f1ed 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 incurred due to the exploratory excavation (0-Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D·Hole}, at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration , field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. D-52 INSTALLATION OF WATER FACILITIES 06120/08 52.1 Polyvlnyl 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 sc.40 ( '-...... 06120/08 PART D -SPECIAL CONDITIONS Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents . All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve . 52.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. 2 . SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 11 O 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 City Project Manager, SC-41 I 06/20/08 PART D -SPECIAL CONDITIONS Construction Services, Phone 817-392-8306, at least 48-hours prior to the required shut ( down time. The Contractor's attention is directed to Paragraph CS-5.15 INTERRUPTION \. OF SERVICE, Page CS-5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection . Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 52.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection . All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfill, bedding, fittings, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items. 52. 7 Water Services The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. ( '•, All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards (E1-17 & E1-18) contained in the General Contract Documents. 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 / \ SC-42 ,····· ~. PART D -SPECIAL CONDITIONS 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 fine with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 1. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location , separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line. 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 06120/08 SC-43 PART D -SPECIAL CONDITIONS inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E1-18A -Reinforced Plastic Water Meter Boxes . c· 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 furn ishing and setting new meter box shall be included in the price bid for furnish and set meter box. 1. MULTIPLE SERVICE BRANCHES : When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that 1s applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 52.8 2-lnch Temporary Service Line ', A. The 2-inch temt porary. servt ice 11 mbai.n 1 d~nd 3th/4-tinc_h 11 service li~ 1 esbshall b~ 1dnsttallhed to provided ( temporary wa er service o a u1 ings a w1 necessan y e require o ave severe ·· 06120/08 water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. ( '• SC-44 PART D -SPECIAL CONDITIONS When the temporary service is required for more than one location the 2-inch temporary service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location. Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all seFVice connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations. After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. 06120/08 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The City will provide all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized Mpipe cleaning pigs", chJorine 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 Jess 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 lme may not be placed m 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 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. SC-45 I PART D -SPECIAL CONDITIONS The appropriate water sampling station will be furnished to the Contractor free of charge; ( however, the Contractor will be required to pick up this item at the Field Operations Warehouse . PAYMENT FOR FIGURE 34 INSTALLATIONS : Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. I PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 52.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specrfications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings: E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed. All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed. D-53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. 06/2Q/08 SC-46 ( ..... (._ PART D -SPECIAL CONDITIONS 0-54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D-55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition. D· 56 TREE PRUNING A REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel "T' = Bar stakes, 6 feet Jong . 4. Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 6. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 06120/08 7. Survey and stake location of root pruning trenches as shown on drawings. 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 9. Backfill and compact the trench immediately after trenching. 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. SC-47 PART D -SPECIAL CONDITIONS 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil ( •. temperature and minimize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E . MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. D-57 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping . Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. D-58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all (,·,,·· prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: 06120/08 SC-48 PART D -SPECIAL CONDITIONS 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) 392- 8306. ' All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D-60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to rnstaU the markings, the contractor shall contact SSMD at (817) 392-8770 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. 06120/08 SC-49 I PART D -SPECIAL CONDITIONS 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. .., DR 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. DR 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 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 service replacement on private property. Contractor shall adhere to all requirements of Paragraph ( 06120/08 SC-50 .. ~· PART D -SPECIAL CONDITIONS C6-6.1 O of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item . The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing, understanding and complying with all provisions of such permits, including obtaining the requ isite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits, any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen, shall be included in the lump sum pay bid item for "Associated Costs for Construction within Railroad/ Agency Right-of-way". No additional compensation shall be allowed on this pay item. D-65 PRE-CONSTRUCTJON NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. D· 66 WAGE RATES Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether 06120/08 SC-51 I PART D -SPECIAL CONDITIONS good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's (.' determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. ( •,. Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance . The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section.) (Attached) D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by all ( 0B1201oe SC-52 PART D -SPECIAL CONDITIONS Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category II, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non -friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste . The Environmental Protection Agency {EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE} PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can 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%. 06120/08 SC-53 / ( 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 permit for storm water discharges from construction activ ities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O . Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT}: For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. (. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O . Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated 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 (, .. 06120/08 SC-54 - ....... - - - PART D -SPECIAL CONDITIONS construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted wrthin 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP . D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. D-70 ADDITIONAL SUBMITTAL$ FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be 06120/08 SC-55 PART 'D-SPECIAL CONDITIONS grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. ( ', D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule , the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is le~s 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 . \ 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified . The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. D-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. The Texas Commission on Environmental Quality {TCEQ), in coordination with the National · Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the (,. 06/20/08 SC-56 - PART D -SPECIAL CONDITIONS WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a .m. -6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: 1. The street permit fee is $50.00 per permit with payment due at the time of permit application. 2. A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. Payment by the contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. D-74 "GREEN" CEMENT POLICY As per Fort Worth City Council Resolution 3536, the City Manager is authorized to specify the purchase of dry kiln cement as the base bid in City of Fort Worth bid projects, with an alternative bid for the purchase of cement from an unspecified source and preferential purchasing for bids from a cement kiln with emissions not exceeding 1.7 pounds of NOx per ton of clinker produced. In cases where cement meeting the above requirements is not available, and where cement from a non-compliant source must be utilized, the Contractor shall furnish good faith effort documentation in the form of letters from two North Texas cement suppliers 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. All related costs for complying with the Green Cement Policy shall be considered subsidiary to the applicable project pay ,terns. The contractor shall ,submit the Green Cement Policy Compliance Statement or the good faith effort documentation at the time the of bid opening of the project. A copy of the Compliance Statement is attached at the end of this section. Failure to comply with the Green Cement Policy may result in rejection of the bid as non-responsive. END OF PART D-SPECIAL CONDITIONS 08/20/08 SC-57 / ( PART D -SPECIAL CONDITIONS REST OF THE PAGE INTENTIONALLY LEFT BLANK ( '• ( • .. ~ .... 06/20/08 SC-58 ,,•'. - PART D -SPECIAL CONDITIONS (To be printed on Contractor's Letterhead) Date: CPN No.: DOE No: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON WATER AND/ OR SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT< TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL 06/20/08 SC-59 I I FORT WORTH DOE NO. XXXX Projec:l llame: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON -------- BETWEENTHEHOURSOF _________ AND ____ ~--.; IF YOU HA VE QUESTIONS ABOUT THIS SHUT~UT, PLEASE CALL: MR. AT _________ _ (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. ___________ AT _________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, _________________ __.CONTRACTOR ( ( ,, ( - -06120/08 F 0 r 0 ff i C Q u s a O· n I y u T A I~ A 0 N e s H A p ii T LJ H PART D -SPECIAL CONDITIONS TEXAS DEPARTMENT OF HEALTH :r*'t ~ .,.,Ji;;:. T O H NOTE: CIRCLE ITEMS THAT ARE AMENDED DEMOLITION J RENOVATION NOTIFlCATION FORM NOTIFICATION#-_________ _ 1) Aba·emen: Ccntr.:?r.tnr: ___ .. . ·~· .•• __ •. ____________ TDH License N:.Jmber:. _____ _ Mere~: City: Stme: ___ Zip: ___ _ orr.cu Phone Nu:nber· ,_( _)._____ _ ___ ,. .•• Job Sit:: Phone Nt:rnbc::. _____________ _ Sila s~1i:-erll'.SOr.,___ TOH L1amse NtJmber: ----------- Site S:Jp-0r,i:sor:_....,..,..,.,..,,,......._,.....-,---------TOH License NlJmoer .. ··-------------- Trarned On-Sl:e NESHAP Individual .________ Cer1Jfication Dale .. ·_------- Demolition Contractor: _____________ Oflico Phc:ic Numl:<ir.__,,._...,_----=------ Adc:re;s: Ci!y. StP.1e . ___ _,2ip: ____ , __ _ 2) Project Consultant o: Operator .. ________________ TDH Ucarisa Number:. _____ _ Ml'!ilino Address:, ________________________ .......,. ________ _ City: State: ___ _,Zip:. ____ Ofnce PIW111} Number:,.____.__ _____ _ 3) Facility Owner.~---------------------------Atlonlrcn: ____________________________________ _ Mailing Address; ___ _ City:_ Slats: Zip: Owner Phone Nurnl.:cr,._,'------,-- .. Nolo: Tho lnvoicg for tho notlficiltlon foo will bo ffnt to th& ownertif tho building :ind tho l;Jilll:1£1 ;1ddrc:is for the in-voice will be obtalnad trcm tho lnform:iUon tb;::it I$ provJdcd in thi$ soetlon. -4) Oescn;:itioo or Facility Name;·------------~ Physical Adcires&: county: City; Zip:, __ _ Fflclli1y Phono Number Faci!ity CQnll!ct Person··--------Di1scrip!lon of Area/Room Numbe-r.. ___________________________ _ Prior Use;. _____ , __________ FtJturtt Us,g: _______________ _ Age <ii 8,uikJl11-o)Fooili1,". Sr.w: Number of Floors· So.'iool (K • 1?.); ,.. YES NO 5} Typo of Work; :: Demolition -i Ronov~lfon {Abatement} .! Artnu.il Consolidated Work wlli be oudng: J Dat o Eo.•oning r Night -Phased Projact Doscription of wot'r< sctiO<lulc:. _______________________ _ 6} IS tnls .i Public Bulfdlng? ·· YES U NO Feder.,1 F:tc:lllly?:; YE:$ : NO lnduslrial Site? C YES I) NO O NESHAP-Only Facility? :1 YES n NO Is 8ulldln{J!FucilUyOccu;,iod? :.! YES n NO L V r 0 l a ti 0 n ? 7} N1;1iificalion Trpe CHECK ONLY ONE J Otf9inal (10 Working Dayli} :: Cancellation !.. Amendment D Emorgency/Ordcrcd If this [s an urnandmef'lt, which amenctmen! number Is tl1ls?~ (Enclose eopy of origlni11 .ind/or last amendment) tr an emergency, who did ,,ou tell< willl al TOH? Emerg,mcy#:, _____ _ Dale and Hout o( En,erL;-enq· {HHIMM.IDDIYY}.:_ ------- Doscriplion of !he sudden, une,cpected evan1 and explan~~n of how tho event caused unsafe condltic:is or Would cause equ ipment cema.ge (computers. machinery. etc:. _______________________ _ Cl S) Dcscrip1fon of procedures to be followed In the ever'lt !hat unoxpocted asbestos is found or prevfou'>ly non-fria.!>le Y .asbestos ma11;rial becomos ctumblod. pi.:lverized. or reduced lo powc:er: -----------'------ E s 9) ·was nn Asbes1os sur,.,ey performed? J YES L' NO Date: J I TOH Inspector Lrc{ln~e No;. _____ _ G Analytical Melhod. -PLM .i TEM r Assvmctl TOH Labcralory Li(;ense No:------ N (For TAHP.A (public bulkl1ng) prcJeC1S: an assumption mus~ be made by a TOH UCCi1sc,ci lnspei:lor) 10) De5Cripti~n of plan!led <tcmoh!lon or ronovation work, ti;pe of material, and method(s) to be used_· ------- 11} Dascriµbon of work pradices {ind engir,cering oonlroJ.s 10 be used to prevent omissions of asbes1os a: the demolitiDI1lrenow11ion·______., ___________________________ _ SC-61 06120/08 PART D -SPECIAL CONDITIONS __ ,, ____________________________ _ 12} ALL tipplic.:11.J'.c items In lhc fo ll cw1ng table must be completad: IF NO ASBESTOS PRESENT CtiECK HERE: Approxlmato amount of Chock unit of mcacurcmont Asbestos-Containing Building Material Asbestos Type ,---~-~~c...-.~~--1-~-,---..,---,---,---.----1 Pipes Surface Araa RACM to be rem aved RACM NOT romo\'cd lnlenor C::itc or I non-lnaWu r8movetl Ex.~1or Cat&go I non-friabte removEKI Catecor; t oon-fril!b~ NOT remo\'e-J l;"1ter1or Cote o • 11 non-lriablu remo\'ed Exterior Cate U non-fnabte removed Cate o ti non-fl1a?>le tiOr romovC!d RACM Off-Fc1cllily Component 13j \Naste Tra1i.s::,or1or Nome: ________________ roH Licer.se N~1mher. _____ _ Address. ___________ c1iy: _________ .sto~&: _ Zip:·--~~ Ccntac~ Parson: Pht:mt Nurnber: .._......__ ________ _ i°') Wasta Disposal s,te Name: ____________________________ _ Address =·--:-----:------~~,.......,,...,,,--city: ,----------Stale: ___ Zi;>: ___ _ le:ephone: TNRCC Permit Number:-------- 15) For structur.elly unsour.ici foc!Htics, alWch a copy of demolll'.on order and iden11fy Governmental Official oe!ow: N.:..rnu: Rogislroli on No:------------- Title:.--=--~"'.'""'."~=-:'."'::-::--"-~---_..,,.___,..- Da1e of order (M!IJDDlYY) ! J Dale order to begin {MMiDD/VY) I J 16) Scheduled Dates of f\Sbestcs Abatomem (MM/DDIYY) Start: __ __,_I _____ I __ Ccmple1e: _ .... (......_ ____ ! __ 17) Schedu led D.?.tas Oemoli:lonlReno\•alion (MM/OD/YV) S1art J Completo:_....,/'--.....,_/ ___ _ •• No111: If 1he start date on tlilt. notincallon can nat bo mo!, tho TOH Rt1Jlonal or Local Program offlco Must ba can1actod by phone prior to th;i &tart date. Falluro ro do so l11t a vlolaUon In :uicardanco Co TAHPA. Section 295.61. J hereby ~er1ify Iha! r;U information I llove pro\•lded Is co...-roct, comptolo. und true lo Ula best of my knowledge. l acknowledge that I am respons ,1>16 for au aspects of the nolifica1ion form, in<:h..iding, but not limitill!l, co.-ite:,t .'.lnd submission datos. Tile maximum penaltt/ is S10,000 per day per 1/iolstion. (Signe:ure of Building CV.Tier{ Op1;rator or Delegated Consunan L'Comr~cior) MAIL TO: (Printed l'Jemo) {Dale} ASDESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROi. DIVISION TEXAS DEPARTMENT OF tU:Al.TH (Telephooe) (Fax Nur:ilMlr) ( ... ( PO BOX 143538 'Fu~ arc 11ot t1ccoptod• AUSTIN, TX 78714•353B PH: 512-834-6600, 1-BOD-572-5548 Form APB#5, dated 07129/02. R&places TOH form datad 07113/01. For a:ssislance jn compfilling form, call 1-800-572-5548 ( ', SC-62 -PART DA -ADDITIONAL SPECIAL CONDITIONS -DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS .......................... 3 I DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE ................................................ 4 DA-3 PIPE ENLARGEMENT SYSTEM .................................................................................... 9 -DA-4 FOLD AND FORM PIPE ................................................................................................ 17 DA-5 SLIPLINING ................................................................................................................... 21 DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT ........................................................ 28 DA-7 TYPE OF CASING PIPE ............................................................ .' ................................... 31 DA-8 SERVICE LINE POINT REPAIR/ CLEAN OUT REPAIR .............................................. 32 DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ................... 34 DA-10 MANHOLE REHABILITATION .................................................................................. · .... 37 -DA-11 SURFACE PREPARATION FOR MANHOLE REHABlLITATION ............................... .47 DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM ................. 48 DA-13 INTERIOR MANHOLE COATING • QUAD EX SYSTEM ............................................... 50 DA-14 INTERIOR MANHOLE COATING· SPRAY WALL SYSTEM ....................................... 53 DA-15 INTERIOR MANHOLE COATING· RAVEN LINING SYSTEM ..................................... 55 DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER .... 58 -DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL.SYSTEM ...................................... 61 DA-18 RIGID FIBERGLASS MANHOLE LINERS .................................................................... 63 DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION ................................................. 66 DA-20 PRESSURE GROUTING ............................................................................................... 68 DA-21 VACUUM TESTING OF REHABILITATED MANHOLES ............................................. 71 DA-22 FIBERGLASS MANHOLES .......................................................................................... 74 -DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ..................... 78 DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER ................................... : ......... 79 DA-25 REPLACEMENT OF 611 CONCRETE DRIVEWAYS ..................................................... 80 ,_, -DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ............................................. 80 DA-27 GRADED CRUSHED STONES ..................................................................................... 80 DA-28 WEDGE MILLING 2" TOO" DEPTH 5.0' WIDE ............................................................ 81 DA-29 BUTT JOINTS· MILLED ............................................................................................... 82 DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ...................................................... 83 DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ............................................. 83 DA-32 NEW 7" CONCRETE VALLEY GUTTER ...................................................................... 84 DA-33 NEW 4" STANDARD WHEELCHAIR RAMP ................................................................ 84 DA-34 8" PAVEMENT PULVERIZATION ................................................................................ 85 DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ........................... 85 DA-36 RAISED PAVEMENT MARKERS ................................................................................. 87 DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ................. 87 DA-38 LOADING, TRANSPORTATION. AND DISPOSAL OF CONTAMINATED SOIL ........ 91 DA-39 ROCK RIPRAP -GROUT-FILTER FABRIC ............................................................... 92 DA-40 CONCRETE RIPRAP .................................................................................................... 95 DA-41 CONCRETE CYLINDER PIPE AND FITIINGS ............................................................ 96 DA-42 CONCRETE PIPE FITTINGS AND SPECIALS ............................................................. 96 DA-43 UNCLASSIFIED STREET EXCAVATION ..................................................................... 96 DA-44 6" PERFORATED PIPE SUBDRAIN ............................................................................ 96 -DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS ..................................................... 98 DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION ................................................. 98 DA-47 PAVEMENT REPAIR IN PARKING AREA ................................................................... 98 -DA-48 EASEMENTS AND PERMITS ....................................................................................... 98 DA-49 HIGHWAY REQUIREMENTS ........................................................................................ 99 .... 11/02/04 ASC-1 DA-50 DA-51 DA-52 DA-53 DA-54 DA-55 DA-56 DA-57 DA-58 DA-59 DA-60 DA-61 DA-62 DA-63 DA-64 DA-65 DA-66 DA-67 OA-68 DA-69 DA-70 DA-71 DA-72 DA-73 DA-74 DA-75 DA-76 DA-77 DA-78 DA-79 DA-80 DA-81 DA-82 DA-83 DA-84 DA-85 DA-86 DA-87 DA-88 DA-89 DA-90 DA-91 DA-92 DA-93 DA-94 DA-95 DA-96 DA-97 11/02/04 PART DA -ADDITIONAL SPECIAL CONDITIONS CONCRETE ENCASEMENT ......................................................................................... 99 CONNECTION TO EXISTING STRUCTURES .............................................................. 99 TURBO METER WITH VAULT AND BYPASS INSTALLATION .................................. 99 OPEN FIRE LINE INSTALLATIONS ... '. ....................................................................... 100 WATER SAMPLE STATION ....................................................................................... 100 CURB ON CONCRETE PAVEMENT .......................................................................... 101 SHOP DRAWINGS ...................................................................................................... 101 COST BREAKDOWN .................... ; ............................................................................. 102 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ................................. 102 H.M.A.C. MORE THAN 9 INCHES DEEP ................................................................... 102 ASPHALT DRIVEWAY REPAIR ................................................................................. 102 TOP SOIL .................................................................................................................... 102 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ................ 102 BID QUANTITIES ........................................................................................................ 103 WORK IN HIGHWAY RIGHT OF WAY ....................................................................... 103 CRUSHED LIMESTONE (FLEX-BASE) ...................................................................... 103 OPTION TO RENEW ................................................................................................... 103 NON-EXCLUSIVE CONTRACT .................................................................................. 103 CONCRETE VALLEY GUTTER .................................................................................. 104 TRAFFIC BUTTONS ................................................................................................... 104 PAVEMENT STRIPING ............................................................................................... 104 H.M.A.C. TESTING PROCEDURES ........................................................................... 104 SPECIFICATION REFERENCES ................................................................................ 105 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VAL VE AND BOX ........................................................................................................ 105 RESILIENT-SEATED GATE VALVES ........................................................................ 105 EMERGENCY SITUATION. JOB MOVE-IN ................................................................ 105 11/2" & 2" COPPER SERVICES ................. ; ................................................................ 105 SCOPE OF WORK (UTIL. CUT) ................................................................................. 106 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) ..................................................... 107 CONTRACT TIME CUTIL. CUT) .................................................................................. 107 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUTI ................................ 107 TIME ALLOWED FOR UTILITY CUTS CUTIL. CUT) ................................................... 107 LIQUIDATED DAMAGES (UTIL. CUT) ....................................................................... 107 PAVING REPAIR EDGES (UTIL. CU!.} ...................................................................... 108 TRENCH BACKFILL (UTIL. CUT} .............................................................................. 108 CLEAN-UP (UTIL. CUT) .............................................................................................. 108 PROPERTY ACCESS CUTIL. CUT} ............................................................................. 108 SUBMISSION OF BIDS (UTIL. CUT) .......................................................................... 108 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT).. ............................................. 109 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) ............................. 109 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUTI ............................................................. 109 ADJUST WATER VALVE BOXES. MANHOLES, AND VAULTS (UTIL. CUT) .......... 110 MAINTENANCE BOND (UTIL. CUT) .......................................................................... 110 BRICK PAVEMENT (UTIL. CUT) ................................................................................ 110 LIME STABILIZED SUBGRADE (UTIL. CUT) ............................................................ 111 CEMENT STABILIZED SUBGRADE CUTIL. CUTI ..................................................... 111 REPAIR OF STORM DRAIN\ STRUCTURES CUTIL. CUT) ........................................ 111 "QUICK-SET" CONCRETE CUTIL. CUT) .................................................................... 112 ASC~2 ( ( \, . .. -(. - - - - ,•'. . ' ... - - ..... DA-98 DA-99 DA-100 DA-101 DA-102 DA-103 DA-104 DA-105 DA-106 DA-107 DA-108 DA-109 DA-110 DA-111 DA-112 DA-113 DA-114 DA-115 DA-116 DA-117 DA-118 DA-119 PART DA -ADDITIONAL SPECIAL CONDITIONS UTILITY ADJUSTMENT (UTIL. CUT) ......................................................................... 112 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT). .. 112 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUTI .................................. 113 CONCRETE CURB AND GUTIER (UTIL. CUT) .................................................... 113 PAYMENT (UTIL. CUT} ........................................................................................... 113 DEHOLES {MISC. EXT.) ......................................................................................... 114 CONSTRUCTION LIMITATIONS (MISC. EXT.) ...................................................... 114 PRESSURE CLEANING AND TESTING (MISC. EXT.) .......................................... 115 BID QUANTITIES (MISC. EXT.) .............................................................................. 115 LIFE OF CONTRACT (MISC. EXT ,f ....................................................................... 115 FLOWABLE FILL (MISC. EXT.) .............................................................................. 115 BRICK PAVEMENT REPAIR (MISC. REPL.) ......................................................... 116 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) ........................... 116 WORK ORDER COMPLETION TIME (MISC. REPL.) ............................................ 117 MOVE IN CHARGES (MISC. REPL.) ...................................................................... 117 PROJECT SIGNS (MISC. REPL.) ........................................................................... 117 LIQUIDATED DAMAGES (MISC. REPL.) ............................................................... 118 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) ............................................ 118 FIELD OFFICE ......................................................................................................... 118 TRAFFIC CONTROL PLAN .................................................................................... 119 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS ............ 119 CATHODIC PROTECTION SYSTEM 122 DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS 11/02/04 ASC-3 PART DA · ADDITIONAL SPECIAL CONDITIONS The City reserves the right to abandon without obligation to the contractor, any part of the project, ( or the entire project, at any time before the contractor begins any construction work authorized by the City. Award, if made, shall be to the lowest responsible bidder. The following shall apply for contract documents with multiple units of work. Each unit represents a separate project, each with an individual M/WBE specification and proposal section . The proposal sections are arranged to allow prospective bidders to submit bids on one unit, some of the units, or all of the units. Award of contract(s}. if made, shall be to the lowest responsible bidder for each individual unit. If a contractor is the low bidder on two units or more , a single set of contract documents consisting of all applicable units will be created and one single award of contract shall be made. The Contractor shall comply with the City's M/WBE Ordinance for the applicable unit or combination of units and shall submit monthly M/WBE reports for the applicable unit or combination of units. Construction time on all units will run concurrently. For situations involving approved contracts with multiple units, the total allowable construction completion time period for all the units shall be the same as the unit with the longest construction time period. DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE A. 11/02/04 WORK TO BE DONE: The work to be done under this contract consists of rehabilitation of existing sewer lines by the Cure-in-Place Pipe Method or approved equal. Cured-in- place pipe consists of a resin impregnated flexible tube, coated with an elastomeric coating, when inverted into an existing sewer pipe through existing access manholes, and which, under proper hydrostatic and thermal conditions, is cured-in-place, becoming a structurally sound cured-in-place pipe. The thickness of the pipe will be dictated by the structural requirements of the sewer pipe with no loss of cross sectional area other than the thickness of the resin-impregnated tube. The pipe will be impermeable to water,. provide corrosion resistance, and an optimum friction factor for the sewer flow. Branch connections shall be reinstated by a remote controlled cutting device. The work consists of providing all labor, equipment, transportation, materials , and supervision necessary to : 1. Thoroughly clean sewers as required for the installation of the resin-impregnated tube. 2. Inspect sewers by closed circuit color television (CCTV), including identifying and marking the location of each service connection. Cost subsidiary to Pre- Construction TV Inspection. 3. Notify residents at least 48 hours prior to service interruption. 4. Install the resin-impregnated tube of the correct thickness as specified. 5. Cut out all service connections by remote cutters and restore service within 18 hours. ASC-4 ( •1 ... / \. '•, -lliil - - B. - - C. -11/02/04 - PART DA -ADDITIONAL SPECIAL CONDITIONS 6. Re-inspect by CCTV to verify satisfactory completion of work at time of lateral reinstatement. Cost subsidiary to Post-Construction TV Inspection. 7. Pump around all dry and wet weather flows to accommodate the process at each separate installation, as required. 8. Comply with all appropriate governmental agencies' regulations regarding traffic, safety procedures and permits, the cost of which is the responsibility of the Contractor. MATERIALS: The fiber felt tube shall be fabricated to a size that when installed will tightly fit the internal circumference of the conduit specified by the Owner. Allowance for circumferential stretching during inversion shall be made and shall meet ASTM-1216. The minimum length shall be that deemed necessary by the Contractor to effectively span the distance from the inlet to the outlet of the respective manholes, unless otherwise specified. The Contractor shall verify the lengths in the field before impregnation. Individual inversion may be made over one or more manhole sections, as determined in the field by the Contractor. Unless otherwise specified, the Contractor shall furnish a general purpose unsaturated polyester resin and catalyst system that meets ASTM standards and the finished cured physical strengths specified. REQUIRED THICKNESS OF CURED-IN-PLACE PIPE: The thickness of the pipe will be determined from information supplied or manufacture's recommendation for the condition of the existing pipe. Should pre-installation inspections reveal the sewers to be in substantially different conditions than those in the design considerations, the Contractor can request such changes in pipe thickness, supporting such request with design data in accordance with the pipe manufacturer's standard design criteria as follows: Sewer Diameter 6" 8" 10" 12" 15" 18" 21" 24" 30" LINER THICKNESS Pipe Invert Pipe Invert Depth up to 10' Depth 10'-15' (also the minimum) 4.5mm 4.5mm 6.0mm 6.0mm 6.0mm 6.0mm 6.0mm 7.5mm 7.5mm 9.0mm 9.0mm 12.0mm 10.5mm 13.5mm 12.0mm 15.0mm 15.0mm 18.0mm ASC-5 Pipe Invert Depth Over 15' 4.5mm 6.0mm 7.5mm 9.0mm 10.5mm 13.5mm 15.0mm 16.5mm 21.0mm I I PART DA -ADDITIONAL SPECIAL CONDITIONS 36 " 16.5mm 21 .0mm 24.0mm 42" 19.5mm 24.0mm 28.5mm 48" 22.5mm 28.5mm 33.0mm 54" 25.5mm 30.0mm 36.0mm 60" 285mm 34 .5mm 39.0mm D. PREPARATORY WORK: The installation procedures shall be as follows unless otherwise approved by the City. 1. Safety -The contractor shall carry out his operations in strict accordance with all safety requirements. Particular attention is drawn to those safety requirements that involve working with scaffolding and entering confined spaces. 2. All easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the Property Owners involved for the use of additional property required. No additional payment will be allowed for this item. If a street must be closed to traffic because of the orientation of the sewer, the Department of Engineering shall institute the actions necessary to do this for the mutually agreed upon time period. 3 . Before using any water from the City of Fort Worth, the Contractor shall be responsible for the water meter and related charges for the set up, including the water usage bill . All expenses shall be considered incidental to cleaning. 4. Cleaning of Sewer Line -It shall be the responsibility of the Contractor to remove all internal debris out of the sewer lines and flush the sewer lines clean, disposing of debris off-site. Debris is not to be washed downstream into other sewers. All solids or semisolids resulting from the cleaning operations shall be removed from the site and disposed of at no additional cost to the City. It is the responsibility of the Contractor to secure a legal dump site for the disposal of this material. All materials shall be removed from the site no less often than at the end of each work day. All cost for the above-described work shall be paid for by the price bid per linear foot for Cleaning and Television Inspection. 5. Inspection of Pipelines -Inspection of pipelines shall be performed by experienced personnel trained in 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". E. INSTALLATION OF THE RESIN IMPREGNATED TUBE: 1. 11/02/04 The Contractor shall designate a location where the uncured resin in the original containers and the unimpregnated fiber-felt tube will be vacuum impregnated prior to installation. The Contractor shall allow the Owner to inspect the materials and ''wet-out" procedure. A resin and catalyst system compatible with requirements of this method shall be used. The quantities of the liquid thermosetting materials ASC-6 ( ', ( ( - - - .... - - - - - - 2. 3. PART DA .. ADDITIONAL SPECIAL CONDITIONS shall be per manufacturer's standards to provide the wall thickness specified . All felt shall be impregnated under vacuum . The wet-out fiber felt tube shall be installed through an existing manhole or other approved access by means of an inversion process and the application of a hydrostatic head sufficient to fully extend it to the next designated manhole. The impregnated tube shall generally be inserted into the vertical inversion standpipe with the impermeable plastic membrane side out. At the lower end of the inversion standpipe, the felt tube shall be turned inside out and attached to the standpipe so that a leak-proof seal is created. The inversion head will be adjusted to be of sufficient height to cause the impregnated tube to invert from manhole to manhole and hold the tube tight to the pipe wall and produce dimples at the side connections. A lubricant, if used, shall be as approved by manufacturer's standards. Manufacturer's standards shall be closely followed during the elevated temperature curing so as not to over-stress the felt fiber and cause damage or failure prior to cure . In certain cases, the Contractor may elect to use a top Inversion. Curing: After inversion is complete, the Contractor shall supply a suitable heat source and water or steam recirculation equipment. The equipment shall be capable of delivering hot water or steam throughout the section by means of a pre- strung hose, wh ich has been perforated per manufacturer's recommendations, to uniformly raise the water temperature above the temperature required to effect a cure of the resin . This temperature shall be determined by the resin/catalyst system employed and shall be per manufacturer's standards . 4. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water or steam supply. Another such gauge shall be placed at the remote manholes to determine the temperatures during cure. Initial cure shall be deemed to be completed when inspection of the exposed portions of the cured-in-place pipe appear to be hard and sound . The cure period shall be of a duration recommended by the resin manufacturer, as modified for the inversion process, during which time the recirculation of the water and/or steam and cycling of the heat exchanger to maintain the temperature continues. 5. Cool-down: The Contractor shall cool the hardened cured-in-place pipe to a temperature below 100 F before relieving the static head in the inversion standpipe. Cool-down may be accomplished by introducing cool water into the inversion standpipe to replace water or steam being drained from a small hole made in the downstream end. Care shall be taken in the release of the static head so that a vacuum will not be developed that could damage the newly installed cured-in-place pipe . F. SERVICE CONNECTIONS: After the pipe has been installed, the Contractor shall reconnect the active service connections. This shall generally be done without excavation, and, in the case of non-man entry pipes, from the interior of the pipeline by means of a television camera and a cutting device that re-established them to not Jess than 90 percent capacity. Existing services shall be reinstated within 18 hours of installation. Should internal reinstatement not be possible, the services must be reconnected externally by excavation immediately. Service saddles acceptable to the Engineer shall be utilized . Backfill at service connections shall be cement stabilized 11102104 ASC-7 ' / ./ PART DA -ADDITIONAL SPECIAL CONDITIONS (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 . Each reconnection shall be paid for separately. Six inch sewer lines shall have service connections completed by external means. Contractor may re-connect the 6" sewer line connections by internal means in special cases with the approval of the Engineer. G. ACCEPTANCE: The finished cure-in-place pipe shall be continuous over the entire length of an inversion run between manholes and be smooth and free from substantial wrinkles, as well as defects, and improper house connections. Should any of these defects occur, the line shall be excavated, repaired and/or replaced and complete restoration made to the satisfaction of the City at no additional cost. The watertightness of the pipe shall be tested for leaks under a positive head during cure with allowances being made for end leakage and temperature effects. H. CLEAN-UP: Upon acceptance of the installation work and testing, the Contractor shall restore the project area affected by his operations to original or better conditions. I. PATENTS: The Contractor shall warrant and save harmless the City and all of its officers, agents, and employees against all claims for patent infringement and any loss thereof. J. SPECIAL NOTES: The Contractor shall be liable for damages to the homes or basements from backups which may result during the installation of new pipe. K. MEASUREMENT AND PAYMENT: 11/02104 1. Cured-in-Place Pipe (CIPP) Installation: CIPP installation will be measured for payment by the linear foot of CIPP actually installed in the various diameters of sewers measured along the centerline of the sewer from centerline to center1ine 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 Reconnection: Payment will be made for the quantities measured at the unit price per each listed in the bid proposal. Payment shall include all labor, materials, and the lateral connection, including all necessary pipe and fittings to connect the existing service line. Payment shall not include pavement replacement, which if required, shall be paid separately. 3. Television Inspection and Cleaning: Special Condition for Post-Construction Television Inspection applies. 4. 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. 5. By-Pass Pumping: The Contractor shall provide diversion for the flow of sewage around the section or sections of pipe designated for the inversion of the resin- impregnated tube. The pumps and by-pass lines shall be of adequate capacity and size to handle all flows. All costs for by-pass pumping required during installation of the pipe shall be subsidiary to the pipe reconstruction item. ASC-8 I ( \ ( ( . .. - -. ... - - PART DA -ADDITIONAL SPECIAL CONDITIONS 6. Point Repairs: Point repairs shall be made before or after a cured-in-place pipe installation at the Contractor's option. Point repairs shall be conducted only if mutually agreed to by the Department of Engineering and the Contractor prior to acceptance of the line for reconstruction. Before any excavation is done for any purpose, it will be the responsibility of the Contractor to check with various utility companies and determine the location of their facilities. Point repairs shall be measured and paid for by the linear foot for the appropriate depth of cut. Payment shall include all labor, material and equipment for pipe replacement according to standards. 7. Subsidiary Work: Any damage resulting to utilities and property, resulting repairs, temporary service costs, etc., shall be borne by Contractor. Repair and/or replacement of fences, sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment will be allowed. DA-3 PIPE ENLARGEMENT SYSTEM A. GENERAL: 11/02/04 1. Description: This specification includes requirements to rehabilitate existing sanitary sewers by the pipe enlargement system, herein called Pipe Bursting or Pipe Crushing (Pipe Bursting/Crushing). This system includes splitting or bursting the existing pipe to install a new polyethylene pipe and reconnect existing sewer service connections. 2. Methods: This section specifies the approved system method or process to include all labor, materials, tools, equipment and incidentals necessary to provide for the complete rehabilitation of deteriorated gravity sewer lines by the Pipe Bursting/Crushing systems. Approved methods include: the PIM Corporation (PIM System), Piscata Way, New Jersey; Mclat Construction (McConnell System for Pipe Crushing), Houston, Texas; and Trenchless Replacement Systems, (TRS System), Calgary, Canada. Refer to Part D -SPECIAL CONDITIONS D-34 SIBSTITUTIONS for infonnation 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 pulled or pushed into the bore. The method allows for replacement of pipe sizes from 8" through 21" and/or upsizlng in varying increments up to 21". This specification is based on the precedent that the Pipe Bursting/Crushing system used has been pre-approved by the City of Fort Worth Department of Engineering, and Fort Worth Water Department. ASC-9 11/02/04 4. PART DA -ADDITIONAL SPECIAL CONDITIONS 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. 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 instatllng the polyethylene pipe. Training shall be performed by a qualified representative as determined by the pipe manufacturer. 5. Submittals: Submit for review and acceptance, the following Contractor's Work Plan and Drawings to the Department of Engineering (DOE): a. b. 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. 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. 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. 6. Delivery, Storage, and Handling: a. Transport, handle, and store pipe and fittings as recommended by manufacturer. ASC-10 ( - ( ·~~ - ( ,, ... - - PART DA -ADDITIONAL SPECIAL CONDITIONS b. If new pipe and fittings become damaged before or dunng installation. it shall be repaired as recommended by the manufacturer or replaced as required by the Project Manager at the Contractor's expense, before proceeding further. c. Deliver, store and handle other materials as required to prevent damage. 8 . MATERIALS: 11/02/04 1. Polyethylene Piping Material: The pipe and fitting material shall be high density, extra molecular weight (EHMW) polyethylene pipe material conforming to ASTM D1248, Type Ill, Class C, Category 5, Grade P34, and have a PPI {Plastic Pipe Institute) recommended designation of PE3408 and cell classification 345434C per ASTM D3350 . The molecular weight category shall be extra high (250 ,000 to 1,500,000) as per the Gel Permeation Chromatography determination procedure with a typical value of 330,000. a. The interior of the pipe shall be a light reflective color to facilitate closed circuit 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 manufacture,..s own production of the same formulation, shall be used. 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 SOR 17 -100 psi. Pipe with a lower SOR ratio and higher pressure rating may be used In lieu of the minimum specified . 2. Tests: The Contractor shall be required to send submittals to the City of Fort Worth on the production material. a. b. C. The pipe manufacturer shall provide certification that samples of the production product meets these specifications. The certification will state that production product has been tested in accordance with ASTM D2837, and validated in accordance with the latest revision of PPI TR-3. 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 02837. Rejection: Polyethylene plastic pipe and fittings may be rejected for failure to meet any of the requirements of this specification. ASC-11 C. PART DA -ADDITIONAL SPECIAL CONDITIONS SEWER SERVICE CONNECTIONS: 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 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 Femco 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: 11/02/04 1. Bypassing Sewage: 2. 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 capacity and size to handle the flow without sewage backup occurring to facilities 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. 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 ASC-12 ( '•, - - - - - - - - 3. 4. PART DA -ADDITIONAL SPECIAL CONDITIONS cannot be removed by conventional sewer cleaning equipment , then an obstruction removal shall be made by the Contractor, with the approval of the Engineer. 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 Eng ineer 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. lV 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. C. 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 enlargeme~t. In instances where sags are located under existing structures, the existing sewer line may be relocated using open cut or boring methods . The Department of Engineering shall specifically review potential relocation 's and evaluate the constructability, economics and engineering feasibility prior to construction work. Measurement and Payment: Measurement and payment to correct sags shall be per linear foot of pipe construction to correct the sag. For pipe bursting methods, open-cut or bore construction, the applicable bid prices in the proposal section shall apply. 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: 1. Site Organization: 11/02104 ASC-13 11/02/04 2. PART DA -ADDITIONAL SPECIAL CONDITIONS a. Insertion or access pits shall be located such that their total number shall be minimized 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 not to create a noise impact. Provide silencers or other devises to reduce machine noise as needed to meet requirements. d. The actual pipe enlargement procedure shall commence prior to 11.00 AM in order to 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 work shall be started after 11 :00 AM; all actual pipebursting activity shall cease at 6:00 PM. Other activities other than the actual p ipebursting may continue after 6:00 PM. Finished Pipe: The installed replacement pipe shall be continuous over the entire length of each pipe segment from manhole to manhole and shall be free from visual defects such as foreign inclusions, concentrated ridges, discoloration, pitting, varying wall thickness, pipe separation, other deformities . Replacement pipe with gashes, nicks, abrasions, or any such physical damage which may have occurred during storage and/or handling, which are larger/deeper than 10% of the wall thickness shall not be used and shall be removed from the construction site. The replacement pipe passing through or terminating in a manhole shall be carefully cut out i n 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 leakage requirements of the pressure test specified later. 3. Pipe Jointing: a. Sections of polyethylene replacement pipe shall be assembled and joined on the job site above the ground. Jointing shall be accomplished by the heating and butMusion 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 operators with prior experience in fusing polyethylene pipe with similar equipment using proper jigs and tools per standard procedures outlined by the pipe manufacturer. These joints shall have a smooth, uniform, double rolled back bead made while applying the proper melt, pressure, and alignment. It shall be the sole responsibility of the Contractor to provide an acceptable butt-fusion joint. All joints shall be made available for inspection by the Engineer before insertion. The replacement pipe shall be joined on the site in appropriate working lengths near the insertion pit. The maximum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any one time shall be 600 linear feet. ASC-14 (, ( '• ,, ( '•, - - - - 11/02/04 PART DA -ADDITIONAL SPECIAL CONDITIONS c. For situations where the replacement pipe is not pulled all the way to the manhole or if it is impossible to pull the missle all the way through, the following shall apply: At the direction of the Engineer, a 12"·18" full circle steel clamp shall be utilized to connect segments of the HOPE pipe. 4. New Pipe Installation : a. Thread winch cable 9r chain and associated lines through sewer section to be 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 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 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 Asc.15 PART DA .. ADDITIONAL SPECIAL CONDITIONS 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: 11/02/04 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 prlce per linear foot for the various sewer diameters listed . 2. Service Reconnectlons: Installation of sewer service connections will be measured for payment by each actually reconnected to the installed pipe. Payment will be made for the quantities measured at the unit price per each listed. Payment shall include required excavation and backfill, saddles, flexible connections, and all other incidentals necessary to successfully reconnect sewer service lines to the rehabilitated sewer. Payment shall not include pavement replacement, which if required, shall be paid separately. 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 around the section or sections of pipe designated for rehabilitation. The pumps and by-pass lines shall be of adequate capacity and size to handle all flows. All costs for by-pass pumping required during installation of the pipe shall be subsidiary to 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, sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment will be allowed. 6. Testing: All cost for testing the replacement pipe by a pressure method will be incidental to pipe installation. ASC-16 ( ,, . - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-4 FOLD AND FORM PIPE A. GENERAL: 1. Description: The Contractor shall utilize the installation of polyethylene or PVC sewer lines to restore the watertight condition of sanitary sewer lines. 8. MATERIALS: 1. 2 . 3. 11/02104 Polyethylene Liner Material: The polyethylene liner material shall be a high density polyethylene pipe compound which conforms to ASTM D-1248. The polyethylene pipe liner shall meet manufacturer's standards. The lining shall be a hard impermeable pipe which shall conform to the minimum structural standards applicable , including ASTM D-368 for 3,300 psi tensile stress, ASTM D-638 for 4,500 psi for flexural stress, and ASTM D-790 for 145,000 psi for modules of elasticity. The finished liner shall incorporate materials which will withstand the corrosive effects of normal sewage. The Contractor shall provide a written guarantee of his compliance with these standards. The liner shall be light in color to facilitate closed circuit television inspection. Polyvinyl Chloride (PVC) Liner Material: Polyvinyl pipe shall conform to ASTM D3034 . The PVC compound used for the folded pipe shall conform to ASTM D1784 classification 12334-8, 123449 or 12454B or C. Compounds that have different cell classifications which are superior to those of the specified compounds are also acceptable. The lining shall conform to the minimum structural standards applicable including ASTM D-790 for 6,000 psi flexural stress ·and 350,000 psi modulus of elasticity. Sizing of the Liner. The liner diameter, length and --wall thickness shall be appropriate for each designated location. The Contractor shall verify the actual sewer lengths and diameters in the field prior to cutting the liner to length and sizing the diameter. a. The liner shall be fabricated to a size that when installed will neatly fit the internal circumference of the sewer to be lined . Allowance for circumferential stretching of the liner during insertion shall be made as per manufacturer's standards. b. The length of liner shall be that deemed necessary by the Contractor to effectively carry out the insertion and seal the liner at the inlet and outlet points. When reformed, the hardened liner should extend from end to end of the sewer segment being lined in a continuous tight fitting watertight pipe-within-a-pipe . C. The wall thickness of the folded pipe liner shall conform to the design criteria of the manufacturer or the licensee; however, the minimum wall thickness shall conform to the following table: Existing Pipe I.D. inches ASC-17 Minimum Wall Thickness inches PART DA· ADDITIONAL SPECIAL CONDITIONS 6 8 10 12 0 .236 0 .265 0 .331 0.392 C. EXECUTION : 11/02/04 1. General: Liner installation shall be accomplished by pulling the liner through the existing sanitary sewer pipeline utilizing a power winch and steel cable with an appropriate pulling head at the end of the liner. Rounding of the liner shall be accomplished by utilizing a heat source such as water or steam with a rounding device to reform the folded pipe into a hard , impermeable round pipe. 2. Preliminary Cleaning and Inspection: a. Prior to any lining of designated sanitary sewer line segments, the Contractor shall remove internal deposits as necessary to assure proper liner installation. b. Inspection of pipelines shall be performed by experienced personnel trained in locating breaks, obstacles, and service connections by closed circuit television. The interior of the pipeline shall be carefully inspected to determine the location and extent of any structural failures, which may prevent proper installation of lining materials into the pipelines and location of service laterals. C. It shall be the responsibility of the Contractor to clear the line of obstructions such as solids, roots, dropped joints, protruding branch connections or broken pipe that will prevent the insertion of the liner. If inspection reveals an obstruction not indicated in these specifications that cannot be removed by conventional cleaning equipment, then the Contractor shall notify the Engineer. The Engineer may authorize an excavation In order to remove such obstruction . 3. Documentation: Special Conditions for Pre-and Post-Construction Television inspection apply, items D-35 and 0-38, respectively. 4. Flow Bypassing: The Contractor, when required, shall provide for the transfer of flow around the section or sections of pipe that are to be lined. The bypass shall be made by diversion of the flow at an existing upstream access point and pumping the flow Into a downstream access point or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. The proposed bypassing system shall be approved in advance by the Owner. All costs of flow bypassing shall be considered incidental to cost of rehabilitating the pipe. 5. Notification of the Public: The Contractor shall notify all Property Owners affected by the liner installation work at least 48 hours prior to commencement of the work which will temporarily plug the sanitary services of the Property Owners connected to the sewer line segment being lined. Notification shall be by written notice and, when possible, shall be verbal, also. Customer complaints during installation shall be resolved by the Contractor. ASC-18 ( ( ( - - - - - -- - - - -11102/04 - PART DA -ADDITIONAL SPECIAL CONDITIONS 6. Liner Installation: a. The liner shall be inserted into the existing sewer line with a power winch and steel cable connected to the end of the liner by use of an appropriate pulling head. A second pulling head may be attached to the other end of the liner for attachment of a tag line to pull the liner back out of the sewer line, if necessary. Precautions should be taken during insertion to protect the liner pipes to prevent scoring the outside of the liner as it is being pulled into the sewer. b. Prior to reforming the liner, "011 Ring gaskets shall be installed on the liner at each manhole connection. c. After insertion is completed, the installer shall supply a suitable heaVpressure source and water recirculation equipment. The equipment shall be capable of delivering water/pressure throughout the section to uniformly raise the water temperature above the temperature required to reform the liner. d. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water supply. e. f. The installer shall cool the liner to a temperature below 100 F before relieving the reforming pressure . Cool down may be accomplished by the introduction of cool water or other approved method into the recirculation network. The finished lining shall be continuous over the entire length of an insertion run and be free from visual defects such as foreign inclusions and pinholes. The lining shall be impervious and free of any leakage from the pipe to the surrounding ground or from the ground to the inside of the lined pipe. Any defects which will affect, 1n the foreseeable future, or warranty period, the integrity or strength of the linings, shall be repaired at the Contractor's expense, in a manner mutually agreed by the Owner and the Contractor. 7. Completion of Lining: a. After the liner has been reformed, the Contractor shall reconnect the existing active service connections. This shall be done from the interior of the pipeline by means of a television camera and a cutting device that re- establishes their operability or by excavation. Any bypass pumping that is required shall be provided at no additional cost for sewer lines where lining is being performed. Service interruptions to any homes tributary to this sewer line shall not exceed 18 hours. Connection of the service lateral by excavation shall be made with a Neoprene Gasket Saddle which inserts into the lined pipe for a watertight fit. Backfill at service connections shall be cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the service lateral to trench intersection and shall be in accordance with these specifications. ASC-19 PART DA· ADDITIONAL SPECIAL CONDITIONS b. Excavation pits for externally reinstated service laterals shall remain open for 24 hours . after reinstatement of the service . The Contractor shall be responsible for verifying that shrinkage of the polyethylene sewer liner has not occurred. c. The water tightness of the liner shall be gauged while the liner is curing , and under a positive head. After the work is completed, the Contractor will provide the Owner with a video tape showing both the before lined and after lined conditions, including the restored connections. Upon completion of the installation work after required testing indicates the lin ing is acceptable , the Contractor shall re instate the project area affected by his operations and perform any surface restoration in accordance with these Specifications. 8 . Special Notes : The installer shall be liable for damages to the homes or basement from backups which may result during the installation of the liner. Installer will be allowed to open clean outs. D. MEASUREMENT AND PAYMENT: 11/02/04 1. 2. Liner Installation: Liner installation will be measured for payment by the linear foot of liner 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. Service Reconnection: Payment will be made for the quantities measured at the unit price per each listed in the bid proposal. Payment shall include all labor, materials, and the lateral connection, including all necessary pipe and fittings to connect the existing service line . Payment shall not include pavement replacement, which if required, shall be paid separately. 3 . Television Inspection and Cleaning: Special Conditions for Pre-and Post- Construction Television Inspection apply, Part D -Special Conditions D-35 and D- 38, respectively. 4. Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic jet cleaning shall be performed by bucket machines. The payment for such cleaning shall be included in the bid item for Cleaning and Television Inspection of Sanitary Sewer Lines. 5. By -Pass Pumping: The Contractor shall provide diversion for the flow of sewage around the section or sections of pipe designated for rehabilitation . The pumps and by-pass lines shall be of adequate capacity and size to handle all flows. All costs for by-pass pumping required during installation of the pipe shall be subsidiary to the pipe reconstruction item. 6. Point Repairs: Point repairs shall be made before or after liner installation at the Contractor's option. Point repairs are available for payment only if mutually agreed by the Department of Engineering and the Contractor prior to acceptance of the line for reconstruction. Before any excavation is done for any purpose, it will be ASC-20 ( •, ( ···- ( , .. - - - ,,··· - - - - - - - PART DA .. ADDITIONAL SPECIAL CONDITIONS the responsibility of the Contractor to check with various utility companies and determine the location of their facilities. Point repairs shall be measured and paid for by the linear foot for the appropriate depth of cut. Payment shall include all labor, materials, and equipment for pipe replacement according to FWWO standards. 7. Subsidiary Work: Any damage resulting to utilities and property, resulting repairs, temporary service costs , etc ., shall be borne by Contractor. Repair and/or replacement of fences, sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no add itional payment will be allowed . DA-5 SLIPLINING A. GENERAL: This section includes requirements to rehabilitate existing sanitary sewers by sliplining with polyethylene pipe . B. MATERIALS 11102/04 1. Polyethylene Slipline Pipe: a. b. The properties of the material shall be determined in accordance with ASTM 0638. ASTM 0638 shall be used to determine that the thermal butt- fusion joints are stronger than the materials joined. The malt index of the polyethylene resin shall be determined in accordance with ASTM 01238, Condition E, and shall be equal to, or between 0.05 g/1 O min. and 1.00 g/10 min. c . The density of the base polyethylene resin shall be determined in accordance with ASTM 01505 and be equal to, or between, 0.941 glee and 0.955 glee. d. The material shall be tested in accordance with ASTM 01693, Condition C. e. f. g. Polyethylene pipe and fittings may be rejected for failure to meet any of the requirements of this specification. The sewer liner pipe and fittings shall be made of a polyethylene pipe compound that meets the requirements for Type Ill, Class C, Grade P-34, Category 5, polyethylene material as defined in ASTM O 1248 or ASTM 03350, and having a PPI rating of PE3408, and cell classification 3454340 or E per ASTM D3350. A higher numbered cell classification limit which gives a desirable higher primary property, per ASTM 3350, may also be accepted by the Engineer at no additional cost to the City. The molecular weight category shall be extra high {250,000 to 1,500,000) as per the Gel Permeation Chromatography determination procedure with a typical value of 330,000. Before beginning work, the Contractor shall submit for approval, the vendor's specific technical data with the complete information on resin, ASC-21 PART DA -ADDITIONAL SPECIAL CONDITIONS physical properties of pipe and pipe dimensions pertinent to this job. A certificate of "Compliance With Specification" shall be furnished for all materials to be supplied . The manufacturer's certificate shall state the pipe was manufactured from one specific resin and shall state the resins used and its source. All pipe shall be made of virgin material. No rework except that obtained from the manufacturer's own production of the same formulation shall be used. The City will run tests on field samples per applicable ASTM specifications at an independent laboratory for verification of the required physical properties and characteristics. The number of samples taken shall be at the City's discretion . All samples shall be provided by the Contractor at no charge to the City. The City shall pay all charges for all testing of the liner material if they are found to meet specification. All retesting of materials not initiaHy meeting these specifications shall be at the Contractor's expense. h. All polyethylene slip lining pipe shall conform to the sizes and Standard Dimension Ratio (SDR) requirements shown on the drawings . i. Lengths: Standard lengths shall be used whenever possible, (40 foot sections). Where construction difficulties prevent the use of standard pipe sizes, other pipe sizes may be specified. j . Pipes shall be joined to one another and to polyethylene fittings by thermal butt-fusion in accordance with ASTM D2657 and ASTM 03350. Butt-fusion joining and site location, joining shall be performed within or outside the excavation. Joints between pipe sections shall be smooth on the inside and internal projection beads shall not be greater than 3/16 inch. k. The tensile strength at yield of the butt-fusion joints shall not be less that of the pipe. 2. Sewer Service Connections: Mechanical and fusion-bonded saddles shall be made of polyethylene pipe compound that meets the requirements of ASTM 0- 2448, Type IV, Class C. Mechanical saddles shall have stainless steel straps and fasteners and neoprene gaskets. Mechanical saddles shall be Strap-on-Saddle Type as manufactured by Drisco Pipe or Tapping Saddle as manufactured by DuPont, or approved equal. Fusion saddles shall be electrofusion branch saddles as manufactured by Central Plastics Company, or approved equal. Saddles for use on PVC pipe shall be molded fittings as recommended by the PVC pipe manufacturer, and shall conform to the requirements of ASTM D3034, SOR 35. C . EXECUTION 1. 11/02/04 Cleaning and Television Inspection of Sanitary Sewers: Cleaning and television inspection of sanitary sewers to be sliplined shall be completed per the requirements of Special Condition for pre-construction television inspection. All material encountered in the existing sewers shall be removed and disposed of by ASC-22 - ( - - - - ,· - - - - - 11102/04 2. PART DA -ADDITIONAL SPECIAL CONDITIONS the Contractor. All video tapes shall be delivered to the City's representatives for evaluation prior to any sliplining operations. Obstruction Removal: The Engineer shall determine where obstruction removal (due to dropped joints , collapsed pipe , roots, rocks, obstructions in the pipe which cannot be removed by the cleaning equipment or other reasons) will be required. The Contractor shall locate the insertion pits at these obstruction locations whenever possible, and no additional payment will be authorized to the Contractor. When obstruction removal is required at locations other than insertion pits, payment for the obstruction excavation at the appropriate Contract unit price will be authorized. 3. Sewer Cleaning by Bucket Machine and Root Cutting: Heavy cleaning requiring more than hydraulic jet cleaning shall be performed by bucket machines or root cutting , as required. No additional payment for such cleaning and/or root cutting shall be made. 4. 5. Insertion or Access Pits: The location and number of insertion or access pits shall be planned by the Contractor and submitted in writing for approval by the Engineer prior to excavation . The pits shall be located such that their total number shall be minimized, and the footage of liner pipe installed in a single pull shall be maximized. Before excavation is begun, it will be the responsibility of the Contractor to check with the various utility companies and determine the location of the utilities in the vicinity of the work area. Damage done to utilities and the resulting repair, temporary service cost, etc., shall be borne by the Contractor. All excavations shall be properly sheeted/shored in accordance with OSHA specifications for trench safety systems. Any damage resulting from improperly shored excavations shall be corrected to the satisfaction of the Engineer with no compensation to the Contractor. All open excavations shall be kept secure at all times by the use of barricades with appropriate lights and signs, construction tape, covering with steel plates, etc., or as directed by the Engineer. The cost for bypass pumping if required around an insertion pit, from a manhole upstream to a manhole downstream, shall be included in the Unit Price Bid for sliplining. Excavation for insertion pits shall not be paid for separately, but shall be included in the Unit Price Bid for sliplining. Insertion of Polyethylene Liner Pipe into Carrier Pipe: The existing sewer will remain in operation during the sliplining process whenever possible. Obstructions such as roots, large joint offsets, rocks or other debris, etc., that would prevent passage or damage to the other pipe sections must be removed or repaired prior to installing the new pipe. After completing the insertion pit excavation, the top of ASC-23 11/02/04 PART DA • ADDITIONAL SPECIAL CONDITIONS the existing sanitary sewer line shall be removed, where required, down to the spring line. A power winch cable shall then be connected to the end of the liner by (. use of a suitable pulling head, equal to the outside diameter of the liner. The pulling head shall be adequately secured to the liner and then attached to the power winch cable so that the liner can be satisfactorily fed and pulled through the sanitary sewer main. Proper bumpers shall be provided in the insertion pit in order to prevent the ragged edges of the existing pipe from scarring the outside of the liner as it is pulled into the existing sewer. Precautions shall be taken not to damage the liner or break or separate any of the butt-fused joints. Sufficlent time (a minimum of 24 hours) shall be allowed for the liner to return to its normal length assuming the over-elongation is due to a higher temperature at the time of installation) based upon the average temperature in the sewer. The length of the liner pulled in any one segment shall be limited to prevent any backup of service lines which may result due to restricted flow through the annular space. Maximum Allowable Pulling Force. In order to ensure the integrity of the polyethylene liner, the pulling force exerted on the liner shall be limited to that indicated on the following table for the appropriate outside diameter of the polyethylene liner: POLYETHYLENE LINE OUTSIDE DIAMETER (INCHES) 5.375 7.125 8.625 10.750 14.000 18.000 21.000 24.000 MAXIMUM PULLING FORCE (TONS) 3.5 4.0 7.5 10.5 12.0 21.5 35.0 52.0 The Contractor shall use a suitable pulling head so that the pulling head and liner will separate from each other when the pulling force exerted on the liner reaches the amount indicated above. The pulling head design (including calculations) shall be approved by the Engineer prior to its use. As an alternative, the Contractor may be-permitted to use a measuring device (spring, gauge, etc.) connected to the pulling cable which shall register the pulling force being exerted on the liner. The pulling force shall not exceed those values indicated above for the applicable outside diameter of the polyethylene liner. The measuring device shall be approved by the Engineer prior to its use. The Contractor may be allowed to push the liner subject to the Engineer's approval. Care shall be taken to avoid any buckling of the liner by limiting the stroke of the backhoe. Any portion of the liner damaged during this insertion process shall be cut out and the liner rejected. In certain cases, the Contractor ASC-24 ( ·-. (_ - - - 6. - - , .. 7. - - - -11/02104 - PART DA -ADDITIONAL SPECIAL CONDITIONS may be permitted to use a combination of pulling and pushing to enhance the insertion of the liner. A liner that is permitted to be pushed shall not have an open end which can allow sand or other debris to be pushed into the liner. A pipe manufacturer's representative shall be onsite to assist the Contractor for the first full day of slipline pipe installation. Use of Clamps and Encasement for Polyethylene Pipe: Where excavations for the insertion of the liner are made between two manholes, the ends of the liner will be cut smooth, square to the axis of the liner, so that it can be joined in a workman- like manner. The liner shall be joined with a JCM Industries Type 108 or equal, all stainless steel (including bolts and lugs}, full circle, Universal Clamp Coupling with a 1/4-inch minimum thickness grid type gasket. Clamps shall be selected to fit the outside diameter of the liner pipe. Minimum clamp widths shall be selected from the following table: OUTSIDE DIAMETER OF LINER PIPE (Inches) 5.375 7.125 · 8.625 10.750 or Greater MINIMUM WIDTH OF CLAMP (Inches) 12 15 18 30 In all excavations where the liner is not within the existing sanitary sewer line (carrier pipe} cement stabilized sand bedding shall be installed. Visual inspection is required for approval of bedding before backfill is completed. Testing of the Liner: Testing will be required after the liner has been installed in the existing sanitary sewer main. The first is a low pressure air test of the liner before it has been sealed in place at the manholes and before any service reconnections have been made to the liner. The purpose of this test is to check the integrity of the joints that have been made and to verify that the liner has not been damaged by inserting it into the sanitary sewer. a. Low Pressure Air Test Procedure: After a manhole-to-manhole section of sanitary sewer main has been sliplined and prior to any service lines being connected to the new liner. the liner shall be plugged at each manhole with pneumatic plugs. The design of the plugs shall be such that they will hold against the test pressure without requiring external blocking or bracing. One of the plugs shall have three (3) air hose connections; one for the inflation of the plug, one for reading the air-pressure in the sealed line. and one for introducing air into the sealed line. Low pressure air shall then be introduced into the sealed line until the internal air pressure reaches 4.0 psig greater than the average back pressure resulting from any groundwater that may be over the pipe. At least two (2) minutes shall elapse to allow the pressure to stabilize. ASC-25 11102104 8. PART DA -ADDITIONAL SPECIAL CONDITIONS The time required for the internal pressure to decrease from 3.5 to 2.5 psig greater than the average back pressure resulting from any ground water that may be over the pipe, shall not be less than the time shown for a given pipe diameter in the following table: CARRIER PIPE MINIMUM OUTSIDE DIAMETER ELAPSED TIME (Inches) (Minutes) 5.375 3 7.125 4 8.625 5 10.750 6 14.000 7 18.000 8 Lines over 18 inches shall be approved for payment by Visual and T.V. Inspection in accordance with Special Condition D-38. Sealing Liner in Manholes: After the pipe has reached equilibrium the annular space between the liner and the existing sanitary sewer main must be sealed at each manhole with a chemical seal and nonshrink grout. Oakum soaked in Scotchseal 5600 or equal shall be placed in a band to form an effective water-tight gasket in the annular space between the liner and the existing pipes in the manholes. The width of the band shall be a minimum of 12" or one-half the diameter of the pipe, whichever is greater. It shall be finished off with a non-shrink grout placed around the annular space from inside the manhole and shall not be less than 6" wide. The chosen method, including chemicals and materials, must be approved by the Engineer. The Contractor shall cut the liner so that it extends 4" into the manhole. The Contractor shall make a smooth, vertical cut and slope the area over the top of the exposed liner using non-shrink grout. The Contractor shall also use cementitlous grout to form a smooth transition with a reshaped invert and a raised manhole bench such that neither the shape edges of the liner pipe, nor the concrete bench, nor the channeled invert shall exist to catch debris and create a stoppage. The invert of the manhole shall also be reworked (smoothed and built-up) to match the flow line of the new liner. The liner pipe shall be allowed to normalize to ambient temperatures, as well as recover from any imposed stretch, a minimum of 24 hours in the case of polyethylene, before being cut to fit between manholes and proceeding with reshaping and/or smoothing the manhole invert. 9. Sewer Service Connections: a. Sewer service connections shall be connected to the new pipe by mechanical or fusion methods. Once the saddle is secured, a hole shall be drilled in the pipe, the full inside diameter of the saddle outlet. ASC-26 ( - ( - - - - -··- - - .. - .... - PART DA .. ADDITIONAL SPECIAL CONDITIONS b. C. Connections to the existing sewer service connection pipe shall be made using flexible Femco sewer connectors, or approved equal. Backfill at service connections shall be cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the service lateral to trench intersection and shall be in accordance with these Specifications. The Contractor shall upon request, permit the Engineer to take elevations on both the existing and new portions of the service connections pipe to determine final grade and invert elevations . Elevation changes greater than 0.10 feet from the house lateral piping shall be reconnected as directed by the Engineer. d. Service interruptions to homes shall not exceed 18 hours. D. MEASUREMENT AND PAYMENT 11/02104 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 center1ine 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: 3. 4. a. Installation of sewer service connections will be measured for payment by each actually reconnected to the installed pipe. Payment will be made for the quantities measured at the unit price per each listed. b. Payment includes all required excavation and backfill, surface restoration, saddles, flexible couplers, up to 5' of service line, and all appurtenant work. C. Payment for additional service line (over 5' at each service reconnection) will be paid for at the appropriate Contract Unit Price. Payment includes all required additional excavation, backfill, surface restoration, and all appurtenant work. Television Inspection and Cleaning: Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of pipe actually cleaned and televised. This contract requires the Contractor to TV inspect the sewer lines twice, once before and once after construction. Pre- Cleaning and Television Inspection shall be paid at the Contract Unit Price for all pipe successfully cleaned and television Inspected. The amount paid to the Contractor for Post Construction Television Inspection shall be the Unit cost times the length of pipe lined . Obstructions: Obstructions such as roots, large offset joints, rocks, or other debris, that would prevent passage or cause damage to pipe and must be removed or ASC-27 . PART DA -ADDITIONAL SPECIAL CONDITIONS repaired before installing the pipe will be paid for at the Contract Unit Price per obstruction removal. Payment shall include all excavation and backfill costs, pipe ( replacement, surface restoration and appurtenant work required to complete each obstruction removal. Obstruction located within ten feet of each other shall be included in only one obstruction removal. Trench Safety System, if required, shall be paid for at the Contract Unit Price. Contractor will not be paid for obstruction removal located at insertion pits. 5. Subsidiary Work: Any damage resulting to utilities and property, resulting repairs, temporary service costs. etc. shall be borne by Contractor. Repair and/or replacement fences, sprinkler system piping, and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment will be allowed. 6. Testing: All cost for testing the replacement pipe by a pressure method will be incidental to the installation. DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation, or railroad company, as applicable. B. MATERIALS: 11/02/04 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI B36.1 O and the following: a. Field Strength: 35,000 psi minimum. b. Wall thickness: 0.312 in. minimum (0.5 for railroad crossings). c. Diameter: As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS D1 .1. 2. Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. ASC-28 ( ( .. .. ~. - - - - - - - - - - - 4 . PART DA -ADDITIONAL SPECIAL CONDITIONS Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu . ft. of fine sand with sufficient water added to provide a free flowing thick slurry. C. EXECUTION 11102104 1. Where sewer pipe is required to be installed under railroad embankments or under highways, streets or other facilities in other than open cut, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site. 2. Pits and Trenches: a. b. C. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. The location of the pit shall meet the approval of the Engineer. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed. 3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place. a. b. The boring shall proceed from a pit provided for the boring equipment and workmen . The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted . In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. ASC-29 I PART DA -ADDITIONAL SPECIAL CONDITIONS I Allowable variation from the line and grade shall be as specified under /'" C. I \ paragraph A.2. All voids between bore and outside of casing shall be pressure grouted . 4. Installation of Carrier Pipe in Casing : a. Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. b. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. C. The Contractor shall prevent over-belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. d. At all bored, jacked, or tunneled installations, the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe. The backfill material will not be required unless specified on the plans and specified by the Engineer. e. Closure of the casing after the pipe has been installed shall be plugged at ( the ends of the casing as shown on the drawings or as required by the •,, """' Engineer. 5. Boring and Jacking Ductile Iron Pipe without Casing Pipe: a. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe. b. When a casing pipe is not designated on the drawings, the contractor shall provide a casing pipe if necessary to achieve line and grade. Casing pipe ... shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. c. Bore and jack in accordance with paragraph C.3. above. d . Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted. 6. Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans, a tunneling method may be used, with the approval of the Engineer or railroad/highway officials. Jill: ,' J \ 11/02104 ASC-30 - - - - - ("'' - - - - - - D. PART DA -ADDITIONAL SPECIAL CONDITIONS a. When tunneling is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud-jacked. C. Access holes for placing concrete shall be space at maximum intervals of 10 feet. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately. DA-7 TYPE OF 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: A. For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing 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: 11/02104 ASC-31 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 A. GENERAL: The work covered by this item consists of furnishing all labor. material, equipment, supe1Vision, etc. necessary to construct a point repair on the portion of a service line located within a utility easement, street right-of-way or on private property. Point repairs on private property shall only be addressed after the Contractor has received written permission from the property owner to do the work . A blank Right-of-Entry Agreement form to be completed by the Contractor and the individual property owners is included at the end of this section. The Contractor shall keep a record copy of all Right- of-Entry forms obtained and have it on hand at all times during construction. The street addresses and approximate location of service line repairs are shown in Table _ and the Field SuJVey Forms in Attachment _. It shall be the Contractors responsibility to accurately field locate the exact point of repair. B. MATERIALS: The pipe replacement material shall be gasketed joint, gravity PVC sewer pipe (ASTM D-( .. 3034, SDR 26) and have a minimum cell classification of 12454 A or B as defined in ASTM D-1784. Installation shall be in strict compliance with the manufacturer, recommendations and the Uni-Bell Plastic Pipe Association. The method of jointing the ends of the repl~ced pipe with the existing pipe shall be water tight C. EXECUTION: 11102104 1. After the location of the point repair is determined , the Contractor shall excavate and remove the damaged pipe and replace with new pipe. The minimum length of pipe replaced shall be three (3) feet. All work shall be performed by a licensed plumber. Determine whether additional lengths of line beyond ·minimum length" criteria need replacement. Report need for additional replacement to City and obtain approval before proceeding. 2. The Contractor shall excavate, shape the bottom of the trench and place the required pipe bedding so that the grade of the replaced pipe matches the existing seivice line grade. 3. Numerous service line point repairs along with lateral line point repairs and obstruction removals are located in areas which in many instances will require the removal of existing landscaping, structures, sidewalks, driveways, etc. Items removed or disturbed shall replaced or restored to original conditions or better. ASC-32 ( '·· - -i - - - - - - , .. -··· - - - - - - - 4 . 5. 6. 7. 8. PART DA -ADDITIONAL SPECIAL CONDITIONS Removal of Debris : Excess excavated material and debris are to be removed from the work site daily. Cost of hauling excess excavation and debris is to be included in the price bid for "Service Line Point Repair". Roof and Yard Drains: At the locations indicated in Table of the Attachments. The Contractor shall disconnect roof and yard drains from the sanitary sewer service line. For yard drains, the Contractor shall excavate and remove the drain from the yard and plug the line at the property line. For roof drains, the Contractor shall remove the downspout from the drain line and plug the line to prevent inflow. In addition, the Contractor shall install an elbow fitting at the bottom of the downspout to direct runoff, away from the building, and a concrete splash pad to prevent erosion. Disconnected Service Lines: At the locations indicated in Table_ of Attachments __ to the Special Contract Documents, the Contractor shall remove the service line no longer in use by excavating at the property line and plugging the service line . Abandonment of Point Repair: If a pipe is exposed and found in good condition, not requiring a point repair, notify City Engineer who will record abandonment of point repair. Backfill the excavation, replace pavement or sidewalk and repair and seed or sod unpaved areas. Cleanout Repair: The Contractor shall make appropriate repairs to cleanouts as ind icated in Table and as shown on the PLANS. All cleanout repair work shall be performed by a licensed plumber. a. b. c. General This special condition describes the repair of sanitary sewer cleanouts located on private property as designated on the 1/1 Elimination Repair plans. Repair of the cleanouts shall consist of replacing defective cleanout caps or installing new caps where none exist, such that inflow is eliminated . There will be no repairs made to the existing cleanouts that require excavation, other than what is required to expose the top of the cleanout so that the new caps can be installed . Materials Replacement cleanout caps shall be Dal-Caps as manufactured by Dallas Specialty & Mfg. Company, or equal. The rubber caps are held down by stainless steel clamps. Excavation 1) The Contractor shall submit shop drawings on all materials and equipment to be installed. 11102!04 ASC-33 . PART DA -ADDITIONAL SPECIAL CONDITIONS 2) The Contractor is responsible for obtaining right of entry from the / property owners prior to performing any work. Property owners \ should be notified 48 hours in advance of any work on their property. 3) The Contractor shall restore any disturbed surface to its original or better condition at no separate pay. D. MEASUREMENT AND PAYMENT: 1 . Payment for service line point repair shall be on a unit price basis for each repair performed on all sizes of service lines for the respective depths. The minimum length of service line point repair shall be three (3) feet. No separate pay if the work is done within the limits of a service llne reconnect as defined in Special Condition, D-28, "Sanitary Sewer Services". 2. Measurements for extra length repair is on a linear foot basis for repairs in excess of the minimum 3 foot replacement length. 3. All pipe fittings, adapters, concrete collars, bedding, and removal and replacements of grass sodding required shall be considered incidental to service line point repair. 3. If no pay item is included for any work required to properly complete a service line point repair as specified, the cost to perform said work, including any required removal and replacement of materials, shall be considered incidental to the service line point repair. 5. Depth of Bury is to be measured from Natural Ground Level to the Flow Line of the Sanitary Sewer Service Line at the Point of Replacement. The minimum trench width shall be 3'-0". 6. All excavation, backfill, removal and replacement of grass sodding and landscaping, plugs, fittings, and splash pads shall be considered incidental to removal of yard drains, disconnecting roof drains and plugging disconnected service lines. 7. No separate payment will be made for the Contractor to obtain written permission to enter private property. 8. Payment will be made for Abandonment of Point Repairs at the Contract Unit Price for Excavation and Backfill Abandoned Point Repairs. 9. Payment shall be made at the Contract Unit Price for each sanitary sewer cleanout successfully repaired. Payment shall be full compensation for all materials, equipment, and labor required to perform the work. DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL: 11102104 ASC-34 / t ... - iiiil -I - - - - - , .. - -·--·· - - - - - - 1. 2. 3. 4. PART DA -ADDITIONAL SPECIAL CONDITIONS Scope: This section governs all work, materials and testing reqwred for the application of interior protective coating. Structures designated to received interior coating are listed on the construction drawings. The structures are to be coated, including interior wall, top and bench surfaces. Protective coating for corrosion protection shall meet the requirements of this Specification (and items DA-14 and DA-15) and the Manufacturers recommendations and specifications. Description: The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of protective coating of structures in accordance with manufacturer's recommendations. Manufacturer's Recommendations: Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. Corrosion Protection: Corrosion protection may be required on all structures where high turbulence or high H2S content is expected. B. MATERIALS: 11/02104 1. Scope: This section governs the materials required for completion of protective coating of designated structures. 2. 3. Protective Coating: The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. or a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers. is manufactured by Raven Lining systems and designated as Raven 405. Specialty Cement (If required for leveling or filling): The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification: The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated for the applicatron to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows: 5. Property Tensile Strength Flexural Stress Flexural Modulus Standard ASTM D-638 ASTM D-790 ASTM D-790 Long Term Value 5,000 psi 10,000 psi 550,000 psi Mixing and Handling: Mixing and Handling of specialty cement material and protective coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibiltty 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 ASC-35 PART DA -ADDITIONAL SPECIAL CONDITIONS equipment shall be subject to the approval of the Engineer. Only personnel - thoroughly familiar with the handling of the coating material shall perform the spray ( coating operations and coating installations. C. EXECUTION: 11102/04 1. General: Protective coating shall not be installed until the structure is complete and in place. 2 . Preliminary Repairs: a . All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). b. All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application . c. After all repairs have been completed, remove all loose material. 3. Protective Coating: a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The top of the structure shall also be coated. b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) If required for filling or level ing, apply specialty cement product to provide a smooth surface for the coasting material. 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0 .125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the walls are coated, the wooden bench covers shall be removed. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application. ASC-36 ( .. ( - - - - D. PART DA .. ADDITIONAL SPECIAL CONDITIONS 4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Section 0-36 -VACUUM TESTING OF SANITARY SEWER MANHOLES. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Pressure grouting, if necessary to stop active infiltration prior to application of the protective coating, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION. DA-10 MANHOLE REHABJLITATION -A. GENERAL - - - - - - ..... - ·, .. 1. Scope. This section covers the rehabilitation of sanitary sewer manholes and other appurtenances in accordance with the Manhole Rehabilitation Details in the speclfications. The rehabilitation requirements for each manhole are listed in the Manhole Rehabilitation Schedule in the specifications. Manhole rehabilitation includes repairing, replacing, or restoring manhole frame & cover, frame seal, chimney, corbel, wall, bench, invert and/or pipe seal(s). The Contractor shall furnish all labor, supervision, materials, equipment and testing required to complete the rehabilitation of the manholes listed in these Contract Documents. 2. General: Contractor is responsible for locating all manholes scheduled for rehabilitation. Contractor shall notify City Engineer if a manhole cannot be located. Contractor shall contact City Engineer to determine if materials removed from rehabilitated manholes will remain the property of the Owner. If so, Contractor shall coordinate when and where to deliver salvaged material to the Fort Worth Water Department. If not, Contractor shall be responsible for disposal of material. Contractor shall provide watchmen, barricades and warning signs to protect his workers, inspectors, and the public. Contractor shall, at no additional cost to the Owner, replace any portion of an existing manhole that is damaged during rehabilitation of the manhole. Contractor shall provide necessary means to prevent wastewater flow from contacting material used for rehabilitation prior to fully curing. Loose and broken brick and mortar shall be removed immediately from the manhole to eliminate the possibility of pieces entering the sewer lines. 3. Submittals: a. Product Information. Contractor shall submit manufacturer's information on products proposed to be used that are not specifically named in the Contract Documents. b. Personnel Qualifications. Prior to starting manhole coating, Contractor shall submit qualifications of personnel that will be performing wall repairs and coating procedures. Proposed personnel shall verify certification within the last two years 11102104 ASC-37 PART DA -ADDITIONAL SPECIAL CONDITIONS by the coating manufacturer and verify working on at least three projects with similar coating within the previous 12 months . ( B. c. Work Schedule . Prior to beginning work on bench and invert replacements, complete manhole replacements, or construction of new maintenance manholes, Contractor shall submit for review by Owner's Representative a plan for maintaining wastewater flow without any interruptions. Contractor shall maintain wastewater flow at all times. 4. Quality Assurance. Contractor will be responsible for all testing laboratory services in connection with data required for review of materials proposed to be used 1n the Work . Contractor shall obtain Engineer's acceptance of the testing laboratory before having services performed and shall pay for all costs for testing. Owner may, at his discretion, perform quality control tests on materials during and after their incorporation in the Work. If any of these tests fail , Contractor will be responsible for correcting situation and shall pay for any retest. All costs for quality assurance testing will be subsidiary to the Work. 5. Delivery, Storage, and Handling. Upon delivery, all material shall immediately be stored and protected until installed in the Work. All material shall be labeled and stored in accordance to the manufacturer's recommendations and all local, state, and federal regulations. 6. Testing. All rehabilitated manholes shall be tested in accordance with Section D-63. MATERIALS 1. 2. Cleaners: Water Cleaners Clean and free from deleterious substances. Detergent, muriatic acid or approved equal. Wall. Bench. Trough. Grouting , and Pipe Seal Repair Hydraulic Cement Quick-setting Mortar Urethane Gel Grout Cementitious Grout Material Activated Oakum Strong-Seal Plug, Penny Grout, IPA "Octocrete", or approved equal. Strong-Seal QSR, Rapid Set, or approved equal. Scotch-Seal "5610 and 5612" or approved equal. Sauereisen Cements "F-100 Grout'' or approved equal. 3M Scotch Seal 11 5600" or approved equal. Two-Part Epoxy Adhesive Coating American Chemical Corp. "Aquatapoxy" or approved equal. Concrete Bonding Agent ThoroSeal "Acryl 60" or approved equal. Concrete Material in accordance with City of Fort Worth Water Department General Contract Documents . 11102/04 ASC-38 '• ( ,, ( '··· - - - - - -- - - - -/ -I - C . PART DA -ADDITIONAL SPECIAL CONDITIONS 3. 4. 5. 6. 7. 8. External Manhole Coating Coal Tar Internal Manhole Coatings Non-cementitious Cementitious Frames. Covers. and Inserts Manhole Frames and Covers Watertight Manhole Frames and Covers Manhole Insert -Polyethylene Manhole Insert -Sta inless Steel Fiberglass Manhole Liner PVC Lined Concrete Wall Reconstruction Joint Material Adjustment Rings Bitumastic Gasket Material Bitumastic Trowelable Material 9. Miscellaneous Root inhibitor EXECUTION Tnemec "46-450 Heavy Tnemecol", Kap Coat "Bitumastic Black Solution", or approved equal. Sprayroq "Spray Wall'' or Raven 405. Standard Cement Materials "Reliner MSP" or Quadex "QM-1s". McKinley "Type N with indented top", Neenah "R1726A", or approved equal. Neenah "R1915-E, Type L" or approved equal. Corrosion-proof high density polyethylene, 1/8" thick in accordance with Fort Worth Water Department General Standards E100- 4. Southwestern Packing & Seals, Inc., "Tetherlok". Material in accordance with Section DA-15 of these specifications. Material in accordance with Section DA-16 of these specifications. Single-piece, precast concrete, ASTM C478, 2n min. thickness. RAM-NEK, EZ-STIK or approved equal. GS-702 compound or approved equal. Dichlobenil 2,6 -dichlorobensonitrile, or approved equal. 1. Inspection. Prior to beginning the Work on a manhole, the Contractor shall inspect the manhole and notify City Engineer if actual conditions are in conflict with Manhole Rehabilitation Schedule . After City Engineer revises schedule, Contractor shall commence with Work . 2. Manhole Rehabilitation Repairs. Each manhole listed in the Manhole Rehabilitation Schedule will be repaired with at least one of the following repair methods. The requirements for each repair shall be completed as described in this section and as indicated on the Manhole Rehabilitation Details in the specifications. a. Cover/Frame/Frame Seal Replacement. 11102104 ASC-39 11/02/04 PART DA -ADDITIONAL SPECIAL CONDITIONS 1) Paved Areas: Make square full depth saw cut and remove the pavement to expose the entire manhole frame and exterior of manhole a minimum of 6 inches below the top of the structurally sound structure, keeping trench sides as vertical as possible. Remove the pavement by breaking out from saw cut toward the manhole to avoid breaking the frame. Non-paved Areas: Excavate adjacent to the manhole to expose the entire frame to a minimum depth of 6 inches below the top of the structurally sound structure, keeping trench sides as vertical as possible. Limit excavation to a 6-foot by 6-foot working area. 2) Remove and replace the existing frame, cover, and sealing material. Furnish bolt down frame and cover, if required by Manhole Rehabilitation Schedule in the Specifications. If grade rings are broken. deteriorated, or loose, Contractor shall notify Engineer prior to placing manhole frame. Also, if manhole contains brick grade adjustments on top of concrete corbel or chimney, Contractor shall replace the brick grade adjustments with precast concrete rings in accordance with manhole grade ring replacements. 3) Clean exposed interior and exterior surfaces of the existing chimney and inspect for reuse. Wire brush and apply a concrete bonding agent and quick setting hydraulic cement to the top surface of the manhole to provide a smooth surface prior to installing new grade rings and bitumastic material. 4) Surfaces between the frame, adjustments, and corbel sections shall be free of dirt and debris. Bitumastic gasket material (minimum% inch thick) shall be placed in two concentric rings along the inside and outside edge of each joint or use bitumastic trowelable material. Butt joints of the two rows of bitumastic material shall be positioned opposite of each other. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. 5) In paved areas, frames shall be installed so the top of the casting will conform to the slope and finish elevation of the paved surface. Allowances for the compression of the bitumastic material shall be made to assure a proper final grade elevation. Manhole rims in parkways, lawns, or other improved lands shall be at an elevation not more than one (1) inch nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the manhole frame for not less than three (3) feet each direction to existing ground elevations. 6) In drainage areas, frames shall be installed so the top of the casting will be at the same elevation that existed prior to rehabilitating the manhole. 7) lf the inside diameter of the manhole is too large to safely support new grade adjustments or frame, the corbel shall be replaced or a flattop installed prior to placing frame. ASC-40 ( ( - ( - - - - - - - 11102/04 PART DA· ADDITIONAL SPECIAL CONDITIONS 8) The exposed, exterior surfaces of manhole corbel, chimney, and frame shall be wire brushed and coated with two coats of coal tar, 14 mils OFT. The grade adjustments shall be wrapped with a 6 mil polyethylene sheet. 9) In unpaved areas, backfill with excavated material and compact with mechanical equipment. In paved areas, backfill with granular material meeting requirements of Item 402 and Section E1·2 to the lim its shown on figures in Section H. 10) A concrete collar shall be constructed in accordance with Figure 121. Concrete collars will be required on rehabilitated manholes and new replacement manholes as listed in the manhole rehabilitation schedule. Construction of concrete collar will be paid for separately for each manhole and shall include surface restoration {including seeding/sodding) and permanent pavement repair. Repair of pavement outside of 4 foot by 4 foot concrete collar shall be equal to or superior in composition, thickness, etc., to existing pavement and/or as detailed in the Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 1 through 5. Non-standard concrete collars shall be constructed at locations authorized by the Engineer. b. Reseating/Sealing of Existing Frame -Work shall be done in accordance with Section 0·27, with the exception that the existing frame shall be reused. The frame and cover shall be inspected for any defects and notify the Owner's representative if it 1s damaged or deteriorated . All scale, dirt, and debris shall be removed from the existing casting with a wire brush . a. Grade Adjustment -All Work shall be done in accordance with Section D-27, with the exception that the existing frame shall be raised or lowered to surrounding surface elevations in accordance with the Grade Adjustment Detail. . 1) In brick manholes, remove and replace the defective chimney up to a maximum of 24 inches below the frame. If chimney is defective below 24 inches, Contractor shall notify Engineer prior to completing manhole rehabilitation. 2) Existing defective concrete grade ring adjustments and all brick or block adjustments shall be replaced with precast concrete adjustment rings. 3) Where partial manhole replacement is required on the Manhole Rehabilitation Schedule, the following shall apply: a) The extent of partial manhole replacement shall be based on the depth of deterioration as determined by the Owner's Representative. The remaining structure shall be capable of supporting the newly constructed portions of the manhole. b) Excavate the work area to expose the entire depth of deterioration in the existing manhole to a minimum depth of 6 inches below the top of structurally-sound structure. ASC-41 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS c) Perform reconstruction to allow easy access into the manhole . No more than 12 inches of depth of precast concrete grade adjustment rings shall be allowed to obtain proper grade. Perform reconstruction in accordance with the Partial Manhole Replacement Detail. d) Seal manhole joints in accordance with Section D-27. e) Precast corbel, or barrel sections may be used as necessary. The diameter of the precast sections shall be consistent with the existing remaining structure. Place a flattop section on existing manhole structure prior to setting precast sections. Flattop sections shall not overhang existing manhole structures by more than 6 inches. lf the clearance from the underside of the proposed flattop to the manhole invert is less than 4 % feet, the manhole shall be completely replaced. f) Partial Manhole Replacement shall also include replacement of frame , cover, and sealing of frame and grade adjustments. g) Remove all debris from reconstruction from the manhole and dispose of properly. ( d. Interior Manhole Coating -Interior manhole coating shall meet the requirements of Section DA-12, DA-13, DA-14, DA-15, DA-16 and DA-17. ( e. Bench and Invert Rehabilitation 1) Remove existing deteriorated bench and invert material to solid material. Care shall be taken to avoid allowing broken pieces of brick and mortar to enter the sewer lines. 2) Apply concrete bonding agent and quick setting concrete to form a smooth surface and continuous invert with the sewer pipe . New bench and invert shall be formed in accordance with repair Bench and Invert Rehabilitation Detail. f. Bench and Invert Replacement 1) Remove the existing bench and trough completely. If the existing trough is formed of sewer pipe laid continuously through the manhole, special care shall be taken to ensure that the pipe seal and the sewer pipe to remain is not damaged . Contractor shall, at no additional cost, replace any portion of the existing manhole or sewer pipe to ·remain that is damaged during bench and invert replacement. 2) Install new bench and trough with Class A concrete in accordance with repair detail. Surface shall be troweled smooth and the invert of the trough shall form a continuous smooth flow path from pipes entering the manhole to where they exit. The bench and invert shall form a watertight seal with the manhole wall, pipe, and bench/trough area. ASC-42 •,, ( ,, - - - - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS 3) If the manhole base is deteriorated or nonexistent, the minimum thickness of the b~nch/trough shall be six inches. g. Removal of Existing Manhole -Work shall be conducted as specified in Section D- 29. h. Construct New Manhole 1) Completely remove the existing manhole structure. 2) Construct new manhole in accordance with Section D-27 of these specifications. Connect to existing sewers using flexible couplings. 3) Contractor shall maintain existing wastewater flows at all times . Contractor shall submit a plan for maintaining wastewater flows to the Engineer prior to beginning work. Pressure Grout Pipe Seals, Bench and Trough, and Lower Portion of Manhole 1) All work shall be done in accordance with Section DA-19 of these specifications. 2) Remove all foreign materials from the manhole walls around the pipe seal and within the pipe seal itself, including all loose and protruding brick, mortar and concrete. Stop active leaks using products specifically for that purpose . 3) Remove deteriorated area of the pipe seal to sound material. Apply bonding agent to area and place hydraulic cement to fill voids to form a watertight seal around pipe. 4) Drill holes around the pipe seal, bench/trough and lower portion of the manhole and inject urethane gel grout into holes in accordance with repair detail. Activated oakum rope shall be used to fill the injection hole after removal of the grouting probe. Patch the injection hole with hydraulic cement and apply a water resistant two-part epoxy coating to the patch. Clean all grout from interior of manhole. j. Manhole Step Removal -Remove existing manhole steps and fill voids with hydraulic cement in accordance with repair detail. k. Patch Holes -Clean and remove loose debris from holes to be patched. Apply bonding agent to surface of holes and fill voids with hydraulic cement in accordance with repair Patch Holes Detail. I. Watertight Manhole Insert -Install watertight gasketed manhole inserts as specified in Fort Worth Water Department Standard E100-4. m. Grout Flattop to Wall Joint -Injection holes shall be drilled through the manhole at 90 degree angles from each other within 4 inches of the bottom of the flattop. 11102104 ASC-43 I I PART DA -ADDITIONAL SPECIAL CONDITIONS Provide additional holes near observed defects, if necessary. Urethane gel grout shall be injected through the holes under pressure with a probe designed for this ( purpose. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grouting from the ground surface will not be allowed . Grout travel shall be verified by observation of grout at defects or adjacent injection holes. Provide additional injection holes, if necessary, to ensure grout travel. Injection holes shall be cleared with a drill and patched with a waterproof quick setting mortar. The flattop to wall joint shall be pressure washed, cleaned, filled with a non-shrink grout, and finished smooth. n. Fiberglass Manhole Insert -Work shall be conducted as specified in Section DA-18. o. PVC Lined Concrete Wall Reconstruction -Work shall be conducted as specified in Section DA-19. p. Point Repair to Replace Sewer Line, 6"-15" Diameter -This item shall apply at those locations indicated in the Manhole Rehabilitation Schedule and those additional locations authorized by the Engineer. The Contractor shall excavate adjacent to the manhole to uncover the damaged sewer pipe. This pipe shall be carefully removed from the manhole to the first sound joint (maximum of 5 feet} of pipe. This pipe shall be replaced with SOR 35 PVC pipe of the same nominal size. This pipe shall be connected to the existing sewer using flexible connectors approved by the City. The connection of the new pipe to the manhole shall be made using flexible gaskets meeting the requirements of ASTM C-923, grouted into the manhole wall using non-shrink grout. Embedment material shall be installed around the pipe up to the pipe springline. Backfill material conforming to City specifications shall be placed and compacted as required. This item shall include surface restoration and permanent pavement repair. q. Bypass Pumping -The Contractor shall furnish and operate pumping equipment and piping as required for bypass pumping necessary to complete any manhole replacement or rehabilitation work . D. MEASUREMENT AND PAYMENT 1. Frame and Cover Replacement: Payment for installation of new manhole frames and covers shall be based on the Contract unit price and the actual quantity installed. The Contract unit price shall be full payment for the new manhole frame and cover, excavation, installation of the manhole frame and cover, minor grade adjustment, backfill, and demolition and disposal of waste materials. 2. Grade Ring Replacement: Payment for installation of new grade rings shall be based on the Contract unit price and the actual quantity of new grade rings installed. The Contract unit price shall be full payment for the new grade rings. All costs for installing and sealing grade rings shall be included in the applicable Contract unit price for sealing of frame and grade rings. 3. Paved Frame and Grade Adjustment Sealing: Payment for sealing manhole frames and grade adjustment rings in paved areas shall be based on the Contract unit price and the actual number of manholes where sealing of the manhole frame 11102104 ASC-44 (_ - - - - - - - ,,•' -··. - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS and/or grade adjustments in paved are required. The Contract unit price shall be full payment for excavation, pavement removal, sealing materials, installation of grade rings , sealing , minor grade adjustment, backfill, and demolition and disposal of waste materials. 4. Non-Paved Frame and Grade Adjustment Sealing: Payment for sealing manhole frames and grade adjustment rings in non-paved areas shall be based on the Contract unit price and the actual number of manholes where sealing of the manhole frame and/or grade adjustments in non-paved are required. The Contract unit price shall be full payment for excavation , sealing materials, installation of grade rings, sealing, mmor grade adjustment, backfill, surface restoration, and demolition and disposal of waste materials. 5. Interior Manhole Coating: Payment for interior manhole coating shall be based on the Contract unit price where interior manhole coating is applied. The Contract unit price shall be full payment for surface preparation, interior coating of the corbel, wall and bench , and cleanup. 6. Pressure Grout Pipe Seals, Bench and Trough, and Lower Portion of Manhole: Payment for grouting pipe seals, bench and trough, and lower portion of the manhole shall be based upon the Contract unit price and the actual quantity of manholes where pipe seals, bench and trough and lower portion of the manhole were grouted. The Contract unit price shall be full payment for the preliminary repairs, rehabilitating the pipe seals, grout mate rial, installation of the grout materials and cleanup. 7. Bench and Invert Rehabilitation~ Payment for bench and invert rehabilitation shall be based upon the Contract unit price and the actual number of manholes where the bench and invert were rehabilitated. The Contract unit price shall be full payment for materials and bench and invert rehabilitation. 8. Bench and Invert Replacement: Payment for bench and invert replacement shall be based upon the Contract unit price and the actual quantity of manholes where the bench and invert were replaced. The Contract unit price shall be full payment for materials, installation of materials, and demolition and disposal of waste materials. 9. Patch Holes: Payment for patching holes shall be based upon the Contract unit price and the actual number of manholes that were patched. The Contract unit price shall be full payment for surface preparation, patching of the holes, and cleanup This item is allowed for payment only when it is included in the Manhole Rehabilitation Schedule . Patching holes prior to interior coating of manholes is not a pay item. 10. Manhole Step Removal: Payment for manhole step removal shall be based upon the Contract unit price per manhole and the actual number of manholes that had steps removed. The Contract unit price shall be full payment for removal and disposal of the steps and patching of the voids created by step removal. 11 . Watertight Manhole Insert: Payment for watertight manhole inserts of the respective type shall be based upon the Contract unit price and the actual number 11102104 ASC-45 PART DA -ADDITIONAL SPECIAL CONDITIONS of inserts of each type installed . The Contract unit price shall be full payment for (.··· the watertight manhole insert and installation of the insert in the manhole. 12. New Sanitary Sewer Manhole: Payment shall be made as indicated in Measurement and Payment, Section D-27 in these specifications. This item shall include up to five (5) linear feet of new PVC pipe at each manhole pipe connection and connecting to the existing sewer. 13. Concrete Manhole Collars: a. Paved Areas. Payment for manhole collars in paved areas shall be based on the Contract unit price and the actual quantity installed. The Contract unit price shall be full payment for labor, materials, pavement sawing, excavating, disposal of waste materials. Payment shall not include pavement replacement, which if required, shall be paid separately. b. Non-Paved Areas. Pavement for manhole collars in non-paved areas shall be based on the Contract unit price and the actual quantity installed. The Contract unit price shall be full payment for labor, materials, excavation, disposal of waste materials, and surface restoration. 14. Partial Manhole Replacement: Payment for partial manhole replacement shall be based on the Contract unit price per vertical foot measured from the top of the frame to the top of the structurally sound existing manhole . The Contract unit price shall be full payment for furnishing all labor and materials necessary, including excavation and removal of the existing structure, replacement of the frame and cover, installation of new adjustment rings, flattop, corbel or wall sections, sealing, backfilling, and unpaved surface restoration. Payment shall not include pavement replacement, which if required, shall be paid separately. 15. Interior Corrosion Protection: Payment shall be made as indicated in Measurement and Payment, Section DA-9 in these specifications. 16. Grout Flattop to Manhole Wall Joint: Payment for grouting the flattop to manhole wall joint shall be based upon the Contract unit price and the actual number of joints grouted. The Contract unit price shall be full payment for all material, labor and cleanup required to complete each joint grouting. 17. Fiberglass Manhole Insert~ Payment shall be made as indicated in Measurement and Payment, Section DA-18 in these specifications. 18. PVC Lined Concrete Wall Reconstruction: Payment shall be made as indicated in Measurement and Payment, Section DA-19 in these specifications. 19 . Point Repair to Replace Sewer Line, 6" -15" Diameter: Payment for each point repair shall be based upon the Contract unit price for each manhole connection actually repaired. The Contract unit price shall be full payment for all material, labor, and cleanup required to complete each manhole connection repair. 20. Flattop Replacement: Payment for each flattop replacement shall be based on the Contract unit price for each flattop actually replaced. The Contract unit price shall 11102104 ASC-46 - - - - - - - - \ - PART DA -ADDITIONAL SPECIAL CONDITIONS be payment in full for all labor, materral, and cleanup required to comp lete each flattop replacement. Payment for frame and cover replacement, grade rings, sealing, and concrete manhole collar as required to complete the manhole rehabilitation will be paid for separately at the applicab le Contract Unit Prices. 21. Bypass Pumping: All bypass pumping shall be a subsidiary obligation of the Contractor. All costs for bypass pumping shall be included in the Contract unit price for the items requ iring bypass pumping. DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION A. GENERAL: This item shall govern the preparation of surfaces for manhole rehabilitation. B. CLEANING: 1. Covers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system. 2. All concrete that is not sound or has been damaged by chemical exposure shall be removed from the manhole. Loose and protruding brick, mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them flush with the wall of the manhole . 3. All contaminates including but not limited to: oils, grease, waxes, form release, curing compounds, efflorescence, sealers, salts, incompatible existing coatings, and all other contaminants shall be removed. 4. Surfaces to receive protective coating shall be cleaned and abraded to produce a sound concrete/brick surface with adequate profile and porosity to provide a strong bond between the protective coating and the substrate . All foreign materials shall be removed from the manhole interior using high pressure water spray (3500 psi to 4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. 5. Detergent water cleaning, muriatic acid, and hot water blasting shall be used, if necessary, to remove dirt, oils, grease, and other matter which may prevent a good bond of sealing material to the manhole surface. A mild chlorine solution (household bleach) may be used to neutralize the surface to diminish microbiological bacteria growth prior to final rinse and coating. C. PRELIMINARY REPAIRS 1. All unsealed lifting holes, unsealed step holes, voids larger than approximately one- half (1/2) inch in thickness shall be filled with patching compound at least one hour ( 1) prior to application of the first spray coat. 2. Active leaks shall be stopped using City approved products specifically for that purpose and according to manufacturer's recommendation. Some leaks may require 11/02/04 ASC-47 PART DA -ADDITIONAL SPECIAL CONDITIONS grouting to stop the inflow . Grouting shall be performed in accordance with City ... specifications and Section DA-20 -PRESSURE GROUTING . ( 3 . Bench area shall be built up if required to provide a uniform slope from the circumferences to the manhole trough. City approved cementitious patching compounds or epoxy grout as recommended by manufacture shall be used. 4. After all repairs have been completed, all loose material shall be removed from the manhole. Contractor shall insure no material is allowed to enter the sewer system. 5. Contractor shall ensure the manhole is clear of all detergents and cleaners and that all active infiltration has been stopped prior to application of protective manhole coatings for rehabilitation. D. INSPECTION .... Applicator shall carefully inspect all surfaces prior to application of protective coating and - shall notify Owner of any noticeable disparity in the surface which may interfere with the proper performance of the repair mortar and protective coating. E. MEASUREMENT AND PAYMENT Payment for Surface Preparation shall be considered subsidiary to the cost for Interior Manhole Coating or Protective Manhole Coating for Corrosion Protection. DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM A. GENERAL 1. 2. Scope -This section governs all work, materials and test ing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation schedule. Interior manhole coating shall meet the requirements of this section or of Section DA-13, DA-14, DA-15, DA-16 or DA- 17. Description -The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations -Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. 4. Manholes -Manholes to be coated are of brick , block, or concrete construction. Some manholes may have a cementitious sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. 11/02104 Scope -This section governs the materials required for completion of interior coating of manholes. ASC-48 (.- - - I ( •,. - - - - - '·. - - 2. PART DA -ADDITIONAL SPECIAL CONDITIONS Interior Coating -Reliner MSP proprietary pre-blended mixture of cementitious and pozzolanic materials, silica fume admixture, 100 percent polypropylene fibers and other selected ingredients, as manufactured by Standard Cement Materials. No material (other than clean potable water) shall be used with or added to these standard products without prior approval or recommendation of the respective manufacturer. 3. Material Identification -Contractor shall completely identify the types of grout, mortar, patching compounds, sealant. and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected perfonnance, to the satisfaction of the Engineer. 4. Mixing and Handling -Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling and application of the coating material shall perform the coating operations. C. EXECUTION 11102/04 1. General -Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete. 2. Temperature -Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. lf ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85°F, using ice if necessary. 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the top of the corbel or flattop to the bench/trough, including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturers recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section 2) DA-11, SURFACE PREPARATION FOR MANHOLE REHABILITATION. The surface prior to application shall be damp without noticeable free water droplets or running water. Refiner MSP material shall be spray applied (using a manufacturer approved machine) to a minimum uniform thickness of 1-inch minimum. Troweling shall begin ASC-49 D. 4. PART DA -ADDITIONAL SPECIAL CONDITIONS immediately following the spray application. The trowelled surface shall be smooth with no evidence of previous void areas. After the walls are coated, the wooden bench covers shall be removed and the bench sprayed with Reliner MSP material in such a manner as to produce a bench having a gradual slope from the walls to the invert with the wall/bench intersection built up and rounded to a uniform radius for the full circumference of the intersection. The thickness of the bench shall be no less than 1-inch at the invert and shall increase in the direction of the wall so as to provide the required slope. 3) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow . Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. 4) Traffic shall not be allowed over manholes for 24 hours after reconstruction is complete. Testing of Rehabilitated Manholes a . b. Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21. At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date, location and job recorded on each. The cylinders shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C780 or ASTM C-19, as recommended by the material manufacturer, and the results will be furnished to the Engineer and Owner on request. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the top of the corbel or flattop to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all material testing necessary to complete the work. Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-13 INTERlOR MANHOLE COATING -QUADEX SYSTEM A. GENERAL 11102/04 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating . Manholes designated for interior coating are listed the Manhole ASC-50 c- - - - ( •,, - - - - - - - - - - - - - - - - - - 2. PART DA· ADDITIONAL SPECIAL CONDITIONS Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-14, DA-15 , DA-16 or DA-17 . Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. 4 . Manholes Manholes to be coated are of brick, block, or concrete construction . Some manholes may have a cementitJous sprayed or trowelled on coating over the original interior surface. B. MATERIALS 11/02/04 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating 3. 4. Quadex QM-1s and Quadex Excel proprietary pre-blended cement based synthetic granite (Donnafill) enhanced polypropylene fiber reinforced coatings as manufactured by Quadex, Inc. No material (other than clean potable water) shall be used with or added to Quadex QM-1s or Quadex Excel without prior approval or recommendation from Quadex, Inc. Material Identification Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minim ize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at an times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel ASC-51 PART DA -ADDITIONAL SPECIAL CONDITIONS thoroughly familiar with the handling of the coating material shall perform the coating operations . C. EXECUTION 11/02/04 1. General Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments , partial manhole replacement, or concrete collar construction is complete . 2 . Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F, precautions shalt be taken to keep mixing water below 85°F, using ice if necessary . 3. Interior Manhole Coating a . The interior coating shall be applied to the manhole from the top of the corbel or flattop to the bench/trough, including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. 1) 2) 3) The surface preparation shall comply with the requirements of Section DA-11 , SURFACE PREPARATION FOR MANHOLE REHABILIATATION. The surface prior to application shall be damp without noticeable free water droplets or running water. QM-1s material shall be spray applied (using a Quadex Model SOOD application machine or manufacturer approved equal) to a minimum uniform thickness of 1- inch minimum. Troweling shall begin immediately following the spray application. The trowelled surface shall be smooth with no evidence of preyious void areas. The final application shall have a minimum of four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. 4) Traffic shall not be allowed over manholes for 12 hours after reconstruction is com pf ete. 4. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21. ASC-52 - -( - - ( - - - - ( - - - - - - ,.,•· - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS b. At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date, location and job recorded on each. The cylinders shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C780, and the results will be furnished to the Engineer and Owner on request. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot measured from the top of the corbel or flattop to the top of the bench . The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials , equipment and all material testing necessary to complete the work. Grouting, if necessary to stop active leaks in manhole wall areas , shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by the Manhole Rehabilitation Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM A. GENERAL 1. 2. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-13, DA-15, DA-16 or DA-17. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations 4. Materials , mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) inch specialty cement-based coating material (Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. Scope 11/02/04 ASC-53 2. PART DA -ADDITIONAL SPECIAL CONDITIONS This section governs the materials required for completion of interior coating of manholes. Interior Coating The interior coating shall be a proprietary two component, 100 percent solids , rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1 s as ( ,, - manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement - Materials. 4. Material Identification 5. The interior manhole coating material sprayed onto the surface of the manhole shall be a urethane resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the physical properties as follows: Property Standard Long Term Value Tensile Strength ASTM D-638 5,000 psi Flexural Stress ASTM D-790 10,000 psi Flexural Modulus ASTM D-790 550,000 psi Mixing and Handling Mixing and handling of specialty cement material and interior coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perfonn the spray coating operations and coating installations. C. EXECUTION 11102/04 1. General Manhole coating shall not be installed until sealing of manhole frame and grade adjustments, or partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule, is complete. 2. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. ASC-54 liiiiif ( - - - - ( ,, - - - - - - - - - - - - - D. PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Interior Manhole Coating 1. a. The interior coating shall be applied to the manhole from the bottom of the frame to the bench, down to the top of the trough. b. The interior coating shall be installed in accordance with the manufacturer's . recommendations and the following procedure . 1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip), cleaning with muriatic acid, degreaser, or other solvents as needed 1n order to remove any film or residue on the surface. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) Apply a minimum of one-half (1/2) inch specialty cement product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. 4) Spray the urethane onto the manhole wall and bench/trough with a minimum thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. 5) Coat trough area with specialty cement product (Quadex QM-1s or Reliner MSP). Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision. materials, equipment and material testing required to complete the work. Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-15 INTERIOR MANHOLE COATING-RAVEN LINING SYSTEM A. GENERAL 1. Scope 11102104 ASC-55 ,/ / B. 11/02/04 PART DA-ADDITIONAL SPECIAL CONDITIONS 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. 2 . Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction . All manholes shall have a minimum of one-half (1/2) specialty cement-based coating material .... - - (Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original w interior surface. MATERIALS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement / \,, -- - The specialty cement-based coating material shall be either Quadex QM-1s as - manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification Contractors will completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application. and expected performance. These grouting materials shall be compatible with Raven 405 interior coating. The contractor shall be responsible for ASC-56 - - - - C. - ~, ·- - - I l -11/02/04 5. PART DA -ADDITIONAL SPECIAL CONDITIONS getting approval from Raven Lining systems and/or the grout manufacturers for the use of these grouting materials. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and rn such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals . All equipment shall be subject to the approval of the Engineer. Coating shall be performed only by certified applicators approved by the manufacturers. EXECUTION 1. 2. 3. General Manhole coating shall not be performed until sealing of manhole from frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. Temperatures Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. Interior Manhole Coating a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule. The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough, including the bench/trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1 ) The surface preparation shall comply with the requirements of Section DA-11, 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 manufacturer's recommendations with a minimum thickness of 125 mils (0.125 inch). ASC-57 I PART DA· ADDITIONAL SPECIAL CONDITIONS 4) After the walls are coated, the wooden bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required for the waits. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application. 4. Testing of Rehabilitated Manholes a . After the epoxy liner has set (hard to touch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brushing the lining material over the area. All blisters and evidence of uneven cover shall be repaired according to the manufacturer's recommendations . Spot check of coating thickness may be made by Owner's Representative, and the contractor shall repair these areas as required, at no additional cost to the Owner. b. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 -VACUUM TESTING OF REHABILITATED MANHOLES. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all tabor, supervision, materials, equipment all testing necessary to complete the work. Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER A. GENERAL This section prescribes the minimum standards for the safe and efficient rehabilitation of sewer structures, utilizing Perrnacast with Epoxy Liner. B. MATERIALS 1. 2. 11102/04 Leak Plugging Leak Plugging of the same or greater strength than the Liner Mix and/or chemical grouts may be used. If water pressures are severe, the contractor may drill relief holes at the bottom of the manhole wall to concentrate the leaks before plugging. Patching Mix ASC-58 ( - - - - ( - - - - - - - C. - - - - - 11/02/04 - 3. PART DA -ADDITIONAL SPECIAL CONDITIONS Voids which have not compromised the structure in its overall soundness must be filled prior to lining with materials of the same or greater strength than the Liner Mix. Liner Mix Shall be densely compacted, Reliner Microsilicate cement mortar, Quadex QM-ls and Quadex Excel cement mortar, or approved equal, applied uniformly at a minimum thickness of Y:z inch. Liner Mixes shall attain strengths as follows: Compressive ASTM C-109 Flexural ASTM C-295 Elasticity ASTM C-469 24 HOURS 3500 psi 650 psi 180,000 psi 28DAYS 10,000 psi 800 psi 1,150,000 psi It shall be delivered in factory prepared packaging suitable for mixing with just the addition of clean water in the prescribed dosage. No additives shall be used at the site without prior approval. All visible leaks must be plugged prior to application of the cementitious liner with quick setting, non-shrink hydraulic cement mortar. EXECUTION 1. 2. 3. 4. Mixing The manufacture's published technical specifications and directions for proportioning and mixing shall be strictly followed by the certified applicator. Equipment Equipment shall be as recommended by the manufacturer to ensure proper mixing and pumping of the mortar and shall be clean and in good working order according to the manufacture's published recommendations for safe operation. Only factory certified workers shall operate with a controllable retrieval method shall be used to produce a unifonn and dense application without the need to trowel which can weaken the mortar. Application Once prepared, the application shall commence, in accord with the manufacturer's recommended procedures and in the presence of the owner's inspector in a single application to the prescribed thickness (1/2 inch or greater) without delay or interruption in order to produce a uniform and monolithic liner. Multiple layers with time between for drying are not allowed. Once completed, the manhole shall be covered to prevent air drying. Testing & Verification ASC-59 I I -PART DA • ADDITIONAL SPECIAL CONDITIONS Testing of rehabilitated manholes for water tightness shall be performed by the - Contractor after operations are complete in accordance with Section DA-21. ( The owner's inspector shall verify the thickness with a wet gauge. Any area found to less than the minimum prescribed thickness shall result in the minimum prescribed thickness shall result in the immediate relining of the entire interior. Two test cubes shall be made from each day's mix and tested for strength verification. D. CORROSION PREVENTION 1. Preparation & Procedure The liner shall be applied to the prepared interior as specified in proceeding sections at % inch thickness. 2 Protective Coating The protective coating shalt be a 100% solids epoxy with no volatile organic compounds and white in color to optimize visual inspection. Minimum physical properties shall be: Hardness Tensile Strength Compressive Strength Flexural Strength ASTM 0-2240 ASTM D-63860 ASTM D-69544 ASTM D-79058T 65 Shore D 10,000 psi 15,000 psi 1,000 psi It shall be uniformly spray applied or centrifugally cast onto the fresh mortar before new bacterial growth can contaminate the underlying mortar. It shall have a minimum thickness of 125 mils and shall not run or sag d!Jring placement. 3. Safety If personnel are required to enter the confined space during the application procedure, each and all OSHA requirements as well as those required by the manufacturer's material safety data sheets shall be complied with fully. 4. Testing & Verification The interior shall be visually inspected for thoroughness of coverage. When dry to the touch, the entire interior shall be tested with a Tinker & Rasor holiday detector at the prescribed voltage to verify thickness and locate pinholes if any. Deficiencies shall be immediately corrected and retested. E. MEASUREMENT AND PAYMENT Payment shall be bas.ed on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment all 11102104 ASC-60 - ( '•, - - - - - - - - - - ..... - PART DA -ADDITIONAL SPECIAL CONDITIONS testing necessary to complete the work. Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM A. GENERAL B. 11102/04 1. 2. 3. 4. Scope. This section governs all work, materials and testing required for the application of interior manhole coating . Manholes designated for interior coating are listed in the Manhole Rehabilitation Schedule, listed in Part 1. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-13, DA-14, DA-15 or DA-16 . Description. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. Manufacturers Recommendations. Materials. mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers recommendations. Manholes. Manholes to be coated are of brick, block, or concrete construction. Some manholes may have a cementitious sprayed or trowelled-on coating over the original interior surface. MATERIALS 1. Scope . This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating. Strong-Seal Systems MS-2A , factory-blended, cement-based , fiber-reinforced coating as manufactured by Strong-Seal Systems of Pine Bluff, AR. No material (other than clean potable water) shall be usep with or added to Strong-Seal MS-2A without prior approval or recommendation from Strong-Seal Systems. 3 . Material Identification. Contractor shall completely identify the types of grout, mortar, patching compounds. sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling. Mixing and handling of interior coating, which may be toxic under certain conditions, shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations. ASC-61 I I I C . 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS EXECUTION: 1. General. Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete. 2. Preliminary Repairs 3. 4. a) All foreign materials shall removed from the manhole interior using high pressure water spray (minimum 3500 psi). Loose and protruding brick, mortar, and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them 1" below the surface of the manhole. b) All unsealed lifting holes, unsealed step holes, voids larger than approximately one-half (1/2) inch in thickness shall be filled with rapid- setting, trowel-applied patching compound prior to spray application of the MS-2A coating. c) Active leaks shall be stopped using rapid-setting hydraulic cement products specifically for that purpose and according to manufacturer's recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with Section DA-20. Contact Strong-Seal Systems for grouting recommendations . d) After all repairs have been completed , remove all loose material. Temperature . Normal interior coating operation shall be performed at temperatures of 40 Degrees F or ·greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90 Degrees F, precautions shall be taken to keep mixing water below 85 Degrees F, using ice if necessary. Interior.Manhole ·coating a) The interior coating shall be applied to the manhole from the top of the bench/trough to the top of the corbel or flattop, including the bench/trough . b) The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. (1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi). (2) Place covers over invert to prevent extraneous material from entering the sewer. (3) The surface prior to application shall be damp without noticeable free water droplets or running water. MS-2A material shalt be spray applied (using a manufacturer approved application machine) to a ASC-62 / \ .. - -' ·' - - - - - - - - - - - - - - D. PART DA -ADDITIONAL SPECIAL CONDITIONS (4) (5) uniform thickness of 1" minimum. Troweling shall begin immediately following the spray application. The trowelled surface shall be smooth with no evidence of previous void areas. The application shall have a minimum of four hours (4) cure time before being subjected to active normal flows. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. 5. Testing of Rehabilitated Manholes a) b) Testing of rehabilitated manholes for water-tightness shall be performed by the contractor after operations are complete in accordance with Section DA-21. At least four {4) 2-inch cubes of the coating material shall be taken from each day's work with the date, location and job recorded on each. The cubes shall be sent to Strong-Seal Systems, Pine Bluff, AR, for testing. A compression test will be made according to ASTM C-109, and the results will be furnished to the engineer and the owner. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per each manhole coated. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing necessary to complete the work. Grouting, if necessary to stop active leaks in manhole well areas, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by the Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately. DA-18 RIGID FIBERGLASS MANHOLE LINERS A. GENERAL This item shall govern the furnishing and installation of rigid fiberglass liners in existing brick or concrete manholes. The manholes to be rehabilitated using fiberglass liners, and the interior diameter and depth of the liner are listed in the Manhole Rehabilitation Schedule. The locations of these manholes are shown on the drawings . Rigid Fiberglass Liners shall be as manufactured by L.F. Manufacturing, Inc., of Giddings, Texas; Associated Fiberglass Engineers, of Fort Worth, Texas: or approved equal. The installation at each manhole shall include the preparation of the existing manhole to receive the fiberglass liner, installation of the liner, grouting the annular space between the existing structure and the liner, and backfilling around the new fiberglass corbel section. B. MATERIALS 11102104 ASC-63 - - - - - - ···- - - - - - - - 1. 2. PART DA -ADDITIONAL SPECIAL CONDITIONS General. Fiberglass reinforced polyester manhole liners shall be manufactured from commercial grade polyester resin or vinyl ester resin, with fiberglass reinforcements. All liners shall meet the requirements of ASTM 03753 and this specification. Fillers, when used, shall be inert to the environment. The fiberglass shall be suitable for atmospheres containing hydrogen sulfide and dilute sulfuric acid as well as other gasses associated with wastewater collection systems. Reinforcing. The reinforcing materials shall be commercial grade E type glass in the form of continuous roving and chop roving. The coupling agent will provide a suitable bond between the glass reinforcements and the resin . C. DESIGN REQUIREMENTS 11/02/04 1. Manholes shall have sufficient strength to withstand an AASHTO HM20 dynamic loading. This shall be verified by acceptable test results performed in accordance with the reference standard. 2. 3. The manhole cylinder and the hemispherical reducer (corbel} shall be preassembled at the factory into a monolithic unit by overlaying the joint with fiberglass reinforced resin to a thickness equal to or greater than the wall thickness of the cylinder. Field jointing is not permitted. Corbel section shall be concentric with respect to the larger cylinder, unless otherwise approved by the Engineer. The manhole cylinder shall have the minimum pipe stiffness values shown in the table below when tested in accordance with the reference standard: Length M Ft. 3.0 7.0 13.0 21.0 26 .0 6.5 12.5 20 .5 25.5 35.0 F/AY -Psi 0.75 1.26 2.01 3.02 5.24 4 . Diameter tolerance. Inside diameter tolerances shall be +/M 1 % of the required inside diameter. 5. UV Inhibitor. The exterior surface of the manhole liner shall be UV-protected using grey pigments in the resin. 6. Interior Surfacing Material. The inner surface exposed to the sewer environment shall be a resin'-rich layer 0.010 to 0.020 inch thick followed by a minimum of two passes of chopped roving of minimum length 0.5 inch to maximum length of 2.0 inch, applied uniformly to an equivalent weight of 3 oz./ft2. Each pass of chopped roving shall be well rolled prior to the application of additional reinforcement. The combined thickness of the inner surface and interior layer shall not be less than 0.1 O inch ASCM64 I 7. PART DA· ADDITIONAL SPECIAL CONDITIONS The entire fiberglass assembly at each manhole shall be fabricated so that no more than twelve inches of concrete adjusting rings will be required to bring the top of the manhole frame/cover to the required elevation. D. CLEANING 1. 2 Covers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system . Existing roots and manhole steps shall be removed by cutting them flush with the manhole wall. 3. All foreign materials shall be removed from the manhole wall using high pressure water spray (3500 -4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. E. PRELIMINARY REPAIRS F. 1. Active leaks shall be stopped using City-approved products specifically formulated for that purpose and according to manufacturer's recommendation. Some leaks may require exterior grouting to stop the inflow. Grouting shall be performed in accordance with Section DA-20 -PRESSURE GROUTING. 2. After all repairs have been completed, all loose materials shall be removed from the manhole. No material shall be allowed to enter the sewer system. INSTALLATION PROCEDURES Excavate around the top of the existing manhole and remove the manhole frame and ( - - - ( - cover, brick or concrete adjustments, and corbel section. If the existing manhole is poured - concrete, the corbel section shall be removed using methods which will not damage the lower manhole barrel.· Brick and precast concrete corbels shall be removed to the top of the manhole barrel section After cleaning and preliminary repairs are completed on the existing manhole, the rigid fiberglass liner shall be installed in accordance with the construction drawings. The bottom of the manhole liner shall be cut to fit the existing manhole base and pipe entrances. Cuts shall be accurately made with a suitable power saw. The manhole liner shall be lowered into the existing manhole and set into wet, Class D concrete mix on the benches. A good bottom seal shall be obtained in order to prevent loss of grout from the annular space between the outside of the manhole liner and the interior of the existing manhole. A 6-inch lift of quick-setting grout shall be placed above the initial bottom seal to ensure adequacy of the bottom seal. Existing pipes shall be bridged with short lengths of PVC or fiberglass pipes and sealed as detailed in the construction drawings. The annular void between the manhole liner and the existing manhole shall be filled with a 4,000 psi at 28-days strength cementitious grout mixture. The grout mixture shall consist of Portland cement and sand. The actual design mix showing the proportions of each 11102104 ASC-65 ( - - - - - - - - - - G. H. / PART DA -ADDITIONAL SPECIAL CONDITIONS component and admixtures, if any, shall be submitted to the Engineer for approval. Cellular grouts containing the same materials as cementitious grout, blended with pre- generated aqueous foam to form macroscopic non-interconnected air cells uniformly distributed throughout the grout may also be used . Foam shall be added onsite by an experienced foam contractor. After the annulus and perimeter of the manhole liner is grouted, concrete adjustment rings shall be placed on top of the liner corbel section to bring the frame and cover to finish grade. Seal adjustment rings and frame per Section DA-10 requirements . The manhole corbel section shall be backfilled w ith sand or granular material as recommended by the manufacturer and approved by the City. The remaining excavation shall be backfilled as requ ired in Section 0 -24, Trench Excavation , Backfill and Compaction. A concrete collar shall be constructed if required in the Manhole Rehabilitation Schedule . TESTING After the manhole liner installation is complete and all adjustment rings and the frame and cover are installed, the manhole shall be vacuum tested as required by Section DA-21 , VACUUM TESTING OF REHABILITATED MANHOLES. Any leakage into the manhole shall be stopped. MEASUREMENT AND PAYMENT 1. The Contract Unit Price for rigid fiberglass manhole inserts shall include all labor, equipment, and materials necessary for the complete construction of the manhole insert, including backfilling. The pay quantity shall be measured from the bottom of the fiberglass barrel section to the top of the fiberglass corbel. 2. Payment for exterior grouting of manhole walls necessary to stop infiltration will be at the Contract Unit Price for manhole grouting. 3 . Payment for step removal, furnishing and sealing concrete adjusting rings and the ring and cover, and concrete collar, will be at the applicable Contract Unit Prices. DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION A. GENERAL This item shall govern the furnishing and installation of a plastic liner integrally cast into concrete · cast within the existing manhole structure. The concrete shall have a nominal thickness of 3-inches placed by using an internal form system that can be installed without excavation or removing portions of the manhole. The manholes to be rehabilitated using PVC lined concrete wall reconstruction and the interior diameter and depth of the liner are listed in the Manhole Rehabilitation Schedule. The locations of these manholes are shown on the drawings. B. MATERIALS The forms used for placing the concrete shall be segmented , stackable steel forms having cylindrical and conical sections. The forms shall be shaped to accommodate placement of 11102104 ASC-66 PART DA • ADDITIONAL SPECIAL CONDITIONS concrete in manholes with eccentric cones, concentric cones, or flattop ceilings. When assembled, the forms shall be of sufficient stiffness and strength to prevent shifting or collapse during the placement and curing of the concrete. The assembled forms shall have sufficient size to provide the maximum interior manhole space while providing the minimum required concrete wall thickness. Concrete shall be Class F concrete (4000 psi @ 28-day) with a coarse aggregate no greater than 5/8 inch. Fibermesh fibers (1-1/2 lb/cy of concrete), anti-bacterial agent (Con Shield or equal), and a superplasticizer shall be added to the concrete on-site prior to placing the concrete in the forms. The plastic liner shall be Amer-Plate 95Y T-Lock as manufactured by Ameron Corrosion Control Division, Brea, California or equal. The minimum thickness shall be 65 mils. C. CLEANING D. 1. Covers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system. 2. 3. Existing roots and manhole steps shall be removed by cutting them flush with the manhole wall. All foreign materials shall be removed from the manhole wall using high pressure water spray {3500 -4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. PRELIMINARY REPAIRS 1. Active leaks shall be stopped using City-approved products specifically formulated for that purpose and according to manufacturer's recommendation. Some leaks may require exterior grouting to stop the inflow. Grouting shall be performed in accordance with Section DA-20 -PRESSURE GROUTING. 2. After all repairs have been completed, all loose materials shall be removed from the manhole. No excess material shall be allowed to enter the sewer system. E. INSTALLATION PROCEDURES 11102/04 A section of PVC pipe or fiberglass pipe shall be inserted in each pipe inlet/outlet to extend the existing connection through the new concrete wall. The pipe shall be installed . as shown on the construction drawings. All pipe inlets/outlets shall remain active during the manhole rehabilitation unless otherwise specified. Internal forms shall be properly sized, installed, and braced to allow for the installation of the new concrete wall. The wall shall have a minimum thickness of 3-inches and shall extend from the manhole bench to the top of the cone section. The wall shall generally conform to the existing interior dimensions of the structure and shall provide the maximum allowable diameter based on the existing dimensions. If the proposed wall will reduce the diameter of the barrel section to less than 42~inches or the chimney section to less than 20-inches, the thickness of the proposed wall may be reduced to 1 }'2~inches . This change must be approved by the Engineer prior to construction. ASC-67 - ( - - ( liiiiil - - - - - - - - - -.... - - - - - - F. G. PART DA -ADDITIONAL SPECIAL CONDITIONS Prior to placement of the concrete, the forms shall be sealed and finished at the manhole base with concrete grout to prevent concrete from entering the sewer during the installation of the concrete. The plastic liner shall be placed on the exterior of the forms so that when the concrete is placed an integral lock between the liner and the concrete is provided. Sheets of the liner shall be preformed and factory welded, and cut to fit curved surfaces using the minimum number of separate pieces . The concrete shall be placed to ensure that it makes complete contract with the plastic lined form and fills all pockets, seams, and cracks within the annular space. Vibration of the concrete may be use·ct, but cannot be so excessive that segregation of the concrete components occurs. After the concrete has been placed and has sufficiently cured, seams in the plastic liner shall be welded by an experienced PVC liner welder using only manufacturer's approved methods and techniques. The welding operation of any joint shall be continuous until that joint has been completed. The welding strip shall be centered over the cleaned surfaces to be joined, and fused across its entire width using a hot air welding gun producing temperatures ranging between 500 F and 600 F. TESTIN~ After the PVC liner and concrete wall reconstruction and all additional work is complete, the manhole shall be vacuum tested, as required by Section DA-18, Testing of Rehabilitated Manholes. If the vacuum test fails, the plastic liner may be required to be spark tested at 10,000 volts with a holiday-detector. Any pinhole discovered shall be rewelded and retested. MEASUREMENT AND PAYMENT 1. The price bid for PVC Lined Concrete Wall Reconstruction shall include all labor, equipment, and materials necessary for the complete reconstruction of the concrete wall. The payment length for this item shall be measured from the top of the manhole bench to the bottom of the manhole frame. 2. 3. Payment for exterior grouting of manhole walls necessary to stop infiltration shall be paid for at the Contract Unit Price for manhole grouting . Payment for step removal, if required, will be paid for at the Contract Unit Price for step removal. DA-20 PRESSURE GROUTING A. 11102/04 GENERAL 1. Scope. This Section governs all work, materials and testing required for the pressure grouting 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, materials, equipment, and testing required for the completion of pressure grouting of manhole defects in accordance with the Contract Documents. ASC-68 3. PART DA· ADDITIONAL SPECIAL CONDITIONS Manufacturer's Recommendations. Materials, additives, mixture ratios, and procedures utilized 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 11/02104 1. Grouting Materials: a. Urethane Gel Grout: Urethane gel grout, such as Scotch-Seal 5610 gel or equal shall be a hydrophilic polymer. The chemical shall be mixed within the range of from 8 to 1 O parts of water and shall contain a reinforcing agent supplied by the same manufacturer. The material shall gel and cure to a tough flexible elastomeric condition. When wet, the gel shall exhibit strength properties of at least 25 psi tensile at 150 percent elongation. The material shall not change in linear dimension more than eight percent when subjected to wet and dry cycles. 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 agent may be added. The following properties shall be exhibited by the grout: · a. 1) 2) Documented service of satisfactory perfo1111ance in similar usage. Controllable reaction times and shrinkage through the use of chemicals supplied 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. 4) Compressive recovery return to original shape after repeated deformation. 5) The chemical shall be essentially non-toxic in a cured fo1111. 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 noncorrosive. 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 agent which contains 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 ASC-69 - ( ( - - - - - - ~ .... - -C. - - - -11/02104 - PART DA -ADDITIONAL SPECIAL CONDITIONS b. 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. 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. 1. 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. 3. 4. 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. 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. 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: a. b. 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 Systems, Inc. or equal, in accordance with manufacturer's specifications. Cut and trim all roots within the manhole. ASC-70 3. 4. PART DA -ADDITIONAL SPECIAL CONDITIONS Temperature.,_ Normal grouting operations including application of interior coating shall be performed in accordance with manufacturer's recommendations. 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 grouted will be directed by the Engineer. If entire manhole is scheduled for grouting, grouting shall include 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. 5. Drilling and Injection: a. Injection holes shall be drilled through the manhole wall at locations indicated in the appropriate deta1l(s). b. Grout shall be injected through the holes under pressure with a suitable probe. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grout shall be injected through the lowest holes first. The procedure shall be repeated until the manhole is externally sealed with grout. c. Grouting from the ground surface shall not be allowed . d. Grout travel shall be verified by observation of grout to defects or adjacent injection holes. 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 setting mortar for brick and concrete manholes. 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 shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment, preliminary repairs and testing necessary to complete the work including grouting with urethane grout. .DA-21 VACUUM TESTING OF REHABILITATED MANHOLES 11/02104 ASC-71 - ( ( ( - - - - - - - - - - -. - - PART DA -ADDITIONAL SPECIAL CONDITIONS A. GENERAL Scope. This section describes manhole testing to effectively confirm the watertight integrity of existing manholes following structural ,infiltration and inflow related repairs and that the appearance of the work is acceptable. Description: Infiltration may be observed in manhole defects at manhole walls, pipe seals or bench/trough areas. Infiltration related repairs are intended to eliminate leakage of groundwater into manholes. Inflow may be observed in manhole defects at manhole frames, covers, frame seals, grade adjustments, grade adjustment seals. corbels, or walls. Inflow related repairs are intended to eliminate sources of surface water entry that become active during rainfall events. Structural repairs may be required when making 1/1 related manhole repairs. Structural repairs may inclu_de defects in any manhole components but not displaying 1/1. Testing, Observations and Guarantee Periods: The testing required shall be performed by the Contractor at locations designated by the Engineer and documented to the satisfaction of the Engineer. Any new or rehabilitated manholes that are observed to be leaking by the Engineer during periods of high groundwater or during inflow conditions shall be subject to additional repairs. The Contractor shall be responsible for all additional repairs required on these unsatisfactory manholes during the guarantee period. All manhole rehabilitation work shall be warranted to be free of defects and of good workmanship for a minimum of three (3) years from the date of final acceptance of the project. Any manhole repairs completed by the Contractor which fail during the warranty period shall be repaired to the satisfaction of the City at no additional cost to the City. B. MATERIALS -Not specified. C. EXECUTION Infiltration Testing.;, All interior coated manholes and all partial replacement manholes shall be observed (tested) by the Contractor in the presence of the Engineer for sources of infiltration. Observations will be made during high groundwater conditions, wherever possible. Manholes shall be tested after installation with all connections (existing and/or proposed) in place. Drop-connections and gas sealing connections shall be installed prior to testing. The lines entering the manhole shall be temporarily plugged with the plugs braced to prevent them from being drawn into the manhole. The plugs shall be installed in the lines beyond drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole (so that the manhole frame seal is tested) and inflated in accordance with the manufacturer's 11/02104 ASC-72 PART DA .. ADDITIONAL SPECIAL CONDITIONS recommendations. A vacuum of 1 O inches of mercury 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. If the drop in the level is less than 1-inch of mercury (final vacuum greater than 9-inches of mercury), the manhole will have passed the vacuum test. After a successful test. the temporary plugs will be removed. The required test time is determined from Table I. Table I MINIMUM TIME REQUIRED FOR A VACUUM DROP OF 1" H9 (1 O"H 9 -9"H9 ) (SEC) , __ ,, ______________ . -.. ··-···--·-·-·-----·- DEPTH OF M.H. (FT.) 8 10 12 14 16 18 ** 48-lnch Dia. Manhole ---------- 20 sec. 25 sec. 30 sec. 35 sec. 40 sec. 45 sec. T=5 sec. 60-lnch Dia. Manhole . . . 26 sec. 33 sec. 39 sec. 45 sec. 52 sec. 59 sec. T=6.5 sec. 72-lnch Dia. Manhole 33 sec. 41 sec. 49 sec. 57 sec. 67 sec. 73 sec. T=8 sec. **For all Manholes over 18 feet in depth, add "T" seconds as shown for each respective diameter for each two feet of additional depth of manhole to the time shown for that 18 foot depth. [Example: A 30 (thirty) foot deep, 48 (forty-eight) inch Manhole Total Test Time would be 75.0 seconds. 45.0+6(5.Q);:75.0 seconds] (Values listed above are extrapolated from ASTM C924-85). Manhole vacuum levels observed to drop greater than 1-inch of mercury (Final vacuum less than 9- inches of mercury) will have failed the test and will require additional rehabilitation. The Contractor shall make the necessary repairs to the already completed rehabilitation work at no additional compensation . If the failure of the vacuum test is determined to be due to preexisting conditions not on the manhole rehabilitation schedule for that manhole, this additional work may be authorized by the Owner's Representative. After completion of the additional rehabilitation the manhole shall then be re-tested as described above until a successful test is made. Only one payment for manhoie vacuum testing will be made on each manhole. Vacuum testing is required on all manholes having Interior rehabllitation. Inflow Testing: All partially rehabilitated manholes shall be dyed water tested unless the manhole has successfully passed the vacuum test. Manholes shall be dyed water tested in the presence of the Engineer. The dye test shall consist of applying a concentrated dye solution around the manhole frame. Dyed water shall be applied for at least ten minutes. Manholes observed to be actively leaking greater than one drip per five seconds will have failed the test and will not be acceptable. Manholes failing the test will require additional rehabilitation by the Contractor at no additional compensation. Other Testing: One (1) rehabilitated manhole will be randomly selected for further testing. A laboratory selected by the City will take core samples of wall sections of manholes with wall coatings. Testing of the core 11102/04 ASC-73 ( ,, - ( ~- - - - - - - - - ~~... . - - - PART DA -ADDITIONAL SPECIAL CONDITIONS samples will be done to evaluate material thickness, compressive strength, flexural strength and slant shear bond strength. The following are the minimum required strengths for cementitious and non-cementitious wall coatings: Compressive Strength. Compressive strength shall conform to ASTM C 495 and C 109 and shall meet or exceed a minimum 28-day break of 4,000 psi. Flexural Strength. Flexural strength shall conform to ASTM C 348 and shall meet or exceed a minimum 28-day break of 1,200 psi. Slant Shear Bond Strength. Slant shear bond strength shall conform to ASTM 882 modified and shall meet or exceed a minimum 28-day break of 2,400 psi. If the manhole tested fails to pass any of these requirements, another manhole shall be selected and tested . If the second manhole fails, the City may, at its option, stop work until the Contractor can provide assurance that testing requirements can be met. Guarantee: Contractor shall warrant that the workmanship and materials are free from defects and that the manholes are sealed from inflow and infiltration for a period of three (3) years from the date of final acceptance of the project. D. MEASUREMENT AND PAYMENT Payment for manhole vacuum testing shall be made at the Contract Unit Price bid for each Manhole Vacuum Test actually performed and passed and the appearance of the completed manhole is visually acceptable. Payment shall be full comper,sation for all labor and materials necessary to complete each test. No payment will be made for additional vacuum tests or any dyed water testing . Payment for manhole core testing, including all labor and materials necessary to complete each test, shall be made at the Contract Unit Price bid for each Manhole Core Test actually performed and passed. DA-22 FIBERGLASS MANHOLES A. DESCRIPTION: This item shall govern the furnishing and installation of fiberglass manholes. The location of the·se 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. 11102/04 ASC-74 8. 11102/04 PART DA -ADDITIONAL SPECIAL CONDITIONS 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. 3. 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: Aft.er 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 SOR 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. 7. Manhole Bottom: Manholes shall ha v e resin fiber-reinforced bottoms. Bottom shall have a minimum of three 1% 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. 8. 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. ASC-75 - (_ - - ( 1,, .. - - - - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS C. MANUFACTURE: Manhole cylinders, manway reducers, and connectors shall be produced from glass fiber- reinforced 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 can be supported by the installed manhole. Manhole steps will not be required, however. 2. Manway Reducer: Manway reduces will be concentric with respect to the larger portion of the manhole diameters through 60 inches. 3. Cover and Ring Support: The manhole shall provide an area from which a grade rings can be installed to accept a typical metal ring and cover and have the strength to support an H-20 traffic load without damage to the manhole. D. REQUIREMENTS: 11/02/04 1. Exterior Surface: The exterior surface shall be smooth with no sharp projections. Hand-work finish will be acceptable as long as enough resin is present to eliminate fiber show. The exterior surface shall be free of blisters larger than 0.5-inch diameter, delamination or fiber show. 2. Interior Surface: The interior surface shall be resin rich with no exposed fibers. 3. 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 inches in diameter and less than 0.0625-inch deep. Voids that cannot be broken with finger pressure and that are entirely below the resin surface shall be permitted if they are less than 0.5-inch diameter and less than 0.0625-inch thick. Repairs: All manhole repairs by the manufacturer shall result in a product which meets all requirements of this specification. Field repair of manholes will not be allowed. 4. Diameter Tolerance: Tolerance of inside diameter shall be +/-1 % of required manhole diameter. 5. Load Rating: The complete manhole shall have a minimum dynamic-load rating of 16,000 lbf. when tested in accordance with ASTM D-3753 8.4 (note 1). To establish this rating the complete manhole shall not leak, crack, or suffer other damage when load tested to 40,000 lbf. and shall not deflect vertically downward more than 0.25-inc at the point of the load application when loaded to 24,000 lb. 6. Stiffness: The manhole cylinder shall have the minimum pipe-stiffness values shown in table below when tested in accordance with ASTM 0-3753 8.5 (note 1 ). HEIGHT-FT. 3-6.5 ASC-76 F/AY-PSI 0.75 7. PART DA -ADDITIONAL SPECIAL CONDITIONS 7 -12.5 1.26 Soundness: In order to determine soundness, apply an air or water pressure test to the manhole test sample . Test pressure shall not be less than 3 psig or greater than 5 psig. While holding at the established pressure, inspect the entire manhole for leaks. Any leakage through the laminate is cause for failure of the test. Refer to ASTM D-3753 8.6. 8. Chemical Resistance: The fiberglass manhole and all related components shall be fabricated from corrosion proof material suitable for atmospheres containing hydrogen sulphite and dilute sulfunc acid as well as other gasses associated with the wastewater collection system . E. PHYSICAL PROPERTIES: 1. Tensile Strength {psi) 2. Tensile Modules {psi) 3. Flexural Strength (psi) 4. Flexural Modules (psi) 5. Compressive (psi) Hoop Direction 18,000 0.6 X 106 26,000 1.4 X 106 18,000 Axial Direction 5,000 0.7 X 106 4,500 0.7 X 106 10,000 F. QUALITY CONTROL: 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 fonnal 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 4n 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. I. CONCRETE: 1. 2. 11/02/04 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. 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 ASC-77 ( ( / \ '•, - - - - - - - - - - - - - - - J. PART DA -ADDITIONAL SPECIAL CONDITIONS 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. BACKFILL: 1. 2. Backfill Material: Unless shown otherwise on drawings and approved by the Engineer, sand, crushed stone, or pea gravel shall be used for backfill around the manhole for a minimum distance of one foot from the outside surface and extending from the bottom of the excavation to the top of the reducer section. Suitable material chosen from the excavation may be used for the remainder of the backfill. The material chosen shall be free of large lumps or clods, which will not readily break down under compaction. This material will be subject to approval by Engineer. Backfill shall be placed in layers of not more than 12 loose measure inches and mechanically tamped to 95% Standard Proctor Density, unless otherwise approved by Engineer. Flooding will not be permitted. Backfill shall be placed in such a manner as to prevent any wedging 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. 2. 3. 4. 5. Manufacturer's name or trademark Manufacturer's factory location Manufacturer's serial number Total height Complies with ASTM 0-3753 L. MEASUREMENT AND PAYMENT: 1. 2. The price bid for new/ replacement manhole installations shall include all labor. equipment and materials necessary for construction of the manhole including but not limited to joint sealing, lift hole sealing and exterior surface coating, concrete base, concrete invert, connections to sewer pipes, castings, backfill, unpaved surface restoration, and all appurtenant work . Payment shall not include pavement replacement, which if required, shall be paid separately. Payment for concrete collars and watertight manhole inserts, if required, will be made separately, based on the appropriate bid items. DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ' The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of 11102!04 ASC-78 PART DA -ADDITIONAL SPECIAL CONDITIONS two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Telephone Number Southwestern Bell Telephone Texas Utilities Lone Star City of Fort Worth, Street Light and Signal 338-6275 336-9411 Ext. 2121 336-8381 Ext. 6982 871-8100 Contact Person "Hot Line" Mr. Roy Kruger Mr. Jim Bennett Mr. Jim Bob Wakefield Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate 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 sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C. "Type D" mix as per specification No. 300 "Asphalts, Oils and Emulsions", Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities and top soil as per specification item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. 11/02/04 ASC-79 ' (, - ( -( ... - - - - - - ,,··· - - - PART DA -ADDITIONAL SPECIAL CONDITIONS Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion. If the contractor fails to complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. 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 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-sQme 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 and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. \ DA-27 GRADED CRUSHED STONES -11/02/04 ASC-80 - PART DA -ADDITIONAL SPECIAL CONDITIONS This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No. 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE A. Description This item shall consist of milling the existing pavement from the lip of gutter at a depth of 2" and transitioning to match the existing pavement (O" cut) at a minimum width of 5'. The existing pavement to be milled will either be asphalt, concrete, or brick pavement. The removal and disposal of the milled materials shall be as directed by the Engineer. The milled surface shall provide a smooth surtace free from gouges, ridges, oil film, and other impertections of workmanship and shall have a uniform textured appearance. In all situations where the existing H.M.A.C. surtace contacts the curb face the wedge milling shall include the removal of the existing asphalt covering the gutter up to and along the face of curb. The wedge milling operations for this project will be performed in a continuous manner along both sides of the street. Details of milling locations are at the back of this document. Contractor is required to begin the overlay, within five (5) calendar days from the date of the wedge milling completion of any one street. Should the contractor fail to meet this condition, the wedge milling will be shut down, and liquidated damage of $500.00 per day per street will be assessed until all wedge milled streets are overlayed. The overlay, once begun on a street shall continue uninterrupted until complete. The Contractor shall haul-off the removed material to a suitable dump site. 8. Equipment The equipment for removing the pavement surface shall be a power operated milling machine or other equal or better mechanical means capable of removing, in either one pass or two passes, the necessary pavement thickness in a five-foot minimum width. The equipment shall be self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. The machine shall be equipped with an integral loading and reclaiming means to immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. Adequate back-up equipment (mechanical street sweepers, loaders, water truck, etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface daily. Stockpiling of planed material will not be permitted on the project site unless designated by the Engineer. The machine shall be equipped with means to control dust created by the cutting action and shall have a manual system providing for uniformly varying the depth of 11102!04 ASC-81 •' -( - - ( - - - - - - - -. - - - - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS cut while the machine is in motion thereby making it possible to cut flush to alt inlets, manholes , or other obstructions within the paved area. The speed of the machine shall be variable in order to leave the desired grid pattern specified under Surface Texture. The unit price bid per linear feet shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work . DA-29 BUTT JOINTS -MILLED A. B. C. 11/02/04 Description: This item requires the contractor to mill "butt joints" into the existing surface, in association with the wedge milling operation to the depth and at locations as described below. The butt joint will provide a full width transition section, whereby the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activities, performance standards and equipment needed for the butt joints milling operations shall be governed by the special provisions of Pay Item No . 9 -Wedge Milling. The configuration of the butt joints is described In more detail below. General details of butt joint locations -along with wedge milling in general -are shown in plan form at the back of this document. Construction Details Prior to the milling of the butt joints, the Contractor shall consult with the Construction Engineer for proper location of these joints and verify that the selected limits of the projects• street are correct. The general locations for butt joints are at all beginning and ending points of streets listed in the project and as more gfaphically detailed at the back of this specification book. The joints are also required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. Each butt joint shall be 20 feet long and milled out across the full width of the street section to a tapered depth of 2". This milled area shall be tapered within the 20 feet to a depth from on to 2" at a line adjacent to the beginning and ending points or intermediate transverse items. This butt joint -when overlayed -will consist of a asphalt section that will transition the new overlay to match the existing pavement elevation. The contractor shall provide a temporary wedge of asphalt at all butt joints to prov ide a smooth ride over the bump . Measurement and Payment Butt joints as prescribed above, will be measured by the unit of each butt joint milled. The disposal of excess material involved will not be measured for payment. Each butt joint-milled, measured as above, complete-in place-in accordance with these specifications, will be paid for at the unit price shown in the proposal for "Butt Joints". The unit price bid per each shall be full compensation for all milling, including material haul-off, tools, labor, equipment and incidentals necessary to complete the required work. ASC-82 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-30 2" H.M.A.C. SURFACE COURSE {TYPE "D" MIX) All applicable provisions of Standard Specifications, Item Nos. 312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts, Oils and Emulsions", 304 "Prime Coat'', and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the project. Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be detennined 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 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". Asphalt base material may be required at times as directed by the Engineer to 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. 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. 11/02104 ASC-83 (' ,, ( '• - - ( '··- - - - - - - PART DA .. ADDITIONAL SPECIAL CONDITIONS DA-32 NEW 7" CONCRETE VALLEY GUTTER This item shall include the construction of concrete valley gutters at various locations to be determined in field. Removal of existing, asphalt pavement, concrete base. curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2 :27 concrete base and crushed limestone to a depth as directed by 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 Concreten, Item No. 104, ''Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2 :27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch . Contractor shall work on one-half of Valley gutter at a time, and the other half shall -be open to traffic. Work shall be completed on each half within seven (7) calendar days. - - - - If the Contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. DA-33 NEW 4" STANDARD WHEELCHAIR RAMP The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The removal of existing substandard wheelchair ramps and sidewalk as required for the installation of new wheelchair ramps shall be subsidiary to this pay item. The removal and replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in Pay Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR-1 ). The pay limit will extend from 9" outside the lip of gutter to 15" back from the face of curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk. All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufactures instructions. Concrete stain may be applied after concrete is poured (Product sold by BAER). 11!02!04 ASC-84 PART DA -ADDITIONAL SPECIAL CONDITIONS "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution ." The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to compete the work. DA-34 8" PAVEMENT PULVERIZATION Contractor shall pulverize the existing pavement to a depth of 8". After pulverization is completed, contractor shall temporarily remove and store the 8" deep pulverized material, then cut the base 2" to provide place for the new 2" H .M.A.C. surface. The 2" base cut shall start at a depth of 8" from the existing pulverized surface. After the undercut operation is completed, contractor shall spread, mix, and compact the pulverized material to a 95% compaction per City's Standard Specifications or as directed by the Engineer in the field. A 3.5% portland cement shall be used to mix the pulverized material. If the existing pavement has a combination of 1 O" H .M.A.C. and crushed stone/gravel, undercut will not be required, the contractor will pulverize 1 O" inches, the 2" inch cut will be taken from the 1 O" pulverized material. (see soil test report) Pulverization shall start within ten (10) calendar days after all concrete work has been completed on a street. If the contractor fa ils to begin the work within ten (10) calendar days, a $200 dollars liquidated damage will be assessed per block per day. After the pulverization material is cured, the contractor shall overlay it with 2" H .M.A.C. surface within five (5) calendar days. If the contractor fails to begin the work within five {5) calendar days, a $200 dollars liquidated damage will be assessed per block per day. The unit price bid per sq. yd. shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. The 2" H.M.A C. surface will be paid by separate item. DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) The following specifications are for the furnishing and placing of reinforced concrete pavement or base as shown on detail and as directed by the Engineer. A. GENERAL: Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except for finishing and curing. 11/02104 ASC-85 ( ., - - - - - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS B. FINISHING: The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The surface shall be flush with the adjacent pavement and shall have a finish similar to the surrounding pavement. The surface shall be even and shall provide a smooth ride. C. CURING: The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing compound conforming to the requirements of ASTM C-309, Type 2, white-pigmented compound, which shall not produce permanent discoloration of the concrete. Concrete shall be allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades. D. EXECUTION: Included in this item will be the removal of the existing reinforced concrete pavement. The existing pavement shall be sawed so as to maintain an even, straight pavement cut. The existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before lapping. The following work method will be performed on each utility cut: 1. Place safety signs, barricades and/or other warning devices where necessary and as required. 2. Replace 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. 7. Place and finish concrete. 8. Clean up job site, removing all debris. 9. Maintain traffic control devices to protect the area until the concrete has cured seven days or concrete reaches 3000 psi compressive strength. E. PAYMENT: Payment shall be made at the unit price per linear foot as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment tools and Incidentals necessary to complete the work. 11/02/04 ASC-86 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-36 RAISED PAVEMENT MARKERS All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply. The Contractor shall install standard roadway markers according to city specifications as shown on plan sheet or as directed by the Engineer. Please refer to "Roadway Markers Specifications". DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL: 11/02104 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 products, 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 materials (soils). 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 samples to the applicable City of Fort Worth testing laboratory. The City of Fort Worth's Department of Environmental Management for coordination of laboratory testing. 2. REFERENCES a. All applicable OSHA regulatory requirements. b. All applicable Environmental Protection Agency (EPA) regulatory requirements. c. All applicable State of Texas regulatory requirements. d. All applicable City of Fort Worth (City) regulatory requirements. e. All applicable NIOSH standards. f . All applicable TNRCC requirements . 3 . SUBMITTALS ASC-87 ( ( / \._ - - - - - ~ - ,,-· --.. B. - C . .... - - - - -11102/04 - PART DA -ADDITIONAL SPECIAL CONDITIONS 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 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 d. e. Conservation Commission (TNRCC). Contractor shall submit actual limits of PPCM excavation, as prepared by his qualified environmental consultant(s) and testing lab. 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. PRODUCTS: 1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation, including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration. 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. ASC-88 11102/04 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 (PIO) or a flame 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 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 to the current testing laboratory identified by the City. The PIO 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 PIO or FID shall be calibrated according to manufactures instructions. d. Water encountered during excavation or dewatering shall be considered to be potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil that appears visually to 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. a. The Contractor shall contact the City whenever contamination from any source is suspected. 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS) a. Contractor shall coordinate with the City to determine a suitable location for the stockpiling of contaminated soil. The following procedure shall be followed in preparing the chosen site: 1. Provide a diked enclosure large enough to hold all material and prevent runoff. 2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 3. At the end of each work day, Contractor shall completely cover stockpile with 20 mil plastic. During the day, the Contractor shall keep the stockpile covered, as necessary, to prevent release of contaminated materials due to rain or wind. 4. Sampling and evaluation of materials will be performed at the Contractor's expense. (The City of Fort Worth will provide laboratory services) b. PPCS shall be handled, tested, observing all standard chain-of-custody procedures and sampling preservation and analyses shall conform to published and recognized standards. c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. ASC-89 ( ( •, - - - - - - - - - - - -11/02/04 - PART DA -ADDITIONAL SPECIAL CONDITIONS d. Contaminated soil identified by test results will be disposed of according to DA-36, Loading, Transportation, and Disposal of Contaminated Soil. e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as backfill material, if the soils also meet the Type C or B backfill classifications. 4. HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW) a. Water pumped from the excavation or from dewatering activities that has an oily sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially petroleum contaminated. b. PPCW shall be handled, tested, and discharged in accordance with the TNRCC's appropriate state regulation. PPCW shall be tested no later than 15 days prior to extraction. PPCW shall, if necessary, be treated in an appropriately sized oil/water separator, air stripper or GAC canisters. Contractor shall have his testing laboratory determine that the oil/water separator treated discharge 1s within the limits established by the TNRCC's regulations before being allowed to discharge (discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test reports to the City. c. Alternatively, the Contractor may dispose of contaminated water, after appropriate pretreatment, into the sanitary sewer collection system. It shall be the 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 property 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 ASC-90 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 pennits 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. B. WASTE MANIFESTS: Any and all non-hazardous liquid and petroleum substance waste· removed from the site of generation and transported for treatment and/or disposal must be accompanied by a waste shipment record/manifest detailing required generator, transported, 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 PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form lWC-0332). The Contractor shall be responsible for obtaining, originating and maintaining manifests in accordance with federal and state laws. The Contractor shall sign the manifests forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount of waste removed from the site and received by the treatment/disposal facility . The Contractor shall immediately resolve any manifest discrepancies. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. C. MEASUREMENT AND PAYMENT: 11/02104 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 ASC-91 ( .. ( - - - - - - - ... , .. - - - - - - - PART DA~ ADDITIONAL SPECIAL CONDITIONS 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, transportation costs and landfill operator requested analytical testing and waste characterization. DA-39 ROCK RIP RAP ·GROUT· FILTER FABRIC A. B. C. 11/02104 GENERAL: 1. General Conditions, Supplemental Conditions, applicable requirements of Division 1 - General Requirements and the North Central Texas Council of Governments (NCTCOG) Standard Specifications, are hereby made a part of this section. 2. This item shall govern for the installation of rock riprap of the various sizes shown on the plans. DESIGN CRITERIA: 1. 2 . 3. 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. The channel side slope shall be as shown on the drawings. Engineering filter fabric material shall be placed underneath the riprap. 4. R1prap shall extend up the bank to an elevation where vegetation will provide adequate protection. See cross sections. PRODUCT: 1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to insure permanence in the structure. It shall be free from cracks, seams and other defects that would tend to increase deterioration. Rock shall be reasonably well graded between the following prescribed limits: 24" Riprap 18" Riprap Sieve Size (Square Mesh) 24inch 18 inch 12 inch 6inch Sieve Size (Square Mesh) 18 inch 12inch 6inch 3inch ASC-92 Percent Passing 100 80-90 45-55 0-20 Percent Passing 100 60-85 15-45 0-15 I PART DA -ADDITIONAL SPECIAL CONDITIONS 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: • Supac -Heavy Grade 8NP {UV) • Trevira 011/280 • Amoco 4553 • or Equal Heavy Grade 4. RIPRAP GROUTING a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand, manufactured sand, or a combination of natural and manufactured sands. The grading and uniformity of the fine aggregate shall conform to the following requirements as delivered to the mixers: Sieve Designation, U.S. Standard Square Mesh 3/8 in. (9.5 mm) No. 4 (4 .75 mm) No. 8 (2 .36 mm) No. 16 (1.18 mm) No. 30 (600 um) No. 50 (300 um) No. 100 (150 um) D. EXECUTION: 1. CONSTRUCTION: Permissible Limits Percent by Weight, Passing 100 95-100 80-95 55-75 30-60 12-30 2-10 a. The channel side slope and the toe excavation shall be prepared to the required lines and grades. b. Filter fabric and riprap shall be placed in success ion to the required thicknesses and elevations. Riprap shall be hand placed around structures to prevent damage to the structures. ( '• 2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The 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, 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 before geotextile placement. The geotextile shall be placed with the long dimension perpendicular to the centerline of the channel and laid smooth and free of tension, stress, folds, wrinkles, or creases. The strips shall be placed to provide a minimum wh id 1 dth·t~f 24 1 -inches 1 . 1 otfh overlkap. for e~ch 1 joindt. ThTemtporary pinni~g ofh th 11 ebtextile to d~elp (. o I in p ace un I e roe nprap 1s pace . e emporary pins s a e remove as 11102104 ASC-93 - - - - - - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS 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 technique will prevent damage to the geotextile. In no case shall any type of equipment be allowed on the unprotected geotextile. 3. RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in such a manner as to produce a reasonably well graded mass of rock with the minimum practicable percentage of voids and shall be constructed within the specified tolerance to the lines and grades shown on the drawings. Then intent of these specifications is to require placement of riprap to the thickness shown and to allow isolated stones to extend as much as six inches above grade. Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid displacing the fabric. The larger stones shall be well distributed and the entire mass of stones in their final position shall conform to the gradation specified hereinbefore. The finished riprap shall be free from objectionable pockets of small stones and clusters of larger stones. The desired distribution of the various sizes of stones throughout the mass shall be obtained by selective loading of the material at the quarry or other source, by controlled dumping of successive loads during final placing, or by other methods of placement which will produce the specified results. Rearranging of individual stones, by mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably well graded distribution of stone specified above. The Contractor shall maintain the riprap protection until accepted . Any materiaf displaced by any cause shall be replaced at his erosion to the lines and grades shown on the Drawings. 4. GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of sand, sufficient water to produce a workable mixture, and that amount of admixture which will entrain sufficient air to produce durable grout, as determined by the ENGINEER. Sand for grouting shall conform to the requirements of paragraph: FINE AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for concrete except that the time of mixing shall be increased to that necessary to produce a mixture having a consistency such as to permit gravity flow into the interstices of the riprap with the help of limited spading and brooming. The grout shall be used in the work within a period of one (1) hour after mixing. Retempering of ground will not be permitted. Riprap shall not be grouted when the ambient temperature is below 35 degree F. or above 95 degrees F. unless approved by the ENGINEER in writing; nor when the grout, without special protection, is likely to be subjected to freezing temperatures before final set has occurred. Prior to grouting, all surfaces of riprap shall be wetted. The riprap shall be grouted in successive longitudinal strips, approximately 10 feet in width, commencing at the lowest strip and working up the slope. Grout shall be brought to the 11102104 AS C-94 PART DA · ADDITIONAL SPECIAL CONDITIONS place of final deposit by approved means, and in no case will grout be permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately after dumping the batch of grout, it shall be distributed over the surface of the strip by the use of brooms and the grout worked into place between stones with suitable spades, trowels, or vibrating equipment. As a final operation, the grout shall be removed from the top surfaces of the upper stones and from pockets and depressions in the surface of the stone protection. After completion of any strip as specified, no workman or any load shall be permitted on the grouted surface for a period of at least 24 hours. The grouted surface shall be protected from rain, flowing water, and mechanical injury. The surface of all grouted riprap shall be cured by keeping the surface continuously wet for a period of not less than 7 days. E. MEASUREMENT AND PAYMENT 1. FILTER FABRIC: Filter fabric will be measured by the square yard for material used including that required at toes and thickened edges of riprap. Payment for filter fabric will be made at the contract unit price per square yard which includes all plant, labor, material, and all installation costs in-place, complete. 2. STONE RIPRAP: Stone (rock) riprap will be measured by the cubic yard using actual plan dimensions. Payment for riprap will be made at the contract unit price per cubic yard which includes all plant, labor, material, and installation costs in-place, complete. 3. GROUT: Grout for rock riprap will be measured by the square yard using actual plan dimensions. Payment for grout will be made at 'the contract unit price per square yard which includes all plant, labor, material, and installation costs in-place, complete. DA-40 CONCRETE RIPRAP 1 GENERAL: The following shall govern the furnishing and placing of concrete riprap as shown on the plans or as directed by the Engineer. 2 MATERIALS: Concrete for riprap shall be placed in accordance with the details and to the dimensions shown on the plans or as established by the Engineer. Unless otherwise shown on the plans, concrete riprap shall be reinforced using wire or bar reinforcement. The concrete shall be 3000 PSI at 28 days, Class A. Wire reinforcement shall be six (6) by six (6) inch No. 6 plain electric welded reinforcing fabric or its equal. A minimum lap of six (6) inches shall be used at all splices. At the edge of the riprap, the wire fabric shall not be less than one (1) inch, no more than three (3) inches from the edge of the concrete and shall have no wire projecting beyond the last member parallel to the edge of the concrete. Reinforcement shall be supported properly throughout the placement to maintain its position equidistance from the top and bottom surface of the slab. ( If the slopes and bottom of the trench for toe walls are dry and not consolidated properly, the Engineer may require the entire area to be sprinkled, or sprinkled and consolidated before the concrete is placed. All surfaces shall be moist when concrete is placed. ( ····· 11/02/04 ASC-95 - - - - - - - - .,-·· -. ... - - - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS After the concrete has been placed, compacted, and shaped to conform to the dimensions shown on the plans, and after it has set sufficiently to avoid slumping, the surface shall be finished with a wooden float to secure a reasonably smooth surface. 3. PAYMENT: Payment for concrete riprap in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used. Bid price will be full compensation for placing all materials, and for all labor, tools, equipment, and incidentals necessary to complete the work. 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 Concrete cylinder pipe on this project shall be Class 150 A.W.W.A. C-303 pretensioned concrete cylinder pipe or Class 150 AWWA C-301 prestressed concrete cylinder pipe as specified on the plans and manufactured in accordance with Material Standard E1-4 contained in the General Contract documents. Payment for work such as backfill, bedding, blocking, excavation and all other associated appurtenances; required, shall be included in the Linear Foot price of the pipe and lump sum for the pipe fittings in the appropriate BJD ITEM(S). DA-42 CONCRETE PIPE FITIINGS AND SPECIALS Bidders shall submit the following for C-303 pretensioned concrete cylinder pipe to be installed on this project: 1. A complete list of fittings and specials upon which the lump sum is bid. 2. Provide a unit price indicating the cost for furnishing and installing each of the various items of fittings and specials. The lump sum as bid in the Proposal shall be payment in full for all fittings and specials necessary for the construction of the project as designed. Payment for the installation of the pipe fittings, specials, and random lengths shall be included. Should the Engineer approve any changes to the fittings, specials or random pipe lengths listed as justifying the amount bid In the Proposal, the price submitted with the Proposal shall be used to determine the increase or decrease in the value of the lump sum of the Proposal, and the Contractor shall be paid on the basis of this adjusted value under that bid item . DA-43 UNCLASSIFIED STREET EXCAVATION This item will be used if additional excavation is needed that is not covered by "8" PAVEMENT PULVERIZATION". Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade and City standard specifications for street reconstruction. All applicable provisions of Item No. 106 "Unclassified Street Excavation" shall apply, work shall be paid per cubic yard. DA-44 6" PERFORATED PIPE SUBDRAIN This item shall consist of furnishing and installing 6" perforated subdrain and filter material all as shown on the enclosed details, or as directed by the Engineer. 11102/04 ASC-96 PART DA -ADDITIONAL SPECIAL CONDITIONS All applicable provision of standard Specifications Item 500 "SUBDRAINS" shall apply except as (' herein modified. The pipe material shall be poly vinyl chloride (PVC) with the standard dimensional ratio of 35 (SDR35) and meet the ASTM D 1784. Filter shall have the capability of passing ground water without transporting the soil placed around the filter fabric. The fabric shall be constructed exclusively of synthetic thermoplastic fibers and may be either woven or non- woven to form a mat of uniform quality. Fabric fiber may be either continuous or discontinuous and oriented in either a random or an aligned pattern throughout the fabric. The fabric shall be mildew resistant, rot proof, shall be satisfactory for use in a wet soil and aggregate environment. contain ultraviolet stabilizers and have nonravelling edges. The fabric shall meet the following requirements when sampled and tested in accordance with the methods indicated . Test Original Physical Properties Fabric weight, on an ambient Temperature air-dried tension free sample, expressed Method SDHPT Test Method Tex-616-J "Testing of Construction Fibers" Requirements 4.0 minimum for under drains and Slope Stabilization, 6.0 minimum for Gabions Revetment in oz/sq.yd. Water flow rate by falling head method, 7.9 inches (20 cm) to 3.9 inches (10 cm) on 2 inch ID cylinder with 1 inch diameter orifice, with flow rate expressed in gal/sq. fVminute. Tex-616-J 80 minimum ( - Breaking load in either machine or ASTM Designation: 100 minimum cross-machine direction, expressed D 1682 grab method G as in pounds. modified by Tex-616-J Equivalent opening size Standard sieve no.) (US CW-02215, US Army Corps of 70 to 100 Engineers, Civil Works Construction Guide Specification. "Plastic FIiter Fabric: November, 1977. "Apparent elongation" at breaking AST, Designation: 100 maximum load in either machine or cross-D 1682 grab method G as machine direction, expressed as modified by Tex-616-J percent. 11102/04 ASC-97 •,, liiiii (. - - - - - - PART DA· ADDITIONAL SPECIAL CONDITIONS The "Filter Fabric" shall be installed in accordance with the manufacturer's recommendations, as indicated or as directed by the Engineer. When lapping is required, it shall be 1n accordance with the manufacturer's recommendations. Backfilling around the Filter Fabric shall be done in such a way as not to damage the Filter Fabric material during the placement. The unit price bid per L.F. shall be full compensation for all labor, materials, equipments, tools, and incidentals necessary to complete the work . OA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate-ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item see Item 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. DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION In order to facilitate timely reconstruction of the affected roadway surfaces (subsequent to -water/sewer installation) under the City's roadway maintenance program, it is recommended that the proposed water and/or sanitary sewer improvements be conducted on the project streets based upon the following sequence: - - - - - - 1. "A" Street 2. "B" Street 3. "C" Street 4. "D" Street 5. "E" Street After the work start date has been established, the selected contractor shall be required to submit the beginning and ending dates for all work (including pavement repair) on each of the project streets. Please be advised that the contractor has the option of submitting a different sequence of construction than stated above. The contractor shall not be allowed to begin work (but time charges will begin on the project) until the preferred sequence of construction and the start and end work dates for each street have been submitted to the City. DA-47 PAVEMENT REPAIR IN PARKING AREA The unit price bid under appropriate BID ITEM(S) of the Proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc .• to existing pavement. All required paving cuts shall be made with a concrete saw in a true and 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 grade shall be maintained in a serviceable condition until the paving has been replaced. DA-48 EASEMENTS AND PERMITS 11/02/04 ASC-98 PART DA -ADDITIONAL SPECIAL CONDITIONS Easements and permits. both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. Where the plpeline 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. In the event additional work room or access is required by the Contractor, it shall be the Contractor•s responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA-49 HIGHWAY REQUIREMENTS The Texas Department of Transportation requirements pertaining to the construction of this project are enclosed herein and made part of these specifications. DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall confonn 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 All combination turbo rrieter installations will be per attached Figure 33 unless otherwise directed by the Engineer. The contractor shall use Bilco Type J-3 Model 30" x 36" Steel Single Leaf Doors or approved equal unless the vault door is subject to vehicular traffic i.e.: in a street, parking lot, or driveway. 11102/04 ASC-99 - - - - - C .. - - - - - - - - - - - - - - - PART DA .. ADDITIONAL SPECIAL CONDITIONS The appropriate size turbo meter with strainer and check valve if required will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up these item(s) at the Field Operations Warehouse. Payment for all work, materials, and all necessary appurtenances from bypass tee to bypass tee which are required to provide a complete and functional Combination Turbo Meter Installation complete with Bypass and Concrete Vault shall be included in the price bid for each. DA-53 OPEN FIRE LINE INSTALLATIONS All open fire line installations will be per attached Figure 32 unless otherwise directed by the Engineer. The appropriate size detector check meter, 3/4-inch meter and class 'B' meter box will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up the items at the Field Operations Warehouse. Payment for alt work, materials, and all necessary appurtenances from the City side flange coupling adapter to the customer side gate valve and box; including incidental 5 linear feet of pipe, which are required to provide a complete and functional open fire line installation shall be included in the price bid for each. Payment for the City side gate valve or tap valve depending on which is required will be paid for under the appropriate bid item(s). DA-54 WATER SAMPLE STATION GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for the water main. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and .materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a 11102104 ASC-100 PART DA -ADDITIONAL SPECIAL CONDITIONS complete and functional water sampling station shall be included in the price bid for Water Sample Stations. DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified. INTEGRAL CURB: Integral curb shall be constructed along the edge of 1he pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. SUPERIMPOSED CURB : Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water - shall not exceed seven (7) U.S . gallons per sack (94 lbs.) of Portland Cement. The slump of the - concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502. DA-56 SHOP DRAWINGS 1 . Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require . Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory perfomiance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application . Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 2. Shop drawings shall be submitted for the following items prior to installation: List the required submittals here 11/02/04 ASC-101 ( - - liiil - ( - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals -The submittals shall be addressed to the Project Manager: (Project Manager) City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY All work involving paving and/or drainage shall conform to the two following published specifications, except as modified herein: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH -STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS - DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP When H.M.A.C. greater than 9 inches in depth is encountered, it shall be replaced with a combination of H.M.A.C. and 2:27 concrete base, as determined by the Engineer, to achieve the required thickness of pavement. DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M.A.C. driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with H.M.A.C. equal to or better than the existing driveway. DA-61 TOP SOIL -Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. - DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall include raising or lowering an existing meter box to the parkway grade specified No payment will be made for adjusting existing boxes which are within 0.001 feet of specified parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box. 11/02/04 ASC-102 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased . Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provis ion, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I be used on an "emergency" basis only. ' Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $200,000 (see Options to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed. It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all change orders. DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas 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 Department of Transportation and Item E2-29 .1 "Construction Within Highway Right-of-Way" of the General Contract Documents and Specifications, effective July 1, 1978, as amended. DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. - -( - - - - ( - - - DA-66 OPTION TO RENEW - The City has the right to renew this contract for three (3) one year terms/expenditures of $200,000 under the same terms, conditions, and unit prices. The City shall give at least sixty (60) days - notice prior to the expiration of one year from the date of execution of this contract or of an option period or a like notice at such time as there is less than $20,000 left unexpended. DA-67 NON-EXCLUSIVE CONTRACT This contract is non-exclusive. During the term of this contract or any renewal hereof, the City reserves the right to advertise and award another contract for like or similar work. If a second 11/02104 ASC-103 - ( - - - - - - - - - PART DA .. ADDITIONAL SPECIAL CONDITIONS contract is awarded, the City further reserves the right to issue work orders under either contract as it deems in its best interest, without recourse. DA-68 CONCRETE VALLEY GUTTER This item shall include the repair/replace~ent of existing concrete valley gutters as directed by the Engineer. The proposed valley gutters will be constructed according to the detail included in these documents as well as conforming to Specification Item No. 314 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. The unit price bid for this item shall be full compensation for all materials (including applicable sub-base), labor, equipment and incidentals necessary to complete the work. DA-69 TRAFFIC BUTTONS The Contractor shall supply all materials and labor necessary to install traffic buttons of the same type as were previously installed at locations designated by the Engineer. The buttons to be supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a Type Ill Epoxy. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work . DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced to match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal {Proctor) will be calculated, if one has not been previously calculated, for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type HD" 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. 11/02/04 ASC-104 PART DA .. ADDITIONAL SPECIAL CONDITIONS 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 UD" asphalt additional cores must be taken to determine the applied thickness. DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX The relocation and reconnection of sprinkler system control valve and box will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. A minimum of twenty-four (24) hours advance notice shalt be given when service interruption will be required. When the relocation is required, separate payment wilt be allowed for the relocation of sprinkler back-flow preventer or control valve and box. Payment for all work and material such as back-fill, fittings, five (5) feet of PVC Schedule 40 and all material tabor, and equipment used by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler back-flow preventer or control valve and box. All other costs will be included in other appropriate bid item(s). DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26. STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26.1. All resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. DA-75 EMERGENCY SITUATION, JOB MOVE-IN The Owner or Engineer shall determine when an emergency situation shall exist. When water emergency work is required, the Contractor shall mobilize to the said location within twenty-four (24) hours after given notification from the Inspector and/or Project Manager. The Contractor shall make all necessary arrangements for bypass pumping, setting up barricades, notifying citizens, etc., while waiting for other utilities to be located as directed by the Engineer. The Contractor shall work continuously until the emergency work order has been completed at a time agreed to by the Project Manager, Inspector, and Contractor. After the emergency work order has been completed, there will be no additional "Job Move-In" charges paid to remobilize back to the previous project location site. DA~76 1 %" & 2" COPPER SERVICES 11/02104 ASC-105 -( - - ( - - - - ( - - ,·· - - - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS The following is an addendum 10 E1-17, Copper Wa1er Service Lines and Copper Alloy Couplings: All fittings used for 1 %" and 2n water services lines shall be compression fittings of the type produced with an internal "gripper ring" as manufactured by the Ford Meter Box Co., Inc., Mueller Company, or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the copper tubing with a· copper tubing cutter tool specifically designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any other type of cutter will not be allowed. Prior to installing the compression fittings, the copper tubing will be made round by the use of a "rounding tube" specifically made for that purpose. Payment for all work and materials associated with 1 Y2" and 2" copper services shall be inclueed in the price of the appropriate bid item. DA-77 SCOPE OF WORK (UTIL. CUT) The work covered by these Specifications consists of the paving repair over utility cuts which have been backfilled previously by the City Water Department, as indicated by the details and possible adjacent areas damaged by blowout, etc. Included in this work will be the removal of the existing material in order to insure a paving section in conformity with existing pavement or the appropriate detail shown in this document as directed by the engineer and all other miscellaneous items of construction to be performed as outlined in the specifications, which are necessary to satisfactorily complete the work. 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. Final payment will be based on actual measured quantities and the unit price bid In this proposal. There will not be a direct payment for saw cutting the existing asphalt or concrete, compacting the existing subgrade or removal of the existing material. These items will be considered as subsidiary to the contract. The contractor will be required to maintain a capping course of hot mix-cold lay asphalt in areas where traffic has whipped out washed rock, until the paving repair can be accomplished. These items will be considered as subsidiary to the contract. The Inspector will pick up the repair tickets by 8:00 a.m. Monday through Thursday. The repair tickets will be issued to the contractor early the next day. Each repair ticket that is issued shall be completed within twenty-one (21) calendar days. The twenty-one (21) calendar days for completion of the job begins the day after the contractor receives the ticket. See special condition TIME ALLOWED FOR UTILITY CUTS. The Contractor shall identify to the Engineer possible locations for settlement of repaired pavement due to backfill of ditch by others. As directed by the Engineer, the Contractor shall remove and replace existing backfill with washed rock. The Water Department will estimate the necessary size of the pavement repair on each ticket. Upon receipt of each ticket the Engineer shall determine, by measurement, the required size of each repair. All repair sizes shall be approved by the Engineer prior to any repair work. 1110w4 ASC-1 06 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT} Contractor covenants and agrees to fully perform or cause to be performed, with good faith and due diligence, and in accordance with standards common to the industry and herein set forth in these Contract Documents which is hereby incorporated and made a part of this contract, pavement repair to be ordered by the City at various times and to be performed at various places by separate repair tickets. The City may designate pavement to be repaired by furnishing to the Contractor a marked drawing, or street addresses contained in a written order or by marking in the filed by paint or other means, or by any or all combinations of said methods of designation. The Contractor agrees that no work will be performed without written authorization from the individual designated in writing by the Director of the Engineering Department. DA-79 CONTRACT TIME (UTIL. CUT} It is understood and agreed that the scope of work contemplated in this contract rs that which is designated by the City as the need arises. It is further agreed that the term of this contract is five (5) months from the date of execution of contract work order and no orders will be accepted by the Contractor after the contract has expired. At the end of contract the Contractor will have twenty-one (21) additional calendar days to complete work already ordered and fifteen additional calendar days to bill said work for a total of thirty-six days after contract termination to complete and bill work authorized pursuant to this contract. DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) The Contractor shall be required to furnish sufficient personnel and equipment capable of completely finishing an average of fifty (50) utility cut tickets with an aggregate average of 750 S.Y. of permanent pavement repair each week. DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) The Contractor shall assist the Engineer in measuring each pavement repair before any work is started. A repair ticket will be issued for each utility cut after measurement and twenty-one (21) calendar days beginning the day after the ticket is issued will be allowed for final completion of each utility cut. See also SCOPE OF WORK. A calendar day is any day of the week or month, Sundays or legal holidays as defined on Page C1-1 (4) Section C1-1.24 Calendar Days of Part C General Conditions. DA-82 LIQUIDATED DAMAGES (UTIL. cun Failure to complete work on time: The Owner and the Contractor agree that it will be most difficult or impossible to ascertain the amount of damages that will be sustained by the Owner if the Contractor fails to complete the work in the allotted time, but they both agree that the Owner would sustain substantial damages in such event. Accordingly, if the Contractor fails to complete the contract in the calendar days specified, a time charge shall be made for each working day thereafter, not as a penalty but as liquidated dama9es. 11102104 ASC-107 - ( - - - - - ( -.. - - - - - - - - - - -·· - - - - PART DA .. ADDITIONAL SPECIAL CONDITIONS The contractor shall pay liquidated damages of twenty-five dollars ($25.00) per day per ticket for each repair cut not completed within twenty-one (21) calendar days and liquidated damages shall end on day that repairs are completed . Should the amount otherwise due the Contractor be less than the amount of such ascertained and liquidated damages, the Contractor and his surety shall be liable to the City of such delivery. DA-83 PAVING REPAIR EDGES (UTIL. CUT) All paving repair edges shall be undamaged neat lines (by sawing or equal) and shall be parallel or perpendicular to the center line of the street. DA-84 TRENCH BACKFILL (UTIL. CUT) The Water Department shall place the pipe embedment and backfill with washed rock per the following specification. Washed Rock: All washed rock used for embedment or as otherwise directed by the engineer shall be washed gravel or washed crushed stone or washed crushed gravel and shall meet the following gradation and abrasion: Sieve Size % Retained 1 0-10 }'2" 40-75 3/8" 55-90 #4" 90-100 #8 95-100 Los Angeles abrasion test: 50% Maximum wear per ASTM . DA-85 CLEAN-UP (UTIL. CUT) Final clean up work shall be done for this project as soon as the paving and curb and gutter has been constructed. Contractor shall remove all excess cold mix, washed rock and debris from the street in the area of the repair. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. Refer also to Page C5-5 (8) Section C5-5.17 Clean-Up of Part C General Conditions. DA·86 PROPERTY ACCESS (UTIL. CUT) Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. DA-87 SUBMISSION OF BIDS (UTIL. CUT) The proposal sections of this special contract document is arranged to allow the Owner to make payment based on size of repair. The Contractor is required to submit a bid an all proposals Unit I, Unit II, Unit Ill and IV. Unit I will generally consist of small patch, less than or equal to 200 square feet. Unit II will generally consist of medium patch, greater than 200 square feet and less 11102104 ASC-108 PART DA -ADDITIONAL SPECIAL CONDITIONS than or equal to 1000 square feet. Unit Ill will generally consist of large patch, greater than 1000 square feet. Unit IV will generally consist of items necessary for each size Utility Cut Repair. ( The total low bidder, Units I, II, Ill and IV is the apparent successful bidder. If Contractor does not ·· bid all four Units of the proposal, the bid will be considered as ''non-responsive" and will be rejected by the Engineering Department. DA-88 STANDARD BASE REPAIR FOR UNIT I {UTIL. CUT) Regardless of the existing pavement type, base repair for Unit I shall be either min . 8" concrete base (see 0-23, 2 :27 Concrete Base) or min. 5" reinforced concrete base (see DA-35, Reinforced Concrete Pavement or Base) as directed by the Engineer. Any deviation from standard repair shall be approved by the Water Department. DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) When concrete base is required for repairs > 200 square feet in area, the base repair shall be either min. 8" concrete base (see D-23, 2:27 concrete base) or as min. 5" reinforced concrete base (see DA-35, Reinforced Concrete Pavement or Base) as directed by the Engineer. Any deviation from standard repair shall be approved by the Water Department. DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) These items will include the furnishing and placing of H.M.A.C. surface course as directed by the Engineer. For Specifications governing Type "D" H.M .A.C. see the 1982 Texas State Department of (. Highways and Public Transportation, Spec. Item No. 340 "Hot Mix Asphaltic Concrete Pavement". ., H.M.A.C. is also covered under Spec. Item No. 312 in the Standard Specifications for Construction, City of Fort Worth. Subsidiary to the H.M.A.C. pavement shall be sawing, removal of asphaltic material, gravel and excavation as shown on the details or as directed by the Engineer. The removed surfacing shall be loaded into trucks upon removal and hauled away from the job site as directed by the Engineer. In no case shall the removed surface be stockpiled on the job site. The following work method will be performed on each utility cut: 1. Place safety signs, barricades and/or other warning devices where necessary and as required. 2. The existing asphalt pavement shall be saw cut into a square or rectangular shape and cut side faces vertically. The sawed asphalt pavement shall be a minimum of 1' outside the utility cut area. 3. Apply liquid asphalt tack to vertical faces and bottom of excavated area in a uniform manner. Do not puddle tack coat on bottom of utility cut area. Do not apply tack coat to washed rock. 4. Place H.M.A.C . surface mix in lifts not to exceed three (3) inches. Last or top lift shall not be less than two (2) inches in thickness. 11/02/04 ASC-109 ( ,,, - - - - - - - - - - PART DA • ADDITIONAL SPECIAL CONDITIONS 5. Each lift shall be thoroughly compacted with a plate compactor or portable vibratory roller. Fifteen to twenty passes will be necessary with a vibratory roller and mix temperature above 250 F (121 C) to ensure a good compaction . Top lift when compacted shall be approximate!y 1/8 inch above surrounding pavement. 6. Apply liquid asphalt around edges of patch along cold joints. 7. Clean up surrounding area. Do not leave excess fill or excavated material on the pavement. 8. Remove safety signs, barricade and/or warning devices after job is complete. Payment shall be made at the unit price per S.Y. as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment tools and incidentals necessary to complete the work. DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) Contractor will be responsible for adjusting water valve boxes, manholes and vaults to match new pavement grade. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. DA-92 MAINTENANCE BOND (UTIL. CUT) A maintenance bond in the amount of one hundred percent (100%) of the contract amount shall be furnished for a period of two years from the date of final acceptance of the work will be required on this project. DA-93 BRICK PAVEMENT (UTIL. CUT) This item shall include: 1. Removal and salvage of existing brick pavers for the purpose of relaying, in such a manner that no damage occurs during handling of the brick. 2. Supply additional brick pavers as necessary that meets size, shape and color of existing brick, as approved by engineer. 3. Mortar bed shall be leveled to the desired elevation, as directed by Engineer and shall not be disturbed in any way. The mortar setting bed shall consist of: a. 1 part Portland cement -ASTM C150, Type 1 b. 1/4 part hydrated lime by volume -ASTM C207, Type 5 c. 3 parts damp sand -ASTM C-144 (for high-bond mortar. gradation in accordance with additive manufacturer's recommendation) d. Add water to obtain stiff mix -water shall be potable quality The dry joint filler shall consist of: a. 1 part Portland cement -ASTM C150, Type 1 b. 6 parts dry sand -ASTM C-144 c. Do not add water 11/02/04 ASC-110 PART DA -ADDITIONAL SPECIAL CONDITIONS High bond mortar mix shall consist of: a . 1 sack Portland cement-ASTM C150, Type 1 b. 50 pounds workability additive -"A" Marble Dust by Armco Steel Corp., Piqua Quarries, or Ute Dolomite Limestone by U.S. Lime Division of Flintkote Corp ., or Micro Fill No./2 by Pure Stone Co., of Marble Falls, Texas. c. 3 1/4 cubic feet of sand -ASTM C-144 d. 4 gallons of high bond additive -Sarabond Liquid Mortar Additive by the Dow Chemical Co. e. Mix with water in accordance with High Bond Additive manufacturer's recommendations Concrete surfaces to receive pavers shall be dry, clean fee of oily or waxy films and firm and level. Pavers with chips, cracks, or voids shall not be used. The setting bed mixture shall be spread and screeded to a true plane and shall be limited to that amount that can be covered with pavers before initial set. DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) Upon the direction of the Engineer, the Contractor shall provide a lime stabilized Subgrade or base in conformance with Specification Items 210 and 212 of the City of Fort Worth's Transportation and Public Works Department's Standard Specifications for Street and Storm Drainage Construction. Unless otherwise directed by the Engineer, lime shall be applied at the minimum rate of four pounds (4#) per square yard per inch depth . . Payment shall be made by the square yard at the unit price bid for the quantity measured in place and shall include all labor, equipment, material, and incidentals necessary to satisfactorily complete the project. No payment shall be made for the hydrated lime as it shall be considered subsidiary to the bid price for lime stabilization . DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) At the direction of the Engineer, the Contractor shall stabilize the subgrade or base material with Portland Cement in conformance with Specification Item 214, Portland Cement Treatment, in the Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas Transportation and Public Works Department. Unless directed otherwise by the Engineer, Cement shall be applied at a minimum rate of five pounds (5#} per square yard per inch of depth. DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) This pay item shall apply to all storm drain structures such as inlets, manholes, headwalls, or other facilities which, in the opinion of the Engineer require repair. The Contractor shall remove and replace the tops of existing drainage structures and a portion of the walls of the structure as directed by the Engineer. The vertical reinforcing steel bars in the walls shall be cleaned of any concrete or dirt and exposed a minimum of twelve (12) inches. New steel shall be used in the reconstruction of the walls and top. No payment shall be made for manhole frames, lids, steps and other miscellaneous items of construction, as they shall be considered subsidiary to the unit price bid for Repair of Storm Drain Structures. Unless directed otherwise by the Engineer, the existing manhole frames, lids, and other miscellaneous items may be reused. 11102104 ASC-111 ( - (. -PART DA -ADDITIONAL SPECIAL CONDITIONS Storm Drain Structure Repair shall be performed in conformance with specification Item 444, "Manholes and Inlets", and Drawing No. S-SD1 through S-SD20 of the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction and shall further apply to all storm drainage facilities of a similar design and construction. Payment for Repair of Storm Drain Structures shall be made by the cubic yard of concrete required to reconstruct the structures as well as all steel, etc. i n conformance with the appropriate -drawings. -DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) In high traffic areas where the utility cut repair must be returned to service sooner than a normal cure time will allow, the Contractor shall use concrete admixtures as outlined in Item 422, "Concrete Admixtures" or ready made mixes such as "Rapid Set" concrete mix or approved equal. Any and all materials used shall conform to the above mentioned Item 422. Payment for quick set concrete shall be made at the unit price bid per CY as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment, tools, and incidentals necessary to complete the work. -DA-98 UTILITY ADJUSTMENT (UTIL. CUT) - - - - This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to utility cut repairs to water, sanitary sewer, and natural gas service lines and appurtenances including irrigation lines (sprinkler systems), etc. where such lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense . The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) All applicable provisions of Standard Specification Item 504 "Concrete Sidewalks and Driveways" shall apply. The Contractor shall construct standard concrete sidewalk and wheelchair ramps as shown in the details or as directed by the Engineer. All concrete flared surfaces (wheelchair ramp wing or curb) shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturer's instructions. 11/02/04 ASC-112 PART DA -ADDITIONAL SPECIAL CONDITIONS Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimensions approved by the Engineer, meeting the aforementioned specification if needed. The sample, upon approval by the Engineer shall be the acceptable standard to be applied for all wheelchair ramp construction. Surface coloring shall be subsidiary to the unit price for this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution. DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) The following criteria will be used to determine the limits of concrete pavement repair for this contract: 1. The minimum size of repair for concrete shall be S'x 5'. 2. Whenever the limits of the repair are 8 feet or less from an adjacent joint of any type , the replacement shall be extended to that joint. 3. Dummy joints shall be sawed across any panel where a construction joint intersects the panel and a joint does not exist. All new joints (construction or dummy) shall be parallel with existing joints. 4. Depending on the -existing longitudinal joint spacing and the limits of the damaged pavement, the contractor may be required to extend the replacement to the halfway point of the panel. The determination shall be made by the inspector on a case by case bas is in order to assure uniform joint spacing . Payment for all concrete pavement repairs shall be made at the unit price bid per square yard as shown in the proposal and shall be full compensation for furnishing all labor, materials, equipment, tools, and incidentals necessary to complete the work. However, payment for sawcutting dummy joints in adjacent panels shall be made under the appropriate bid item. DA-101 CONCRETE CURB AND GUITER (UTIL. CUT) This item shall apply for the placement of concrete curb and gutter on H.M.A.C. paved streets. Specification item no. 502 of the City of Fort Worth Transportation and Public Works - (' ', - - - ( ,, - ..... - Department's Standard Specifications for Street and Storm Drain Construction shall govern this • item. DA-102 PAYMENT (UTIL. CUT) Because of the unique nature of this contract, C8-8.5 PARTIAL ESTIMATES AND RETAINAGE of the General Conditions shall not apply and shall be superseded by the following: (Please initial ' below) 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 time, perfom, 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 11/02104 ASC-113 - - - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS 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 Director, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials under that Work Order have been paid in full. that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the individual payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for anything done or furnished or relating to the 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-103 DEHOLES (MISC. EXT.) 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 on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the dehole process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities resulting from the Contractor's operations, shall be restored at his expense. Payment for work such as backfill and all other associated appurtenants required, shall be included in the price of the appropriate bid item. DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) 11!02!04 ASC-114 PART DA -ADDITIONAL SPECIAL CONDITIONS - The Contractor shall have no more than three (3) locations under construction at any one time, unless approval by the Engineer has been granted in writing. DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) Care shall be taken to keep all water extensions clean and free from foreign objects. Chlorinated lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe laying, water shall be int roduced slowly for sterilization, after which the extension shall be thoroughly flushed with clean water. Risers shall be installed, as directed by the Engineer, for flushing and for providing sample points for bacteria tests. The water main extensions of the project shall be tested under normal line pressure and any leaks observed shall be immediately repaired. DA-106 BID QUANTITIES (MISC. EXT.) Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts wlth 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-107 LIFE OF CONTRACT (MISC. EXT.) It is contemplated that Work Orders will be issued to the Contractor for work to be performed under this Contract for not to exceed 365calendar days following the date of the Contract nor to exceed the limit of the bid price, whichever should occur first. ·The Contractor shall be required to complete any work covered by a Work Order issued prior to that date of termination but will not be required to accept any work order for execution dated after that date of termination. If the cost of the work performed under this Contract is less than the limit of the bid price at the end of the 365 calendar day period, at the City's option and the Contractor's concurrence, the Project may be extended to the limit of the bid price. DA-108 FLOWABLE FILL (MISC. EXT.) 1. Description: The flowable fill material shall be delivered to the site, free flowing and self-leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting. The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu . ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels. The height of free fall of the tlowable fill shall not exceed four (4) feet. 2. Material Specifications: Flowable fill shall consist of: 11/02104 ASC-115 - (' ', - - - ( - - ( ,, - - - - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). b. Aggregates meeting ASTM C-33 c. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm Drain Construction Item 406 d. Flyash, Class C or F, meeting ASTM C-618 e. Admixtures 1. Mineral admixtures will be pozzolanic 2. Chemical admixtures shall be in liquid or powder form used in stan·dard 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~109 BRICK PAVEMENT REPAIR (MISC. REPL.) Contractor shall take all precautions to carefully remove all existing brick pavers. The brick pavers shall be handled with extreme care to avoid chipping and/or breaking of pavers. Until installed, they shall be cleaned and neatly stacked on pallets (not to exceed 3 feet in height). If necessary, alt 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 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-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) 11to2104 ASC-116 PART DA -ADDITIONAL SPECIAL CONDITIONS The Engineer shall detenTiine and designate to the Contractor the location of the seivice 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-111 WORK ORDER COMPLETION TIME (MISC. REPL.) Should the contractor fail to complete an individual work order in the given amount of calendar days as specified on each individual work order, liquidated damage charges as prescribed in Part C -General Conditions C?-7.10 Time of Completion will be subtracted from the final pay estimate of that particular work order. The estimated amount for each particular work order will be used for determining the amount of damages charged per calendar day of time exceeding the specified amount. The first two paragraphs of Part C -General Conditions C7-7 .1 O Time Of Completion shall be replaced with the following: The time of completion of each individual work order in an essential element of this contract. Each work order issued will have the maximum allowed number of calendar days allowed for the completion of that specific work. The number of calendar days specified will be calculated as follows: The total estimated cost for the specific work order divided by 2000 (rounded up) + 10 days = Number of Calendar Days allowed for Construction of Individual Work Order. DA-112 MOVE IN CHARGES {MISC. REPL.) A Work Order may contain one or more locations. One move-in fee will paid to the 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 fees be paid for one specific location . DA-113 PROJECT SIGNS (MISC. REPL.) Project Signs are required at all locations which will be under construction for more than thirty (30) calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with Figure 30 (dated 9-18-96) of 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, 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. 11/02104 . ASC-117 - ( . .. - - - -· ... - - - - - PART DA· ADDITIONAL SPECIAL CONDITIONS DA-114 LIQUIDATED DAMAGES (MISC. REPL.) The Contractor shall pay liquidated damages of one hundred dollars ($100.00) per day per Work Order, for failure to begin a Work Order within the seven (7) working days of the date the Work Order is faxed to the Contractor. Failure to complete project within the stipulated construction time on the Work Order, the Contractor will pay liquidated damages in the amount stipulated in these contract documents. DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) Because of the unique nature of this contract, the number of trench safety system designs required is not known at the time bids are received . While the contractor is still bound by the latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P-Excavations as detailed in D-26 Trench Safety System, it is the City's intention that all costs incurred by the Contractor in acquiring trench safety designs be included in the unit price bid for Job Move in. DA-116 FIELD OFFICE As specified in Part C, General Conditions CS-5.6, the contractor shall provide a field office exclusively for the City of Fort Worth Construction Manager and coordination meetings for the following: A. Temporary fiel.d office shall be established on the job site where approved or directed by the Engineer, adequately furnished. B. Contractor shall provide either a separate building or a partitioned-off space of at least 140 sq ft of floor space with solid lockable door in Contractor's building for the exclusive use of the City of Fort Worth Construction Maf'!.ager throughout the period of construction. The temporary office shall be weathertight, have a tight floor at least 8Min off the ground and shall be insulated and suitably ventilated. The office shall be provided with janitor service, heating and cooling equipment, electrical wiring, outlets and fixtures suitable to light the tables and desk adequately as directed . Provide separate toilet facilities in the field office. C. Provide the following furniture and equipment in the Construction Manager's office: 1. 2. 3 . 4. One plan table, 3-ft by 5-ft and one stool Desk about 3-ft by 5-ft with desk chair Two additional chairs Two-drawer, filing cabinet with lock Field office shall also have available to the Construction Manager the following: 11/02/04 1. 2. 3. 4. One conference table (6-ft). Eight folding chairs . First aid kit suitable for ten people with manual, American White Cross No. K1 O or equal. Duplicating machine, Xerox Model 10251 or equal. ASC-118 PART DA • ADDITIONAL SPECIAL CONDITIONS D Contractor shall furnish temporary light and power, including wiring, lamps and similar equipment as required to adequately light all work areas and with sufficient power capacity to ( meet the reasonable needs of the Construction Manager. Contractor shall make all necessary arrangements with the local electric company for temporary electric service and pay all expenses in connection therewith and pay all electrical btlls. DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item 0-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan. A traffic control plan has been prepared and is included in the project plans. All other requirements of 0-8 shall apply. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The contractor shall coordinate his work with the work of other contractors on remaining units of this project. The contract documents indicate the starting and stopping points for each of the units of the project. The plans indicate ''connecting to an existing pipeline" constructed by others and ending the line with the installation of a plug. If the start of the project cannot be connected to the previous unit, the contractor will begin his hne with a plugged section of pipe. If the pipeline is constructed for the connecting unit the contractor shall connect his line with the adjoining unit in lieu of installation of a plug. Contractor will be paid for "connection" to existing line or installation of blind flanges based on the unit price bid for the water or sewer main . DA-119 CATHODIC PROTECTION SYSTEM Within a week of commencing the installation of the Cathodic protection system, the contractor shall furnish a letter from the Corrosion Protection System Manufacturer certifying, that the Contractor's superintendent on the project has physically demonstrated the understanding to the field installation procedure of the system and that the initial installation has been verifed and found to meet the manufacturer's specifications. Before the Final inspection of the project, the contractor shall have a NACE (National Association of Corrosion Engineers) certified representative of the manufacturer conduct a 'Commissioning Survey'. Based on this survey, a certification from the Manufacturer shall be furnished by the Contractor to the City certifying that the system was found to be installed correctly and operating effectively as per the intent of the specifications. 11102/04 ASC-119 (. - - SECTION E SPECIFICATIONS JANUARY 1, 1978 WATER DEPARTMENT :, ·-·.,·.· All materials, construction methods and procedures used in this project shall conform to Sections El, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional material specification(s), construction(s) or 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 made 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 of 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: El-2.4 Backfill: (Correct minimum compaction requirement to 95% Procter density and correct P .I. values as follows :) c. Additional backfill requirements when approved for use in streets: 1. Type B Backfill ( c) Maximum plastic index (Pl) shall be 8 2 . Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be 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 E2-2.11 Trench Backfill: (Correct minimum compaction requirement wherever it appears, in this section to 95% Procter density except for paragraph a.I. where the 11 95% modified Procter density" shall remain unchanged). El00-4 WATERTIGHT MANHOLE INSERTS . SECTIONElOO-MATERIAL SPECIFICATIONS MATERIAL STANDARD El00-4 JANUARY 1, 1978 (ADDED 5/13/90) E 100-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the. Fort Worth sanitary sewer collection system El00-4.2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion-proof high density polyethe1ene 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 neoprenerubberandmeetthe requirement of ASTM DI 056, or equal. d. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum 1 wide woven polypropalene or nylon webbing, with the ends treated to prevent 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 mflow at a rate no greater than 10 gallons per 24 hours. EI00-4.3 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. ElOO (1) Classification AC Mechanic AC Mechanic Helper Acoustical Ceiling Mechanic Bricklaver/Stone Mason Bricklayer /Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drywall Helper DrywaU Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Layer (Resilient) Acor Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY I I I Hrly Rate . Classification $21.69 Plumber $12 .00 Plumber Helper $15 .24 Remforcmg Steel Setter $19.12 Roofer $10.10 Roofer Helper $16.23 Sheet Metal Worker $11. 91 Sheet Metal Worker Heloer $13.49 Sprinkler System Installer $13.12 Sprinkler System Installer Helper $14.62 Steel Worker Structural $10.91 Concrete Pump Crane, Clamsheel, Backhoe, Derrick, D'Line $13.00 Shovel $9.00 Forklift $20.20 Front End Loader $14.43 Truck Driver $19.86 Welder $12.00 Welder Helper $20.00 $13.00 $18.00 $13.00 $14.78 $11.25 $10.27 $13.18 $16.10 $14.83 $8.00 $18 85 $12.83 $17.25 $12.25 Hrly Rate $20.43 $14.90 $10.00 $14.00 $10.00 $16.96 $12.31 $18.00 $9.00 $17.43 $20.50 $17.76 $12.63 $10.50 $14.91 $16.06 $9.75 HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine Ooerator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweener Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machme Operator Concrete Paving Finishing Machine Operator Concrete Paving Jomt Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Ooerator Electrician Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Dnll Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Ooerator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Oiler Painter Structures Pavement Marking Machine Operator P1pelayer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/famping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mix.er Operator Truck Dnver, Lowboy-Float Truck Driver, Single Axle, Heavv Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill, Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13.99 $12.78 $11.01 $ 8.80 $14.15 $ 9 .88 $13.22 $12.80 $12 85 $13.27 $12 .00 $13.63 $12.50 $13.56 $14.50 $10.61 $14.12 $18.12 $ 8.43 $11.63 $11.83 $13.67 $16.30 $12 .62 $ 9.18 $10.65 $16.97 $11.83 $11.58 $15.20 $14.50 $14.98 $13.17 $10.04 $11.04 $14.86 $16.29 $11.07 $10.92 $11.28 $11.42 $12.32 $12.33 $10.92 $12.60 $12.91 $12.03 $14 ,93 $11.47 $10.91 $11.75 $12.08 $14 00 $13 .57 $10.09 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK .................................................................................................... SP4 2. AWARD OF CONTRACT .......................................................................................... SP4 3. PRECONSTRUCTION CONFERENCE ..................................................................... SP4 4. EXAMINATION OF SITE .......................................................................................... SP-5 5. BID SUBMITTAL ....................................................................................................... SP-5 6. WATER FOR CONSTRUCTION ............................................................................... SP-5 7. SANITARY FACILITIES FOR WORKMERS .............................................................. SP-5 8. PAYMENT ................................................................................................................. SP-5 9. SUBSIDIARY WORK ................................................................................................. SP-5 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ....................................................................................................... SP-6 11. WAGE RATES .......................................................................................................... SP-6 12. EXISTING UTILITIES ................................................................................................ SP-7 13. PARKWAY CONSTRUCTION ................................................................................... SP-7 14. MATERIAL STORAGE .............................................................................................. SP-7 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS ............................................................................................. SP-7 16. INCREASE OR DECREASE IN QUANTITIES ........................................................... SP-8 17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .................................. SP-8 18. EQUAL EMPLOYMENT PROVISIONS ...................................................................... SP-8 19. MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE ........................................................................................... SP-9 20. FINAL CLEAN UP .................................................................................................... SP-10 21 . CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW ........................................................................................... SP-10 22. SUBSTITUTIONS ..................................................................................................... SP-13 23. MECHANICS AND MATERIALSMEN'S LIEN ........................................................... SP-14 24. WORK ORDER DELAY ........................................................................................... SP-14 25. WORKING DAYS .................................................................................................... SP-14 26. RIGHT TO ABANDON ............................................................................................. SP-14 27. CONSTRUCTION SPECIFICATIONS ..................................................................... SP-14 28. MAINTENANCE STATEMENT ................................................................................ SP-14 29. DELAYS ....................................................................................................... SP-14 30. DETOURS AND BARRICADES ............................................................................... SP-15 31. DISPOSAL OF SPOIUFILL MATERIAL .................................................................. SP-15 32. QUALITY CONTROL TESTING .............................................................................. SP-15 33. PROPERTY ACCESS ............................................................................................. SP-16 34. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ...................... SP-16 35 . WATER DEPARTMENT PRE-QUALIFICATIONS ................................................... SP-17 36. RIGHT TO AUDIT .................................................................................................... SP-17 37. CONSTRUCTION STAKES ..................................................................................... SP-17 38 . LOCATION OF NEW WALKS AND DRIVEWAYS ................................................ SP-18 39 . EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. SP-18 40. AIR POLLUTION WATCH DAYS ............................................................................. SP-18 06/20/08 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents ....... , CONSTRUCTION ITEMS: 41. 42. 43. 44. 45. 46. 47. 48. 49. 50. 51. 52. 54. 55. 56. 57. 58. 59. 60. 61. 62. 63. 64. 65. 66. 67. 68. 69. 70. 71. 72. PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- UNCLASSIFIED STREET EXCAVATION ....................................... SP-19 6" REINFORCED CONCRETE PAVEMENT ................................... SP-19 SILICONE JOINT SEALING ........................................................... SP-21 7" CONCRETE CURB .................................................................... SP-25 RETAINING WALL ......................................................................... SP-25 REPLACE EXIST. CURB AND GUTTER. ....................................... SP-25 HMAC TRANSITION ...................................................................... SP-25 6" PIPE SUBDRAIN ........................................................................ SP-25 TRENCH SAFETY .......................................................................... SP-26 8" THICK LIME STABILIZED SUBGRADE AND CEMENT FOR SUBGRADE STABILIZATION ....................................................... SP-26 PAY ITEM -6" HMAC PAVEMENT {THICKNESS TOLERANCES AND HMAC TESTING PROCEDURES) ............................................................. SP-26 PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTTER, SIDEWALKS, LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS) ................................................................................. SP-27 53. PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK. DRIVEWAYS, PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- STEPS, LEADWALKS AND WHEELCHAIR RAMPS ..................... SP-28 REMOVE EXISTING CURB AND GUTTER ................................... SP-28 REMOVE EXISTING CURB INLET ................................................ SP-28 6" REINFORCED CONCRETE DRIVEWAY ................................... SP-28 REMOVE AND CONSTRUCT CONCRETE STEPS ....................... SP-28 4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP .................................................................... SP-29 REMOVE AND REPLACE FENCE ................................................. SP-29 STANDARD 7" CURB AND 18" GUTTER. ...................................... SP-30 REMOVE AND RECONSTRUCT MAILBOXES/MISCELLANEOUSSP-30 BORROW ....................................................................................... SP-30 CEMENT STABILIZATION ............................................................. SP-30 CEMENT ........................................................................................ SP-30 NEW 7" CONCRETE VALLEY GUTTER ........................................ SP-30 STORM DRAIN INLETS ................................................................. SP-31 TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN ...................................................................... SP-31 PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE) ...................... SP-31 PRE BID ITEM-PROJECT DESIGNATION SIGN ................................................... SP-33 PRE BID ITEM -UTILITY ADJUSTMENT ................................................................ SP-34 PRE BID ITEM -TOP SOIL ...................................................................................... SP-34 PRE BID ITEM -.ADJUST WATER VALVE BOX ...................................................... SP-34 06/20/08 SP-2 73. 74. 75. 76. 77. 78. 79. 80. 81. 82. 83. 84. 85. 86. 87. 88. 89. 90. 91. 92. 06/20/08 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents PRE BID ITEM - PRE BID ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM- NON-PAY ITEM- NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM- NON-PAY ITEM- NON-PAY ITEM- NON-PAY ITEM- NON-PAY ITEM- NON-PAY ITEM - NON-PAY ITEM- NON-PAY ITEM - MANHOLE ADJUSTMENT ....................................................... SP-34 ADJUST WATER METER BOX ................................................ SP-36 CLEARING AND GRUBBING ................................................... SP-36 SPRINKLING FOR DUST CONTROL. ...................................... SP-36 PROTECTION OF TREES, PLANTS AND SOILS .................... SP-36 CONCRETE COLORED SURFACE ........................................ SP-36 PROJECT CLEAN-UP .............................................................. SP-37 PROJECT SCHEDULE ............................................................. SP-37 NOTIFICATION OF RESIDENTS ............................................. SP-37 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION ............................................... SP-37 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............ SP-38 WASHED ROCK ...................................................................... SP-38 SAW CUT OF EXISTING CONCRETE ...................................... SP-38 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ............................................................. SP-38 TIE-IN INTO STORM DRAIN STRUCTURE ............................. SP-39 SPRINKLER HEAD ADJUSTMENT .......................................... SP-39 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ... SP-39 TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ........................................................................ SP-40 NON-PAY ITEM -'GREEN' CEMENT POLICY ...................................................... SP-41 PAY ITEM -TRAFFIC CONTROL ............................................................... SP-41 SP-3 FOR: SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS CITY PROJECT NO.: 00107 Unit II 43,550 C.Y. of Unclassified Street Excavation 31,515 S.Y. of Street Pavement 680 L.F. 10'X6' Single Box Culvert Storm Drain Line 355 L.F. 10'X5' Single Box Culvert Storm Drain Line 580 L.F. 9'X5' Single Box Culvert Storm Drain Line 90 L.F. 7'X5' Single Box Culvert Storm Drain Line 610 L.F. 6'X5' Single Box Culvert Storm Drain Line 260 L.F. 4-5'X3' Multiple Box Culvert Storm Drain Line 190 L.F. 2-4'X2' Multiple Box Culvert Storm Drain Line 5,900 L.F. 21 "-54" Reinforced Concrete Pipe Storm Drain Line 1 EA. 26'-8"X13' Junction Box With Manhole Riser 1 EA. 9'-7"X7' Junction Box With Manhole Riser 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following: Edwards Ranch Road Phase II: Unit II Paving and Drainage Improvements and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. The low bidder Unit II will be responsible for completing the rough grading associated with the roadway before the Unit I low bidder begins construction activities. There will be no remobilization paid to Unit I or Unit II contractor for the completion of the roadway grading in advance of the water and sewer construction. The contractors for Unit I and Unit II will be responsible for the coordination necessary to complete the roadway grading In advance of the water and sewer construction. 2. AWARD OF CONTRACT: This document is designed as two separate contract documents and proposals and shall not be construed as being a package. The Proposal Sections are designed as two separate proposals and are arranged to allow the Contractor to submit a bid on each individual proposal. The total low bid of each proposal is the apparent successful bidder. If the Contractor only submits a bid on one proposal and it is the lower proposed price total, the Contractor will be the apparent successful bidder for the this individual proposal. In order to be considered the apparent successful bidder, the Contractor 1s required to submit a bid(including the appropriated M/WBE information). Unit I consists of the water and sewer line improvements. 06/20/08 SP-4 - Unit II consists of paving and drainage improvements . 3. Bidders are hereby informed that the Director of the Engineering Department reserves the right to evaluate and recommend to the City Counc il the best bid that is considered to be in the best interest of the City. 4. PRECONSTRUCTlON CONFERENCE: The successful Contractor, Engineer, and City - City shall meet at the call of the City for a preconstruction conference before any of its work begins on this project. At this time, details of sequencing of the work, contact individuals for each party, request for survey, and pay requests will be covered. Prior to the meeting, the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others . A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction . As used herein, the term "Engineer" shall mean the design engineer who prepared and sealed the plans, specifications and contract documents for this project. 5. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed . Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal . During the construction of this project, it is required that all parkways be excavated and shaped including bar ditches at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Engineer. During construct ion of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 6. BID SU BM ITT AL: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as unon- responsive" and rejecting bids as appropriate and as determined by the Director of the Engineering Department. 7. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense. 8. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equ ipment. 9. PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the Engineer per actual field measurement. 06/20/08 SP-5 10 . SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans, the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item cir work, the cost of which shall be included in the price bid in the Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes . All objectionable matter required to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No. 102 "Clearing and Grubbing" and shall be subsidiary to the other items of the contract. 11 . LEGAL RELA TlONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 12. WAGE RATES: Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wag~. shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation . Arbitration Required 1f Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., 06/20/08 SP-6 Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained . The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section.) 13. EXISTING UTILITIES: The locations and dimensions shown on the plans relative to existing utilities are based on the best information available. It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance. The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities and any losses to the utility City due to disruption of service resulting f ram the Contractor's operations shall be at the Contractor's expense . 14. PARKWAY CONSTRUCTION: During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the roadway is excavated Excess excavation will be disposed of at locations approved by the Director of the Engineering Department. 06/20/08 SP-7 15. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission from the property City. 16. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Engineer to be accurate as to extent, location and depth, they are shown on the plans as the best information available at the time of design, from the Owners of the utilities involved and from evidences found on the ground. 17. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid. No additional compensation shall be paid to Contractor for errors in the quantities . Final payment will be based upon field measurements. The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories. 18. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Engineer and Architect, and their personnel at the project site for Contractor's sole negligence In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. 06/20/08 SP-8 . _, The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 19. EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13-A-21 through 12-A-29) prohibiting discrimination in employments practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided by assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 20. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE: In accordance with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts. The Ordinance is incorporated in these specifications by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within fine (5) city business days after bid opening. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state, or local laws or ordinances relating to false statement. Further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years. The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids. Failure to comply with the City's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid being rendered non-responsive to specifications. Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of 06/20/08 SP-9 the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid. The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non~ responsive. Whenever a change order affects the work of an M/WBE subcontractor or supplier. the M/WBE shall be given an opportunity to perform the work. Whenever a change order exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the contract shall: 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid, and, 2. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City, and, 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers. Justification for change may be granted for the following: a. Failure of Subcontractor to provide evidence of coverage by Worker 's Compensation Insurance. b. Failure of Subcontractor to provide required general liability of other insurance. c. Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan. d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs. 21. FINAL CLEAN·UP: Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed. No more than seven days shall elapse after completion of construction before the roadway and ROW. is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative. This cleanup shall include 06/20/08 SP-10 -- removal of all objectionable rocks , pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. 22. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. DEFINITIONS: b. Certification of coverage ("Certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commiss ion , or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, OR TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project- includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees . This includes, without limitation, independent Contractors, subcontractors, leasing companies, motor carriers, City-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation , providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the Contractor providing services on the project, for the duration of the project. c . The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d . If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e . The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) 06/20/08 a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file cert1f1cates of coverage showing coverage for all persons providing services on the project; and SP-11 (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. g. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (1 O) days after the Contractor knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. h. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. i. The Contractor shall contractually require each person with whom it contracts to provide services on a project. to: 06/20/08 (1) provide coverage, based on proper reporting on classificat1on codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain form each other person with whom it contracts, and provide to the Contractor: (a) (b) a certificate of coverage, prior to the other person beginning work on the project; and a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the proJect; j. k. B. (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) notify the governmental entity in writing by certified 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 (e) contractually require each person with whom it contracts. to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements · will be filed with appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative, criminal, civil penalties or other civil actions. The Contractor's failure to comply with any of these. provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the Worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" 06/20/08 The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identify of their employer or status as an employee." Call the Texas Worker's Compensation Commission at 512-463-3642 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". 23. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that 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 that has been specified. Where the term "or equain, or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal", or "approved equal" is not used 1n the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications. 24. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. 25. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right- of-ways, easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for th is Contract. 26. WORKING DAYS: The Contractor agrees to complete the Contract within the allotted number of working days. 27. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 28 . CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published spec1f1cations, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Engineering, 1000 Throckmorton Street, 2°d Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated 06/20/08 SP-14 in the call-out for the pay item by the Engineer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 29. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 30. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Engineering Department and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 31. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian , traffic within the project area. Contractor shall protect construction as required by Engineer by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans. Construction signing and barricades shall confonn with the latest version of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" 32. DISPOSAL OF SPOIUFILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Engineering 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 Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a pennit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes 06/20/08 SP-15 of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 33. QUALITY CONTROL TESTING: (a) The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of on site material on this proJect will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The ·contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 34. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 35. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 06/20/08 SP-16 C. (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case. (d) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 36. WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 37. RIGHT TO AUDIT: (a} Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 06/20/08 SP-17 38. CONSTRUCTION STAKES: The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If, in the opinion of the Engineer, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as required . An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. 39. LOCATION OF NEW WALKS AND DRIVEWAYS; The Contractor will make every effort to protect existing trees within the parkway, with the approval of the engineer the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees. 39. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable : The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. 2. 06/20/08 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. 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. SP-18 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. 4 . Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the Contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 40 . AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6 :00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a .m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m . if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), d iesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p .m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month . CONSTRUCTION 41 . PAY ITEM-UNCLASSIFIED STREET EXCAVATION: See Standard Specifications Item No. 106, "Unclassified Street Excavation" for specifications governing this item. Removal of existing penetration or asphalt pavement shall be included in this item. Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such . 06/20/08 SP-19 During the construction of this project, it is required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the engineer. The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid for at the unit prices bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measureme,:it costs necessary to verify the actual quantities. 42 . PAY ITEM-6" REINFORCED CONCRETE PAVEMENT: (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement," shall apply. The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work . (b) Contractor shall adhere to current City of Fort Worth policy regarding concrete pavement cracks. (c} All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the Construction Engineer. Screeds will not be allowed except if approved by the Construction Engineer. 06/20/08 SP-20 , ' 43. PAY ITEM-SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING {Revision 1, October 18, 1989) {Revision 2, May 12 , 1994) 1. SCOPE This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2 . (11) "Jo int Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION-CITY OF FORT WORTH, and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS. 2. MATERIALS 2 .1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification . Before the installation of the joirit sealant, the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint sealant meet these requirements. 2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated, documented successful field performance with Portland Cement Concrete pavement silicone Joint sealant systems: Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied . 2.3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland, Ml 48686- 0994, or an approved equal. Self-Leveling Silicone Joint Sealant Test Method AS SUPPLIED Requirement ........ MIL-S-8802 ASTM D 1475 **** **** 06/20/08 Non Volatile Content, % min. Extrusion Rate, grams/minute Specific Gravity Skin-Over Time, minutes max. Cure Time, days SP-21 96 to 99 275 to 550 1.206 to 1.340 60 14 to 21 **** Full Adhesion, days 14 to 21 AS CURED- ASTM D 412, Die Mod . Elongation, % min. 1400 ASTM D 3583 Modulus@ 150% Elongation, psi max. 9 (Sect. 14 Mod.) ASTM C 719 Movement, 10 cycles@ +100/-50% No Failure ASTM D 3583 Adhesion to Concrete, % Elongation min . 600 (Sect. 14 Mod.) ASTM D 3583 Adhesion to Asphalt,% Elongation min . 600 (Sect. 14 Mod .) 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the "Construction Detail" sheet for the various joint details with their respective dimensions . 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail" sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the "dummy'' joints, the initial 1/4 inch width "green" saw-cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7) days. Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned, and the joint sealant installed. During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising. 4 . EQUIPMENT 06/20/08 4.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work . The minimum requirements for construction equipment shall be as follows: 4.2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the Joint sawing to the required dimensions. SP-22 -- 4.3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. · 4.4 Air Compressors: The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 4.6 Injection Tool: This mechanical device shall apply the sealant uniformly into the joint. 4. 7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 4.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements. 5. CONSTRUCTION METHODS 06/20/08 5.1 General: The joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 5 2 Sawing Joints: The joints shall be saw-cut to the width and depth as shown on the "Construction Detail" sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination. When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1, October 18, 1989) After complete drying, the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upon the termination of the sandblasting, the joints shall be blown-out using compressed air. The blow tube shall fit into the joints . The blown joint shall be checked for residual dust or other contamination. If SP-23 \,• any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tae shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition . Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job s ite at the beginning of the final cleaning and sealing of the Joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 6. WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor shall provide the Engine Gi· a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the Engineer. 7. BASIS OF PAYMENT 06/20/08 Payment will be made at the Contract bid item unit price bid per linear foot (LF.) as provided in "MEASUREMENT" for "SILICONE JOINT SEALING", which price of shall be full compensation for furnishing all materials and for all preparation, delivery, and application of those sealing materials and for all labor, equipment , tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications. SP-24 44. PAY ITEM -7" CONCRETE CURB: The Contractor may, at his option, construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as follows: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete. 45. PAY ITEM -RETAINING WALL: This item will consist of placing retaining walls in locations and at heights determined by the engineer in the field. All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows: Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing No. S-M13 "Retaining Wall With Sidewalk" where appli<?ble. All existing brick and/or stone retaining walls not significantly impacted by proposed grade changes will be protected. Replacement of retaining walls not impacted by proposed grade changes will be at the expense of the Contractor. 46. PAY ITEM -REPLACE EXIST. CURB AND GUTIER: This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as determined by the Engineer in the field. The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed. Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for "REPLACE EXIST. CURB AND GUTTER" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 47. PAY ITEM -HMAC TRANSITION: This item will consist of the furnishing and placing at varying thicknesses an HMAC surface in transition areas where indicated on the plans, as specified in these specifications and at other locations as may be directed by the Engineer. This item shall be governed by all applicable provisions of Standard Specifications Item 312. The price bid per ton HMAC Transition as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 48. PAY ITEM - -6" PIPE SUBDRAIN: No specific location for this item is designated on the plans. Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the Engineer. 06/20/08 SP-25 49. PAY ITEM-TRENCH SAFETY: Description: This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. The Contractor shall develop, design and implement the trench excavation safety protection system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration , U.S. Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification. The Contractor shall, in addition, comply with all other applicable Federal, State and local rules, regulations and ordinances. Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit price in the Proposal, which shall be total compensation for furnishing design, materials, tools, labor, equipment and incidentals necessary, including removal of the system. Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe. 50 . PAY ITEM -8" THICK LIME STABILIZED SUBGRADE & CEMENT FOR SUBGRADE STABILIZATION: See Standard Specifications Item No. 210, "Lime Treatment (Material Manipulation)" and Specification Item No. 212, "Hydrated Lime and Lime Slurry" for specifications governing this item. Quantities for this pay item are approximate and are given only to establish a unit price for the work. The price bid per square yard for "8" THICK LIME STABILIZED SUBGRADE" as shown in the Proposal will be full payment for all labor, equipment, tools and incidentals necessary to complete the work. The price bid per ton for "LIME FOR SUBGRADE STABILIZATION" as shown in the Proposal will be full payment for materials necessary to complete the work. 51. PAY ITEM -6" H.M.A.C. PAVEMENT (Thickness Tolerances and HMAC Testing Procedures): The base course shall be a 3" deep Type "B" course placed in one lift. The surface course shall be a 3" deep Type "D" course placed in one lift. All provisions of Standard Specification No. 312.7 'Construction Tolerance' shall apply except as modified herein: 1) After completion of each asphalt paving course, core tests will be made to determine compliance with the contract specifications . The hotMm1x asphaltic concrete pavement will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the Engineer. The thickness of individual cores will be determined by averaging at least three (3) measurements. If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of 06/20/08 SP-26 the pavement in each direction until cores are obtained which are at least of specified thickness . The width of such area shall not be less than ~ of the roadway width. 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness, the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 3) The surface course must be the plan thickness. This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense. 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications. 6) HMAC Testing Procedure: The Contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used . No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the 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 "Bn must be done before Type "D" asphalt is applied. Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied . Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. 52. PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTTER. SIDEWALKS 1 LEADWALKS 1 WHEELCHAIR RAMPS AND DRIVEWAYS): Concrete flatwork is defined as curb, curb and gutter, sidewalks, leadwalks, wheelchair ramps and driveways as shown in the plans. This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item. 06/20/08 SP-27 Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed. No payment will be made for flatwork until the pay item has been completed, which includes backfilling and finished grading. · 53. PAY ITEM -REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS, LEADWALKS AND WHEEL CHAIR RAMPS: This item includes removal of existing concrete sidewalks, driveways, steps, leadwalks and wheelchair ramps at location shown on the plans or as designed by the Engineer. See Item No. 104 "Removing Old Concrete", for Specifications governing this item. 54. PAY ITEM -REMOVE EXISTING CURB AND GUTIER: Where shown on the plans or where designated by the Engineer, existing curb and or gutter and existing laid down curb shall be removed and disposed of in a manner satisfactory to the Engineer. Measurement will be by the linear foot for curb and gutter, laydown curb removed, and for all labor, tools, and incidentals necessary to complete the job. 55. PAY ITEM -REMOVE EXISTING CURB INLET: This item shall include all labor, materials, and equipment necessary to remove and dispose of the existing inlet and removal and connection of the existing RCCP lead pipe inlet as shown on the Plans and as directed by the Engineer. 56. PAY ITEM -6" THICK REINFORCED CONCRETE DRIVEWAY: See Standard Specification Item No. 504, "Concrete Sidewalks and Driveways" for specifications governing this item as well as details S-S5 and S-S5A. The price bid per square foot for "6" THICK REINFORCED CONCRETE DRIVEWAY'' as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 57. PAY ITEM-REMOVE AND CONSTRUCT CONCRETE STEPS: See Standard Specification Item No. 516, "Concrete Steps" for specifications governing this item as well as details SM-3 The price bid per each for "REMOVE CONCRETE STEPS" and "CONSTRUCT CONCRETE STEPS" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the removal and construction of each set of concrete steps. 06/20/08 SP -28 58. PAY ITEM-4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP: All applicable provisions of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer The Contractor shall not remove any regulatory sign, instruction sign, street name and sign or other sign which has been erected by the City. The Contractor shall contact Signs and Marking Division, TPW {Phone 817-392-7738). All concrete flared surfaces shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufacturers instructions. "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." 59. PAY ITEM -REMOVE AND REPLACE FENCE: This item shall include the removal and reconstruction of the existing fence at the locations shown on the plans or where deemed necessary by the Engineer. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence. Their constructed fence shall be equal in every way, or superior, to the fence removed. The Contractor shall be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the fence, and for any damage or injury sustained by persons, livestock or property on account of any act of omission, neglect or misconduct of his agents, employees, or subcontractors. The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work. 60. PAY ITEM -STANDARD 7" CURB AND 18" GUTTER: All provisions of Standard Specification No. 502 'Concrete Curb and Gutter' shall apply except as modified herein. Subsidiary to the unit price bid per linear foot shall be the following: A minimum of 5" or greater as required depth of stabilized subgrade properly compacted under the proposed curb and gutter as shown in the construction details. 06/20/08 SP-29 If the Contractor fails to backfill either in from of the gutter or behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb and gutter shall be reduced by 25% until the backfill operation is complete. Standard Specifications Item No . 502, shall apply except as herein modified . Concrete shall have minimum compressive strength of three thousand (3,000) pounds per square inch in twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) gallons per sack (94 lbs .) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required . 61. PAY ITEM -REMOVE AND RECONSTRUCT MAILBOXES/ MISCELLANEOUS: This item includes the removal and reconstruction of existing mailboxes, brick walls, flowerbed trim and miscellaneous items within the right of way which may be damaged or removed during construction. When possible, the Contractor shall salvage existing materials for reuse in the replacement or repair of damaged or removed items. Items which are to be repaired or reconstructed should look architecturally the same in material and appearance and should be reconstructed or repaired in a better or new condition. All applicable provisions of City of Fort Worth Construction Standards shall apply. 62. PAY ITEM -BORROW: The non-expansive earth fill should consist of soil materials with a liquid limit of 35 or less, a plasticity index between 8 and 20, a minimum of 35 percent passing the No . 200 sieve, a minimum of 85 percent passing the No. 4 sieve, and which are free of organics or other deleterious materials. When compacted to the recommended moisture and density, the material should have a maximum free swell value of 0.5 percent and a maximum hydraulic conductivity (permeability) of 1 E-05 cm/sec, as determined by laboratory testing of remolded specimens of the actual materials proposed for the non-expansive earth fill. 63. PAY ITEM-CEMENT STABILZATJON: All applicable provisions of Item 214 , 'Portland Cement Treatment' shall apply. 64 . PAY ITEM -CEMENT: All applicable provisions of Item 214, 'Portland Cement Treatment' shall apply. 65. PAY ITEM -NEW 7" CONCRETE VALLEY GUTIER: This item shall include the construction of concrete valley gutters at various locations to be determined in field. Removal of existing, asphalt pavement, concrete base. curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subs idiary to this Pay Item. 06/20/08 SP-30 See standard specification Item No. 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No . 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time , and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. 66. PAY ITEM -STORM DRAIN INLETS: An alternat ive method of construction for these items will be "Pre-Cast" manholes and inlets. If the Contractor desires to use this method, he must submit details for the construction to the Transportation and Public Works Department fore review and approval 1f said details are acceptable . The Pre-Cast construction must be equal or superior to the strength requirements for this item as set out in Item 444 , "Manholes and Inlets" and said construction shall be in compliance with all other requirements of Item 444 where applicable. 67. PAY ITEM-TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN: Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area. Payment will be made for the quantity of earth excavated/backfilled. The placing of fill shall be subsidiary to the trench excavation/backfill price. Excess material which is obtained from excavating the trench shall be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications . All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly. Unacceptable material shall be, but not lim ited to: rocks, concrete, asphalt, debris, etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices . 68. PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE): PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations , a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land {Large Construction Activity). The Contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www. tnrcc .state. tx. us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for 06/20/08 SP-31 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, 1f properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the Contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi} form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the Contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the Contractor moving on site and shall include the required $100 application fee. The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the Contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711~3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee . A SWPPP that meets all TCEQ 06/20/08 SP-32 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 and submitted by the Contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES; Submission of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL PROVISION 23 -40 SHALL BE APPLICABLE. 69. PRE BID ITEM-PROJECT DESIGNATION SIGN: The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each proJect under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of%" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as 06/20/08 SP-33 directed by the Engineer and in place at the project site upon commencement of construction. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 70. PRE BID ITEM -UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adJustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service Imes due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. 71. PRE BID ITEM -TOP SOIL: The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed. 72 . PRE BID ITEM-ADJUST WATER VALVE BOX: Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces. The unit price bid will be full payment for materials including all labor, equipment, too'ls and incidentals necessary to complete the work . 73. PRE BID ITEM -MANHOLE ADJUSTMENT: This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the Engineer. Standard Specification Item No. 450 shall apply except as follows: 06/20/08 SP-34 Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions. 06/20/08 SP-35 74. PRE BID ITEM -ADJUST WATER METER BOX : This item shall include raising or lowering an existing meter box to the parkway grade specified. No payment will be made for existing boxes, which are within 0.1' of specified parkway grade. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 75. NON-PAY ITEM -CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 76. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. 77. NON-PAY ITEM -PROTECTION OF TREES. PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the Contractor must obtain a permit from the City Forester before any work {trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 78. NON-PAY ITEM-CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturers instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches d1mens1on, or other dimension approved by the Engineer, meeting the aforementioned specifications. The sample, upon approval of the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. 06/20/08 SP-36 The method of application shall be by screen, sifter, sieve, or other means 1n order to provide for a uniform color distribution. 79. NON-PAY ITEM -PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items . Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the roadway and right--of-way is cleaned up to the satisfaction of the Engineer. 80. NON-PAY ITEM -PROJECT SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction, including project clean up, and allow the Contractor to complete the work in the allotted time. Contractor will not move on to the jobsite nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 81 . NON-PAY ITEM -NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from residents due to the dust generated when saw-cutting joints in concrete pavement, the Contractor shall notify residents, in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. 82 . NON-PAY ITEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall, on a block by 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 06/20/08 SP-37 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 beg in construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office at 817- 392-8306. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 83 . NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING: After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The Contractor, inspector, and project manager shall meet with all affected residents and 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. 84. NON-PAY ITEM-WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the Engineer shall washed, crushed stone and shall meet the following gradation and abrasion: (Actual washing not required if gradation is met) Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M. Designation C-131. 85. NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE: When existing concrete or H.M.A.C. 1s cut, such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses. All sawing shall be subsidiary to the unit cost of the respective item. 86. NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES : The Contractor shall be respons ible for locating and marking all previously exposed manholes and water valves in each street of th is contract before the recycling process commences for a particular street. 06/20/08 SP-38 The Contractor shall attempt to include the construction engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum to two (2) working days before recycling begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the recycling is completed (within the same day) the Contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the Contractor shall notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company AT&T TXU ATMOS Energy Dig TESS Telephone Number 817-338-627 5 1-800-233-2133 817-215-0366 880-344-8377 Of course, under the terms of this contract, the Contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the recycling operation by the Construction Engineer. The Contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 87. NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines. 88. NON PAY ITEM-SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under utility adjustment in the proposal section. No other compensation will be provided. 89. NON PAY ITEM~ FEE FOR STREET USE PERMITS AND RE-INSPECTIONS: A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: The street permit fee is $50.00 per permit with payment due at the time of permit application. A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. 06/20/08 SP-39 Payment by the Contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. 90 . NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): A. DESCRIPTION: This item shall consist of temporary soil erosion sed iment 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 measure unless otherwise directed by the engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations . The temporary measures shall include dikes, dames, berms , sediment basins, f iber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners , rubble liners, baled-hay retards , dikes, slope drains and other devices . B. CONSTRUCTION REQUIRMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface are of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water course, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams. sediment basins, slope drains and use of temporary mulches. mats , seeding or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capab ility and progress in keeping the finish grad ing, mulching, seed ing, 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. 06/20/08 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 2. Frequent fordings of live streams will not be permitted; therefore , temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 3. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream . SP-40 4. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not part of the finished work. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. E. SUBMITTAL: Prior to the start of the applicable construction, the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum. He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the Engineer. F. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. 91. GREEN CEMENT POLICY: As per Fort Worth City Council Resolution 3536, the City Manager is authorized to specify the purchase of dry kiln cement as the base bid in City of Fort Worth bid projects, with an alternative bid for the purchase of cement from an unspecified source and preferential purchasing for bids from a cement kiln with emissions not exceeding 1.7 pounds of NOx per ton of clinker produced. In cases where cement meeting the above requirements is not available, and where cement from a non-compliant source must be utilized, the Contractor shall furnish good faith effort documentation in the form of letters from two North Texas cement suppliers 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. All related costs for complying with the Green Cement Policy shall be considered subsidiary to the applicable project pay items. The contractor shall submit the Green Cement Policy Compliance Statement or the good faith effort documentation at the time the of bid opening of the project. A copy of the Compliance Statement is attached at the end of this section Failure to comply with the Green Cement Policy may result in rejection of the bid as non-responsive. 92. TRAFFIC CONTROL : The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. 06/20/08 SP-41 Unless otherwise included as part of the Construction documents, the Contractor shall submit a traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P.E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference . The P .E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website. Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed' issued the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign , which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work 1s completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The lump sum pay item for traffic control shall cover design, and / or installation and maintenance of the traffic control plans. 06/20/08 SP-42 (To be printed on Contractor's Letterhead) Date: ____ _ DOE No: PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: -- LIMITS OF CONST.: ------------- Estimated Duration of Construction on your Street : _ days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL< REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF TIDS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <rELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. 06/20/08 SP-43 Classification AC Mechanic AC Mechanic Helper Acoustical Celling Mec hanic Bncklayer/Stone Mason Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drywall Helpe r Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Layer (Resilient) Floor Layer Helper Glazier Gla21er Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Pa inter Helper Pipefitter Pioefitter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Hrly Rate Classification $21 .69 Plumber $12.00 Plumber Helper $15.24 Re in forcing Steel Setter $19 .12 Roofe r $10.10 Roo fer Helper $16 .23 Sheet Metal Worker $11. 91 Sheet Metal Worker Helper $13.49 Spr1nkler System Installer $13 .12 Spnnkler System Installer Helper $14 .62 Steel Worker Structural $10.91 Concrete Pump Crane, Clamsheel, Backhoe, Derrick, D'Une $13.00 Shovel $9.00 Forklift $20 .20 Front End Loader $14.43 Truck Dnver $19.86 Welder $12.00 Welder Helper $20.00 $13.00 $18.00 $13.00 $14.78 $11 .25 $10.27 $13.18 $16 .10 $14.83 $8.00 $18.85 $12.83 $17.25 $12.25 I Hrly Rate $20.43 $14.90 $10.00 $14.00 $10.00 $16 .96 $12.31 $18 .00 $9.00 $17.43 $20.50 $17.76 $12.63 $10.50 $14. 91 $16 .06 $9 .75 HEAVY & filGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Pavmg Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Pavmg Curbing Machine Operator Concrete Pavmg Finishing Machme Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Pavmg Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator Electrician Fla1rn:er Form Builder/Setter, Structures Form Setter, Paving & Curb Fom1dation Drill Operator, Crawler Mounted Fom1dation Dnll Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machme Ooerator, Fme Grade Mixer Operator Motor Grader Operator, Fme Grade Motor Grader Ooerator, Rough Oiler Pamter, Structures Pavement Marking Machine Operator Pipelayer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Ooerator, Steel Wheel, Flat Wheel/famping Roller Ooerator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Op erator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Float Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi-Trader Truck Driver, Transit-Mix Wagon Drill, Bormg Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13.99 $12.78 $11.01 $ 8.80 $14.15 $ 9 .88 $13.22 $12.80 $12.85 $13 .27 $12.00 $13.63 $12.50 $13.56 $14.50 $10.61 $14.12 $18.12 $ 8.43 $11.63 $11.83 $13 .67 $16 .30 $12 .62 $ 9.18 $10.65 $16 97 $11.83 $11.58 $15.20 $14.50 $14.98 $13.17 $10 .04 $11.04 $14.86 $16.29 $11.07 $10.92 $11.28 $11.42 $12 .32 $12.33 $10 .92 $12 60 $12 .91 $12 .03 $14.93 $11.47 $10.91 $11.75 $12.08 $14.00 $13.57 $10.09 UNIT I CONTRACT INSTRUMENTS WATERANDSEWERIMPROVEMENTS FOR EDWARDS RANCH ROAD PHASE II CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: 5/15/2009 NAME OF PROJECT: Pavement and Drainage Construction on Edwards Ranch Road, Phase II PROJECT NUMBER: C221-303230010788/P265-603170010787 /P275-703170010787 IS TO CERTIFY THAT: L.H. Lacy Companv, Ltd. 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 ofthe standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Worker's Compensation 61WEQT1322 02/01/2009 Comprehensive General 61CQT1323 02/01/2009 Liability Insurance (Public Liability) Blasting Collapse of Building or structures adjacent to excavations Damage to Underground Utilities Builder's Risk Comprehensive 61UENQT1324 02/01/2009 Automobile Liability Contr.actual Liability Other Locations covered : Edwards Ranch Road Phase II. Fort Worth. TX Description of operations covered: Pavement & Drainage Construction Expires 02/01/2010 02/01/20IO 02/01/2010 Limits of Liability $1,000,000 Bodily Injury: Ea. Occurrence: $1,000.000 Property Damage: Ea. Occurrence: $50.000 Ea. Occurrence: $ Ea. Occurrence: $ --- ' Ea. Occurrence: $ Bodily Injury: Ea. Person : $1,000,000 Ea. Occurrence: $1,000.000 Property Damage: Ea, Occurrence: $1,000.000 Bodily Injury: Ea. OcctµTe()ce: $ Property Damage: Ea. Occurrence: $ The above· policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. Agency: Bowen. Miclette & Britt Insurance Agency, LLC Fort Worth Agent CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C .A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No .5994 and City of Fort Worth Project No. C221- 303230010788/P265-603170010787/P275-703170010787. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR L.H. Lacy Company, Ltd. Name :-J..:.::X...,=Z-::;.:.L.--=:-.::..J.:.........r..~=.Lc...,_ Title: t?a~tt)~T Date : ¥1. t / 05 udore me , th f:l : undersigned authority, on this day personally appeared £.[{\~own to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of L.H. Lacy Company, Ltd. for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this JI ~ day of ~· 20 ll 4 . .. -. , -.. - ·-.;;-~::-:._~----<. -. ......... _ -_. "-----.......... __ ........ Bond No. 1041071 THE ST ATE OF TEXAS COUNTY OFT ARRANT PERFORMANCE BOND § KNOW ALL BY THESE PRESENTS : § That we (1) L.B. Lacy Company, Ltd. as Principal herein, and (2) Arch Insurance Company, a corporation organized under the laws of the State of (3) Missouri , and who is authorized to issue surety bond s in the State of Texas , Surety herein , are held and firmly bound unto the City of Fort Worth , a municipal corporation located in Tarrant and Denton Counties , Texas , Obligee herein, in the sum of: Three Million Nine Hundred Thirty-one Thousand Seven Hundred Sixty-nine and 09/100 ................................................................................................................................. . ($3,931,769.09) Dollars 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 contract with the Obligee dated the 12th of Mav, 2009 a copy of which is attached hereto and made a part hereof, for the construction of: Pavement and Drainage Construction on Edwards Ranch Road, Phase II NOW THEREFORE , the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans , specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then thi s 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. SIGNED and SEALED this 12 1h of May, 2009. ATTEST: (Principal) Secretary (SEAL) ATTEST: (SEAL) 1111 N. Loop W., #400, Houston, Tx 77008 (Address) L.H. Lacy Company, Ltd. PRINCi 4) BY ~ Title: J,; 1880 Crown Rd. Dallas TX 75234 (Address) Arch Insurance Company Surety ) Vickie Byus One Liberty Plaza, 53 loor, New York, NY 10006 (Address) (212) 651-6500 NOTE: Date of Bond mu st not be prior to date of Contract (1) Correct Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of s urety mu st be stated. In addition, an original copy of Po we r of Attorney shall be attached to Bond by Attorney-in-Fact. The date of bond shall not be prior to date of Contract. -~, - Bond No. 1041071 THE STATE OF TEXAS COUNTY OF TARRANT § § § PAYMENT BOND KNOW ALL BY THESE PRESENTS: That we , (1) L.H. Lacy Company, Ltd., as Principal herein, and (2) Arch Insurance Company , a corporation organized and existing under the laws of the State of(3) Missouri , as suret y, 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 Three Million Nine Hundred Thirty-one Thousand Seven Hundred Sixty-nine and 09/100 ................................... Dollars ($3,931,769.09) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors , administrators, successors and assigns, jointly and severa ll y, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 12th day of May, 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: Pavement and Drainage Construction on Edwards Ranch Road, Phase II NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every c laimant (as defined in Chapter 2253 , Texas Government Code, as amended) supp lyi ng labor or materials in the prosecution of the work under the contract, then this obligation sha ll 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 exec uted this instrument. SIGNED and SEALED this 12th day of, Mav, 2009. ATTEST: NOTE: ( 1) (2) (3) L.H. Lacy Company, Ltd. PRIN ??~ By: ~11{ Name: fk;.;ttc.o ~-f/q/Jlfw@ Title: f £411:lt:!!(A:>-r Address: 1880 Crown Rd. Dallas, TX 75234 Arch Insurance Company Name: Vickie B s Attorney in Fact Address: One Liberty Plaza, 53rd Floor _ - New York, NY 10006 Telephone Number: (212) 651-6500 Correct name of Principal (Contractor). Correct name of Surety. 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. Bond No. 1041071 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OFT ARRANT § That L.H. Lacy Company, Ltd. ("Contractor"), as principal, and Arch Insurance Company , a corporation organized under the laws of the State of Missouri , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of Three Million Nine Hundred Thirty-one Thousand Seven Hundred Sixty-nine and 09/100 ........................................................................................................................... Dollars ($3,931 1769.09), lawful money of the United States , for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs , executors, administrators , assigns and successors, jointly and severally. This obligation is conditioned , however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 12th of May, 2009 , a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Pavement and Drainage Construction on Edwards Ranch Road, Phase II the same being referred to herein and in said contract as the Work and being designated as project number(s) C221-303230010788/P265-603170010787/P275-703170010787 and said contract , including all of the specifications, conditions, addenda , change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work 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, WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided . NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect , and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in ~ counterparts , each of which shall be deemed an original , this 12th day of May, A.D.2009. ATTEST: (SE AL) Sec~~ ATTEST: (SEAL) - L.H. Lacy Company, Ltd. Contractor ~ By ~)AvJ _ - Name~'"tt,.O~·Jefµ/1. ~ Title : ~t,:;;(:pl..)r Arch Insurance Company Surety One Liberty Plaza, 53rd Floor. NY. NY 10006 (212) 651-6500 Address POWER OF ATTORNEY Know All Men Sy These Presents: That the Arch Insurance Company, a corporation organized and existing under lhe laws of the State of Missouri, having its principal office in Kansas City, M~souri (hereinafter referred to as the "Company") does hereby appoint Kristi Lovett. Vickie Byus, David G. Miclette, Barry K. McCord, Edward G. Britt, Jr., Samuel F. Bowen, Robert C . Davis, Ashley Britt Russell, David T. Miclette , and Laura Lively of Houston, TX (EACH) its true and lawful Attorfrey{s ,-in-Fi:ld, to make, execute; seal. and deliver from the date of lssuance of this power for and on its behalf as surety, and as its act and deed: Any and all bOnds and LlridertakinQS EXCEPTION: . NO AlJtHORITY is granted to make, execute, $eal G!nd· ctelivet bonds or undert~ings that guarantee the payment or <:0lledion of any promissory note, check, draft or ietter of credit · Thi$ authority does not permit the same obligation to be split into two or more bonds In order to bring eac.h ~uch bond within the dollar limit of authority as set forth herein. The ·Company may r.avoke this appointment at anytime. The execution Of Stich bonds and undertakings in pursuance of these presents : SO~I be 85 binding UJlOO the said Company as fully and amply to all intents and purposes, as if the same had ~ duty ~~Cllt~d ano aekliowledge:d by Its regularly elected officers et lis principal office ir\ Kansas City, MtsSoun. · : , . ; · · , This Power ofAttomey is executed by authority of resolutions adopt~ by Unanimous consent of tfle.. Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to ·by the undersigned Secretary as being in full force and effect "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize thetn to execute on behalf of the Company •. and attach the seal of the Company thereto, bonds and undertakings,, recognizances, i;ontraat$ of ind(JrnPiW and -Oth~r wr:lti119s. opljga.tory iO the natu~ thereof, and . any $Uc::h officers of' th~ Cotrtpany may appoint age ms for ac.ceptance .of process~ n ., Tills Power of Attorney is signe~. sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the C-ompany on March 3, 2003: VOTl:D~ ~• th& s1gnature of ttie Chairman of the Board, the President, or atiy Vice President, or their appointees designated in writing and filed ·with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications oy the Secretary, may be affDCed by facsimile on. any power qf attorney or bond execut(td pursuant to tbe resQlution acfopted by the Board of Directors on March 3, 2003, and any such pQWer so executed, sealed and certified Wittl respect to any. bond or undertaking to whieh it is attaehed. shall continue to , be valtl!I and binding upon the Company; OOMLOO 13 00 03 03 Page 1 of 2 Printed in U.S.A. . - In TeStimooy Wherapf. the Company has au..ised this instrument lo be signe'CI and its corporate seal to be affl?(ed by their authorized officers, this 9th · day of March , 20~. Attested and Certified STATE OF PENNS¥WAN.1A SS COUNTY OF PHfLAOELPHIA $.S Arch Insurance Company l Brian C. Kuhn ; a Notary Public; do het-eby certify that Mactm J . NIisen and J. Michael Pete p~ally known to::me to be the same persons whose names are ~vely as Secr.etary and Vice Pres.ident of the Arch Insurance Company, a Corporatidn orgaruz~ anti ~fiQg uog(*' ijl~. l~ws (>f the State of Missouri, subsqibed to tl;l:e' foregoing inslroment. appeared before me this day Iii persqn an·d sever.3lly acknoWtedg¢d that they being thereurrtQ duly authoriZed signe-Q, sealed with the eor'pQrate seal and :deHvet.M lh.e said .instrument as ·t11e free and voluntary ~-of said . ~on and as their own free and voluntary aofs-for the uses and purposes ther.ein set forth. =-~=-~ CERTIFICATION cx».UJNWEAI.111 OP PBNNSYLVANIA NOTARIAL SEAL BrianC. Kulm. Notary Poblic City of Philadelplia., Philldeljlhia County My CllllllUl$ioll miircs Ou:embcr 06, 2011 . Brian C. Kuhn , Notary Pul>lic ---===- My commission expires 12-06,,2011 f, Martin J . Nilsen, Secretary of the Arch lnsuranc.e Company; do tiereby certify that the attached PowSf'.' of Attorney dated March 9 2009 on behalf of the person(s) as listed above is a true and correct copy and that the same has been . in full force and effect since the date thereof and is in full force and effeot on the date of th.is certificate; and l do further certify that the said J. Michael Pete, Who executed the Power Of AttOlllSy as Vice President, was on the date,o.f execution of the attached Power of Attorney the duly elected Vice President of the Arch Insurance Company. IN TESTIMONY WH~F, I ht:we: '!'.:ntc;, subser.~. mY.: 3m~f and affixed the c;:o CompanyQnthis I~ ~yQf Mai I · ,20 0 . .·· ·. t.v.UA.2.2'1u This Power of Attorney limit$. the :acts Qf fhose named' 'therein to the bonds and undertakings specifically named therein and they have no authority to bind the Co!rlpany.except:inthe manner and to0 fhe extent herein stated. .PLEASE SEND ALL CLAIM INQUfRIES ,~LATING TOTHIS BOND TO THE FOLLOWING ADDRESS: Arch Surety 3 .Parkway, Ste. 1500 .Phiiadelphia, PA 1s102 OOML0013 00 03 03 Page ·2 of 2 Printed in U.S.A. ~A ,-(' ARCH Insurance Company TEXAS CONSUMER NOTICE IMPORTANT NOTICE To obtain information or make a complaint: ARCH Surety You may contact your agent at the telephone number provided on the Declarations page of your policy. You may contact Mike Pete, Surety, Arch Insurance Company, at the toll-free telephone number or address provided below: Arch Insurance Company Attention: Mike Pete 3 Parkway Suite 1500 Philadelphia PA 19102 1-866-4 72-8845 You may contact the Texas Department of Insurance to obtain information on companies' coverages , rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance : PREMIUM OR CLAIM DISPUTES: P.O, Box 149091 Austin, TX. 78714-9091 FAX# (512) 475-1771 Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance .. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. (Ed. 6/06) Printed in U.S.A. CITY OF FORT WORTH, TEXAS . CONTRACT THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT This Contract made and entered into this the 12th day of May A.D., 2009, by and between the CITY OF FORT WORTH, a home-rule municipal corporation situated in Tarrant County, Denton, Parker, and Wise Counties, Texas, by an through its duly authorized Assistant City Manager, ("Owner"), and L.B. Lacy Company, Ltd., ("Contractor"). Owner and Contractor may be referred to herein individually as a "Party" or collectively as the "Parties." WTINESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Pavement and Drainage Construction on Edwards Ranch Road, Phase II 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth , which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 210 calendar days. If the Contractor should fail to complete the work as set forth in the Plans and Sti:u..cJ,I~J.WllS..ai;iQ..&..~m'a, Documents within the time so stipulated, plus any additional time allowed a Conditions, th ere shall be deducted from any monies due or which may there ' CITY SECRETARY FT. WORTH, TX sum of $630 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence . In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor 's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate , refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees , upon the execution of this Contract, 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. All bonds furnish hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended . A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the Owner. OFFICIAL RECORD CITY SECRETARY .WOR r Tl B. If the contract amount is in excess of $2?,000, a Payment Bond shall be executed, in the amount of the Contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the Contract amount is in excess of $100 ,000 , a Performance Bond shall be executed, in the amount of the Contract conditioned on the faithful performance of the work in accordance with the Plans, Specifications, and Contract Documents. Said bond shall solely be for the protection of the Owner. D. A Two-year Maintenance Bond in the Name of the Owner is required for all projects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents. 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be Three Million Nine Hundred Thirty-one Thousand Seven Hundred Sixty-nine and 09/100 ..................................................................................................................... Dollars, ($3,931,769.09). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~ counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached . The Contractor has executed this instrument through its duly authorized officers in ~ counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the 12th day of May, A.D., 2009. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX AP;~c:;v DIRECTOR, WATER DEPARTMENT ATTEST: L.B. Lacy Company, Ltd. 1880 Crown Rd. Dallas, TX 750.4 CONTRACTOR BY:~~~44£~1 Pllel1P~r TITLE CITY OF FORT WORTH FERNANDO COSTA , ASST CITY MANAGER CITY SECRET ARY (SE AL) Contract Author· . ~\ 1zat1on -l+::\ 09) Date APPROVED AS TO FORM AND I f,~o ~4(;~1o1 &. , DA<&-111, -& . 1G z '34-LEGALITY: • ADDRESS November 1960 Revised May 1986 Revised September 1992 OFFICIAL RECORD crrv SECRETARY FT. WORTH, TX APPENDIXA EDWARDS RANCH ROAD PHASE II GEOTECHNICAL ENGINEERING REPORT EDWARDS RANCH ROAD AND CLEARFORK MAIN STREET SOUTH OF SOUTHWEST PARKWAY 121 FORT WORTH, TEXAS TERRA CON PROJECT NO. 94075310 October 29, 2008 Prepared for: Jacobs Carter & Burgess, Inc. Fort Worth, Texas . Prepared by: Terracon Consultants, Inc, Dallas, Texas October 29, 2008 Jacobs Carter & Burgess, Inc. 777 Main Street Fort Worth, Texas 76102 Attn : Mr. Ray Ahrns RE: Geotechnical Engineering Report Edwards Ranch Road and Clearfork Main Street South of Southwest Parkway 121 Fort Worth, Texas Terracon Project No. 94075310 Gentlemen: lrerracan Consultlng Engineers & Scientists Terracon Consultants, Inc . 8901 Carpenlar Freeway, Suite 100 Dallas, Texas 75247 Phone 214.630.1010 Fax 214.630.7070 www.terracon .com In accordance with your authorization, Terracon has completed its geotechnical engineering report at the referenced site. The work was accomplished in accordance with the general scope outlined in Terracon's Proposal No. P08940426 dated February 29, 2008. The results are presented in the attached report. Please do not hesitate to contact us if there are any questions. We stand ready to assist during the design and construction phases of the project. We appreciate the opportunity to provide these services. Sincerely, Terracon Consultants, Inc. Danfel L. Franklin, Jr., P.E. Senior Geotechnical Engineer Denvering Success for Clients and Employees Slnca 1965 More Than 95 Offices Nationwide lrerraccn TABLE OF CONTENTS Page INTRODUCTION .........................................................................•.............................................. 1 PROJECT DESCRIPTION ........................................................................................................... 1 SITE EXPLORATION PROCEDURES .•.................................................................•...........•....... 1 Field Exploration ............................................................................................................. 1 Laboratory Testing .......................................................................................................... 2 SUBSURFACE CONDITIONS .......................................................................................•............ 3 Soil Conditions ................................................................................................................ 3 Groundwater Conditions .................................................................................................. 4 ENGINEERJNG RECOMMENDATJONS ..................................................................................... 4 General Site Grading ...................................................................................................... 4 Lime/Sulfate Induced Heave ........................................................................................... 5 Pavement Subgrade Preparation .................................................................................... 5 Pavement Sections ......................................................................................................... 5 GENERAL ~OMMENTS ................................................................................................................ 7 APPENDIX Figures Boring Location Diagram ................................................................................................. 1 Boring Logs ............................................................................................................... 2 - 9 General Notes ............................................................................................................... 1 O Unified Soil Classification System ................................................................................. 11 GEOTECHNICAL ENGINEERING .REPORT EDWARDS RANCH ROAD AND CLEARFORK MAIN STREET SOUTH OF SOUTHWEST PARKWAY 121 FORT WORTH, TEXAS TERRACON PROJECT NO. 94075310 October 29, 2008 INTRODUCTION llerracan The project site Is located in Fort Worth ; Texas. This report describes the subsurface conditions encountered in the borings, and provides pavement recommendations to meet the City of Fort Worth design standards. Our scope of services included drilling and sampling eight borings, laboratory testing, and engineering analyses. · PROJECT DESCRIPTION The planned roadway consists of a section of Edwards Ranch Road south of Southwest Parkway 121 and a section of Clearfork Main Street to the intersection before the bridg~ at the Trinity River in Fort Worth, Texas. The section of Edwards Ranch Road will be about 1,600 feet long . Cuts and fills for this section are anticipated to be up to 7 and 2 feet, respectively. The Clearfork section will be about 2,300 feet. Cuts and fills for this section are anticipated to be up to 3 feet. No retaining walls are planned for the roadway. These roadways will be considered Collector streets by the City of Fort Worth, and will be designed by Fort Worth Standards . SITE EXPLORATION PROCEDURES Field Exploration Eight borings were drilled on September 26, 2008 at the locations shown on the Boring Location Diagram, Figure 1, in the Appendix. The test locations were established in the field by a representative of Terracon using measurements from available reference features and estimating right angles . The boring locations should be considered accurate only to the degree implied by the methods employed to determine them. Truck-mounted drilling equif?ment was used to advance the borings. Samples of the soils encountered In the borings were obtained using thin-walled tube and split-barrel sampling procedures. In the thin-walled tube sampling procedure , a thin-walled, seamless steel tube with a sharp cutting edge is pushed hydraulically into the soil to obtain a relatively undisturbed sample. 1 ~eotechnical Engineering Report Edwards Ranch Road and Clearfork Main Street Fort Worth, Texas Terracon Report No. 94075310 October 29, 2008 Verraccn In the split-barrel sampling procedure, a standard 2-inch O.D. split barrel sampling spoon is driven into the ground with a 140-pound hammer falling a distance of 30 inches. The number of blows required to advance the sampling spoon the last 12 Inches of a normal 18-inch penetration is recorded as the standard penetration resistance value. These values are indicated on the boring logs at the depths of occurrence. The samples were extruded in the field, logged, sealed, and packaged to preserve their moisture content and reduce disturbance during transportation to the laboratory. The results of the field exploration program are presented on the Logs of Boring. Figures 2 through 9, in the Appendix. General notes for log terms and symbols are presented on Figure 10. Laboratory Testing The boring logs and samples were reviewed by a geotechnical engineer who selected soil samples for testing. Tests were performed by technicians working under the direction of the engineer. A brief description of the tests performed follows. Liquid limit, plastic limit, percent passing no. 200 sieve tests and moisture content measurements were performed to aid in classifying the soils In accordance with the Unified Soil Classification System (USCS). Toe uses is summarized on Figure 11. Hand penetrometer tests were performed on samples of the cohesive soils to evaluate the consistency of these materials. Absorption swell tests were performed on selected samples to evaluate volume change potential at in situ moisture contents. Results of the swell tests are presented in Table 1 below. The results of the other tests are presented on the Logs of Boring. Lime/pH series tests were performed on samples of the soils to determine the appropriate amount of lime treatment required for the subgrade soils. The results of lime/pH series tests are included on Figure 12. Standard Proctor moisture/density relationships were determined on bulk soil samples. These relationships were used to prepare California Bearing Ratio (CBR) Tests to evaluate the subgrade support of the soils. The results of the tests are presented on Figures 13 through 15. Soluble sulfate tests were performed on selected soil samples. The results of the soluble sulfate tests are presented in Table 2. 2 GeotechnicaJ Engineering Report Edwards Ranch Road-and Clearfork Main Street Fort Worth, Texas Terracon Report No. 94075310 October 29, 2(»08 TABLE 1 -SUMMARY OF SWELL TESTS Boring Depth Liquid Plasti~ity Surcharge Initial Moisture No. (feet) Lfmit (%} Index (psf) (%) B-1 2-4 54 33 250 17.4 B-7 6-8 43 28 750 15.8 Final Moisture (%) 24.6 18.2 TABLE 2 -SUMMARY OF SOLUBLE SULFATE TESTS- Boring No. B-1 B-4 B-6 B-8 SUBSURFACE CONDITl<;)NS Soil Conditions Depth (feet) 0-2 0-2 0-2 3.5-5 Soluble Sulfate (ppm) 537 < 100 518 < 100 Terraccn Swell (%) 6.9 1.5 The conditions encountered at the boring locations are depicted on the Logs of Boring. Descriptions of each layer with its approximate depth and thickness are shown on the boring logs. The layer depths are referenced from the surface present at the time of drilling. Layer boundaries on the boring logs represent the approximate location of changes in soil types; in- situ, the transition between materials may be gradual. A brief discussion of the stratigrap~y indicated by the exploration program is presented below. Fill materials consisting of brown, tan, and gray sandy lean clays and clayey sands were encountered at the surface in Borings 8-2 through 8-8. These fill materials contained limestone fragments and occasional calcareous nodules and sand seams. The fill extended to depths of about 3 to 7~ feet in· the borings. Samples of these fill materials had Liquid Limits (LL's) 3 Geotechnical Engineering Report Edwards Ranch Road and Clearfork Main Street Fort Worth, Texas Terracon R~port No. 94075310 October 29, 2008 lferrlJCCn between 30 and 40 percent, with Plasticity Indices (Pl 's} between 14 and 21. These fi ll s were generally hard in consistency . Beneath the fill materials in Borings B-2 through B-8 and at the surface in Boring 8-1 , dark gray, gray, tan , and brown clays, sandy clays, and clayey sands ·were present. Calcareous nodules and deposits were often found in the samples. They extended to termination depths of 1 O to 15 feet in the borings. They had Liquid Limits (LL's) of 25 to 54 percent and Plasticity Indices of 14 to 28, and classified as CL to CH and SC by the Unified Soils Classification System (USCS). The clays were generally hard in consistency, and the sands were generally medium dense to very dense. · Groundwater Conditions The borings were advanced in the dry using auger drilling techniques which permits observation of groundwater during drilling. Groundwater seepage was encountered in Boring B-2 during drilling at a depth of 13 feet. No groundwater was present upon the completion of drilling the borings. These observations represent only current groundwater conditions, and may not be indicative of other times or at other locations. Groundwater conditions can change with varying seasonal conditions , landscape irrigation, and other factors . ENGINEERING RECOMMENDATIONS General Site Grading Existing grades along the alignment are relatively level. For the section of Edwards Ranch Road, cuts and fill are anticipated to be up to 7 feet and 2 feet, respectively. Anticipated cut and fill depths in the Clearfork Main Street section are up to 3 feet. The on-site soils free of rock greater than 4 inches in maximum dimension are suitable for use in general site grading. Imported material should be a clean soil with a Liquid Limit preferably less than 60 percent and no rock greater than 4 inches in maximum dimension .. Prior to placing any fill, the areas to receive fill will need to be stripped and grubbed. Any soft or pumping areas should be excavated to firm ground and properly backfilled . The subgrade should be scarified to a minimum depth of 6 inches and uniformly compacted to a min imum of 95 percent of ASTM D698 at a minimum of"+2 percent above the optimum moisture content as determined by that test. The fill materials should then be spread in loose, relatively horizontal lifts, less than 9 inches thick, and uniformly compacted to the same criteria . If filling is 4 Geotechnlcal Engineering Report Edwards Ranch Road and Clearfork Main Street Fort Worth, Texas Terracon Report No. 94075310 October 29, 2008 1rerracon suspended and the subgrade becomes desiccated or rutted, it should be reworked prior to placement of a subsequent lift. Lime/Sulfate Induced Heave The laboratory tests indicate that soluble sulfate content in the soils was generally on the order of 550 ppm or less. When the sulfate concentrations are less than 3,000 ppm, the subgrade . soils are considered to be suitable for lime stabilization in the conventional manner using a singte lime application . Imported fill material should be .tested for soluble sulfate to evaluate the suitability of soils for lime stabilization·. · Pavement Subgrade Preparation Subgrade ·materials encountered consisted of sandy clay soils. Lime stabilization is recommended beneath the planned rigid (concrete) pavements . We recommend that a minimum of 7 percent lime, (TxDOT Item 260), by dry weight, ·be usect ·to treat the subgrade soils at thls site. The lime should be thoroughly mixed and blended with the top 6 inches of the subgrade (TxDOT, Item 260). The lime stabilized subgrade should be uniformly compacted to a minimum of 95 percent of ASTM D698 at -1 to +3 percent of optimum . moisture content determined by that test. Pavement subgrades should be protected from traffic or ponding water. They should be moist cured until the pavement Is placed. Site grading is generally accomplished early In the construction phase. However as construction proceeds, the subgrade may be disturbed due to utility excavations, construction traffic, desiccation, or rainfall . As a result, the pavement subgrade may not be suitable for pavement construction and corrective action will be required. The subgrade should be carefully ·evaluated at the time of pavement construction for signs of disturbance or excessive rutting. If disturbance has occurred , pavement subgrade areas should be reworked, moisture conditioned, and properly compacted to the recommendations in this report immediately prior to paving . Pavement Sections Pavement design for this project is based on procedures outlined by AASHTO for concrete paved roads, and the city of Fort Worth Pavement Design Standards Manual. The design parameters used in the analysis are presented in Table 3. 5 Geotechnical Engineering Report Edwards Ranch Road and Glearfork M~in Street Fort Worth, Texas Terracon Report No. 94075310 October 29, 2008 TABLE 3 -PAVEMENT DESIGN PARAMETERS Design Parameter Value Annual ESAL's 100,000 Growth Factor 1.5% Design Life, Years 25 Design CBR 10 lnltlal Serviceability, Po 4.5 Terminal Serviceability, P1 2:5 Rellabllity, R 90% Overall Standard Deviation, So 0.35 Modulus of St.ibgrade Reaction , K, for pavements without AC 225 pci Modulus of Subgrade Reaction, K, for pavements with AC 300 pci Load Transfer ("J· Factor) 2.9 Drainage Coefficient, without AC 0.7 Drainage Coefflclen~ with 4• AC 1.03 Modulus of Elasticity of Concrete (4,000 psi concrete) 3,600 ksi Modulus of Rupture of Concrete (4,000 psi concrete) 580 psi lrerracon The recommended section for a pavement without an asphaltic concrete surface layer Is presented in Table 4. The recommended section for a pavement with an asphaltic concrete layer is presented in Table 5. TABLE4-SECTION FORA PAVEMENT WITHOUT ASPHALTIC CONCRETE Pavement Section Thickness (Inches) Portland Cement Concrete 10.0 Lime Treated Subgrade 6.0 Total Pavement Thickness 16 .0 6 Geotechnlcal Engineering Report Edwards Ranch Road and Clearfork Main Stre'et Fort Worth, Texas Terracon Report No. 94075310 October 29, 2008 1rerracan TABLE5-.SECTION FORA PAVEMENT WITH 4 INCH ASPHALTIC CONCRETE Pavement Section Thickness (inches) Collector Streets Portland Cement Concrete 8.0 Ashaltic Concrete Pavement, 4 .0 TxDotType B Lime Treated Subgrade 6.0 Total Pavement Thickness 18.0 The concrete should have a minimum of 5 ±1.5 percent entrained air, and as a minimum, the section should be reinforced with No. 3 bars on 18 inch centers in both directions. The pavements presented in Tables 4 and 5 represent a minimum design thickness. Periodic maintenance· must be anticipated and planned. Higher traffic volumes may require thicker pavement sections. GENERAL COMMENTS Terracon should be retained to review the final design plans and specifications so comments can be made regarding interpretation and Implementation of ou r geotechnical recommendations in the design and specifications. Terracon also should be retained to provide testing and observation during excavation, grading, foundation and construction phases of the project. The analysis and recommendations presented in this report are based upon the data obtained from the borings performed at the indicated locations and from other information discussed in this report . This report does not reflect variations that may occur between borings, across the site, or due to the modifying effects of weather. The nature and extent of such variations may not become evident until during or after construction. If variations appear, we shou_ld be immediately notified so that further evaluation and supplemental recommendations can be provided. The scope of services for this project does not include either specifically or by implication any envlronmental assessment of the site or identification of contaminated or hazardous materials or conditions. If the owner is concerned about the potential for such contamination, other studies should be undertaken. 7 Geotechnical Engineering Report Edwards Ranch Road and Clearfork Main Street Fort Worth, Texas Terracon Report No. 94075310 October 29, 2008 lferracon This report has been prepared for the exclusive use of our client for specific application to the project discussed and has been prepared in accordance with generally accepted geotechnical engineering practices. No warranties, either express or implied, are intended or made. Site safety, excavation support, and dewatering requirements are the responsibility of others. In the event that changes In the nature, design, or location of the project as outlined in this report are planned, the conclusions and recommendations contained in this report shall not be considered valid unless Terracon reviews the changes and either verifies or modifies the conclusions of this report in writing. 8 XION3dc:IV / / /,,,·--- // /I // I ....... ~---...... 1· ! ,, ...... / , ........ ---, ... "'i. I f ,, ......... !'], ... , / -.. , ' / ,....... .... ... ... // ,, .... , .................. .... B-8" ,' /. . ...... I',, ,' ,' I / I l I / / / / / / ./ / / ~, / , B-7 / / / / IJ , / /, ~.& / / i ,' , 1' ,! I 1 ' / ,/ ,, ./I I; /, ,' ,,,.,, ;'' / I ,,.,' ,, ,,,' ,_,, ,,;,' ,,.; ..,_,, ," B--5 / / ,,,,,, .... :,,.,,,"'~,\. / .,l a.4 ,.,," .1 1· .... , \ / ... ,~ .... -... t / / .,. ...... , .... : ... ,,,' '\ '\\ ,,, ... ,~~~} .... ' \ \ / /. ,_6'/ ,,, \ \ I ~ J;' \. \ .,..,..,, \ \ ,' ,i~, ... , ", ', _I I ,. \. ',, ' ,' ~f .... --" ',,,," / / ',, ...... ____ I __ ......... --,'-----..-.. _ ~"ft.:.~'"1,'' ) l /./ ......... __ -1---.. ---1------.... _____ ~,'t,,.,.... , , // I I -... ..,._._ .._ __ ..., .... -'r', 1' 1' l _,,, ___ --------\ \ // / / - - -• -_, -• -I .._,_ '\ ', / ' I . --·-·-·/-·--:-·-----.... ' ', ,......._ ,, ,1 -I ,,, / .,.,..._: -·-_, .,.. / .~ / ,.,· I I ....._ ' ', ', ,; ' / • 1 I " D ... ....._ '" ...... ' ,, / I I '-~,P ......_ , ...... , .;',' / ' I I -, .,.°"'" ·, ', ... :----_ .......... ..,, / ,.-n\ I I '-/:lo,,: '-------~ / / ~ l I ,.,.,,_-_, _ _..... / }. I I "-._ .... t;t .._ --· / \ I : ' ---_., ~ I I ., j N t : I ,: ....... I I ...._ O JOO 600 FEET I NOTO IDII HO LDCAnoMS AR[ J.l'EIRDlUlilATE llerracon Ptoject No., 940711310 PLAN OF BORINGS EDWARS RANCH ROAD AND CLEARFORK MAIN STREET FORTWJRTH, TEXAS t"\.l'"-e i APPRDXIIIAlE SCAl£ FIGURE 1 LOG OF BORING NO. B-1 CLIENT: Jacobs Carter Burgess PROJECT: Edwards Ranch Road and Clearfork Dallas;Texas Main Street BORING See Figure 1 SITE: s. of Southwest Parkway 121 LOCATION : Fort Worth, Texas SAMPLES TESTS es Cl u. X 'a' ~u. (_) w z D. u. ..J 15 :r~ ';I! ~ ~ ~ ~~ ~ _§' DESCRIPTION lu 0 ~~ o: ';ft C: CD ~~ ~ ~ 0 tn -~ ! ~, Cl) :l!. 0 ffi~ Cl) .R 0:: 1}r g;!~ z :::i u ~~ ~ 'B. "I CD~ ~ Cl ~ ~~ 8:z I! !i: ~ w 0~ oc::i' ~ =i: &:! :::, n. li:9 ;i! ffi 00 ~ ..J C!) Approx. Surface Elevation: NIA ft w Cl) ~ ~~ ;g 8~ ~ Cl :::, Cl) CD UD. 0 ..J c.. :i!lci:i ~· SANDY LEAN CLAY1 I Dark gray, hard 4.6+ -CL ST [:;(. 2.0 N FATCLAY1 ~ Gray, with calcareous nodules , hard 110 -CH ST 4.5+ 17 54 33 91 4.0 I SANDY LEAN CLAY1 Gray and tan, hard ·s-13 41 87 ~ CL ST 4.5+ 22 r:2-6.0 I SANDY LEAN CLAY1 Tan, hard ~ -CL ST 4.5+ ~ . ~ ~ -CL ST 4.5+ ~ 10.0 . ';,, 10 B.H. at 10.0' CL ST 3.25 I STRATIFICATION LINES REPRESENT APPROXIMATE REMARKS: BOUNDARIES BE1WEEN SOIL AND ROCK TYPES. IN srru, THE TRANSITION BETWEEN STRATA MAY BE MORE GRADUAL. WATER LEVEL OBSERVATIONS, FEET DATE DRILLED Page1 of 1 ,g ~ llerracan 9/26/2008 FIGURE Jl. ~ PROJECT NUMBER No seepage observed. 94076310 2 LOG OF BORING NO. e .. 2 CL!ENT: Jacobs Carter Bi.!rgess PROJECT: Edwards Ranch Road and Clearfork Dallas, Texas Main Street BORING See Figure 1 SITE: s. of Southwest Parkway 121 LOCATION : Fort Worth, Texas SAMPLES TESTS Ii: C ~ ~ ~ 0 ~LL D.. u. I .... i~ :c~ "#. 0 ~!2 ~ ~ ~ "' Iii 0 C : 0 ~ I:: !! DESCRIPTION m w::E ~ ~ 0 ~ -w :;; ~o ~!i tn ::e 0 w i!: .Q LL. >-UJ~ ffi :::i 0 ~:;;E: UI a:cn a:(!) J::::. t (/) m~ > -~~ C 0 ! gi~ ~z a:: Cl. ~ UI Os; Oc ~ 3 e ~ ts ~~ @~ ~ 8~ (!) Approx. Surface Elevation: NIA ft w (/) oo zw fE 0 ;::;J lfllll o:::_ ~(.) 0 ::::i ~in '!s ?. FILL1 CLAYEY SAND 1 '!s ?. Tan and gray, with limestone'fragments, dense - '!s ?. CF '!s ~ - '!s ?. '!s ?. '!s • ?. SC ss 42/12.0 5 30 14 36 '!s ?. -. '!s ~ 5-'!s ?. '!s ?. -"· •,. 6.5 t CLAYEY SAND 1 CF Gray, with calcareous nodules, dense -. . i -% % % SC ST 4.5+ 5 32 14 40 ~ 10 m m - ~ CF ~ - 12.5 \ • ~· CLAYEY SAND1 '5j.. m Tan, with gravel, very dense - ~ m SC ss 50/4.25 B 13 •• ;I.'. 15.0 15 B.H. at 15.0' STRATlFICATJON LINES REPRESENT APPROXIMATE REMARKS: BOUNDARIES BETWEEN SOIL AND ROCK TYPES. IN SITU, THE TRANSrTION BETWEEN STRATA MAY BE MORE GRADUAL. WATER LEVEL OBSERVATIONS, FEET DATE DRILLED Page 1 of 1 ~ 13 WD ~ llerracan 9/26/2008 FIGURE :l. ~ PROJECT NUMBER 3 94075310 LOG OF BORING NO. B-3 CLIENT: Jacobs Carter Burgess PROJECT: Edwards Ranch Road and Clearfork Dallas, Texas Main Street BORING See Figure 1 SITE: s. of Southwest Parkway 121 LOCATION: Fort Worth, Texas SAMPLES TESTS ... ;~ u. .;. a. i'i'i 0 0 u. z ll. ~ ... '$, .,. C ~~ ~ en Iii g::i::: @:i 'if. ~ !::: ~ 0 DESCRIPTION ~ 1; 8 ~:i _J . It! ~ ~~ w -ffi :::!! (/) ~ io g;!l!I! Q:!z ::i i ~.,. ~i ~ t fs~ ID~ j:!w C ~~ e ~ w Oci' ~!z 0 5 ::, Approx. Surface Elevation: N/A ft Bi ~ li:9 ~a:i oa ~ ~~ ..J 0 en wo: oo a ~ 0 ::, (I.I III OD. 0:-:Eo 0 ::J n. ~m C)CI) ~ ~ FIU1 CLAYEY SAND1 Tan and gray, with limestone fragments, . ~ ~ dense - ~ ~ CF • ~ V. - ~ ?. ~ ?. 'ti ?. SC ss 47/12.0 5 33 16 35 'ti ?. - ~ ?. 5-'ti i. 'ti i. -'ti ~ CF • ~ i. - Iv . . .. 7.5 I?.• •• CLAYEY SAN01 ~ Brown, medium dense ~ SC ss 15/12.0 6 40 % - ~ - 10-% . ~ -~ CF ~ - ~ 13.0 .. -~·· CLAYEY SAND 1 ~ · Tan, with gravel, very dense -~ SC ss 65/12.0 r:;r. 15.0 15 B.H. at 15.0' STRATIFICATION LINES REPRESENT APPROXIMATE REMARKS: BOUNDARIES BETWEEN SOIL ANO ROCK iYPES. IN SITU . THE TRANSITION BETWEEN STRATA MAY BE MORE GRADUAL WATER LEVEL OBSERVATIONS, FEET DATE DRILl.ED Page1 of 1 ~ .r; llerracan 9/26/2008 FIGURE % ~ PROJECT NUMBER 4 No seepage observed. 94075310 LOG OF BORING NO. B-4 CLIENT: Jacobs Carter Burgess PROJECT: Edwards Ranch Road and Clearfork Dallas, Texas Main Street BORING See Figure 1 SITE: s. of Southwest Parkway 121 LOCATION: Fort Worth, Texas SAMPLES TESTS I-0 ~ ~ ;ii! & ~ IJ. ~~ z b :i::~ a.. ';I. ~ ~ ...J ,F. ~ Iii 0 @~ 'if. i-: Cl) DESCRIPTION ID ~~ ~ ~ 0 Ul -.9 ll! ~ w -~ ;i ~~ ~i!: U) l > ~o ~~ !s !z :J c3 w :c rn ~I mt ~~ C 0 ~ U>ui a.~ a: li: ~ w oa 5 ~Cu :Ew 3 I! a.. ll:9 :Jz frl~ ?i 8~ (!) Approx. Surface Elevation: NI A ft w ~ <3~ Oo a ~ C ::::, Cf.I a:i a:_ ~u C :J a.. :iii> '4 ?. FJLL1 CLAYEY SAND, CF Brown, with calcareous nodules and -'4 ?. sand seams, dense '4 ?. SC TC 100/B.5 3 N/P 27 '4 • ;.' '4 ?. CF '4 ?. ~ ?. SC TC 100/4.0 '4 ?. 4.5 ~.·· s~oy r.EAN ,LAY, 5-CF ~ Brown, with ~lcareous nodules and sand seams ~ SC ss 13/12.0 -~ -CF ~ -SC ss 21/12.0 11 25 7 36 ~ 10.0 10 ti B.H. at 10.0' STRATIFICATION LINES REPRESENT APPROXIMATE REMARKS: BOUNDARIES BETWEEN SOIL AND ROCK TYPl:S. IN srru, THE TRANSmON BETWEBII STRATA MAY BE MORE GRADUAL WATER LEVEL OBSERVATIONS, FEET DATE DRILLED Page 1 of 1 ¥ :I'.. llerracan 9/26/2008 FIGURE ~ 1-?. PROJECT NUMBER No seepage observed. 94075310 5 LOG OF BORING NO. B-5 CLIENT; Jacobs Carter Burgess PROJECT: Edwards Ranch Road and Clearfork Dallas, Texas Main Street BORING See Figure 1 SITE: s. of Southwest Parkway 121 LOCATION: Fort Worth, Texas SAMPLES TESTS Ii: a u. ~ ~ 0 Zu. (.) u. z ~~ Q. ..J 6 ~ Cl ~~ ~ i · 0 a. ';J!. t 1:· ~ .9 DESCRIPTION ID au > '#. ~ 8 lg :ii ~z ~~ ~';!!. ~!z ffi ~ .I,! >-o:c: :::::i u ~hi: ~ '5. ::i en Ill~ :::>w 0 ~ tt:z 0~ Oci !ii~ 0 ~!l! ~~ I! Ii: Ul UJ ~ Approx. Surface Elevation: NIA ft · ~ Q. li:9 ~ffi UC, ~ ~ w ~ ~£!: ~8 Si~ 8cn ~ 0 ::, <IHD 00.. 0 ...J Q. '4 ?. . FILL. CLAYEY SANDI CF '4 ?. Tan and gray, with limestone fragments, '4 • dense to very dense ~ • SC TC 72/12.0 rts ?. ~ • Y. rts i. . -CF ~ ~ ~ ~ ~ ~ SC ss 35/12.0 6 45 ~ ~ 5- ~ • l?. -~ ~ r,J, •• 7.0 -CF . ,.,. SANDY LEAN CLAY1 ~ Brown, with calcareous nodules, very ~ stiff - I -CL 55 21/12.0 ~ 10 ~ ~ - ;(.:; ~ -CF ~ 13.0 . ,., -... SANDI .·. ·. .. Tan, with clay and gravel, very dense . . . . . . . · .. . . . . . SC ss 70/12.0 3 9 ••• • • ... 15.0 15 .. B.H. at 15.0' ' STRATIFICATION LINES REPRESENT APPROXIMATE REMARKS· I BOUNDARIES BE1WEEN SOIL ANO ROCK TYPES. IN SITU, THE TRANSITION BETWEEN STRATA MAY BE MORE GRADUAL. WATER LEVEL OBSERVATIONS, FEET DATE DRILLED Page 1 of1 . ~ ~ .llerracan 9/26/2008 FIGURE ~ -1! PROJECT NUMBER 6 No seepage observed. 94075310 LOG OF BORING NO. 8-6 CLIENT; Jacobs Carter Burgess PROJECT: Edwards Ranch Road and Clearfork Dallas, Texas Main Street BORING See Figure 1 SITE : $, of Southwest Parkway 121 LOCATION: Fort Worth, Texas SAMPLES TESTS Ii: a u. ~ "' (.) ~~ ~ u. z ...J t-';f. 'IF, 0 g!~ ~ en j;:j 0 O:c H -.,. ~ !: ~ .s DESCR!PTION CD Co ~ ~ g ~ -!i) w ~ ~z ~~ C/) ::i: ~§ ..!,? u. ~ ~~ ~~ z :J ~ ij"' ~ .c f ~~ w CJ. o~· §~ C C (/J -~z I! ; w !!lz i'i: ~ ~~ 3 Approx. Surface Elevation: N/A ft ~ ... 0 om C> 0....J oo ff C Cl) CD oa. ~-~o 0 :i Q. :Eco 00 '!s ~ FILb SANDY LEAN CLAY1 Cl ST Tan and gray, with calcareous nodules 4.5+ 7 36 21 65 '!s ~ and limestone fragments, hard '!s ~ Cl ST ~ i. '!s i. CL ST 4.5+ '!s i. '!s i. • CL ST 4.5+ '!s i. '!s i. CL ST 4.5+ ~ '!s i. " " i. :.i - ~ i. " ... 7.0 CF -~t:, ,I SIL TY LEAN CLAY, .I .IV ~ Brown and gray, with calcareous .IV nodules, stiff - /[/ .I .IV / /V ~ -/[/ CL ss 15/12.0 10 30 16 60 /[/ .I .IV .I 10.0 ,, ;' ;' 10 B.H. at 10.0' ,, STRA 1u-lCA110N LINES REPRESENT APPROXIMATE REMARKS: I BOUNDARIES BE'TWEEN SOIL AND ROCK TYPES. IN srru, :rHE TRANSmDN BETWEEN STRATA MAY BE, MORE GRADUAL ~ [!l WATER LEVEL OBSERVATIONS, FEET DATE DRILLED Page 1 of 1 i ;;; I!! -i a:, 0 ... s: ~ llerracan 9/26/2008 FIGURE .!: ~ PROJECT NUMBER 7 No seepage observed. 94075310 ~ I:! ~ ij .. C I "' m 9 LOG OF BORING NO. B· 7 CLIENT: Jacobs Carter Burgess Dallas.Texas BORING See Figure 1 LOCATION: .9 tl :c DESCRIPTION J '"" Approx. Surface Elevation: NIA ft /I.I /,0 /// /// /// /Y.I /.I.I /.I.I 7.0 FILL, CLAYEY SAND, Tan and gray, with limestone fragments SIL TY LEAN CLAY, Gray and brown, with calcareous nodules, hard PROJECT: Edwards Ranch Road and Clearfork Main Street SITE: s. of Southwest Parkway 121 Fort Worth, Texas SAMPLES SC ST 4.5+ SC TC 100/9.75 -CF SC ST i4.5+ 7 TESTS 31 18 46 5-+-i---1----11---t---+-+--+---t--t---t--+---t SC ST 4.5+ . -CL ST 4.5+ 16 117 43 28 87 -CL ST 4.5+ ~~~ ~·/~c.14~-1~0~.o"----------~,------~~-~ 10-1---t---1----11---1---+-+--+---1-;--t--+---1 B.H. at 10.0' STRATIFICATION LINES REPRESENT APPROXIMATE REMARKS: BOUNDARIES BETWEEN SOIL AND ROCK TYPES . 1N SffiJ, THE TRANSITION BETWEEN STRATA MAY BE MORE GRADUAL WATER LEVEL OBSERVATl~NS, FEET DATE DRILLED Page 1 of 1 5l-.!: llerracan 9/26/2008 FlGURE ~ ~ PROJECT NUMBER 8 No seepage observed. 94075310 LOG OF BORING NO. B-8 ' CLIENT: Jacobs Carter Burgess PRO.JECT: Edwards Ranch Road and Clearfork Dallas, Texas Main Street BORING See Figure 1 SITE: S. of Southwest Parkway 121 LOCATION: Fort Worth, Texas SAMPLES TESTS & 0 u. ~ ~ ~u. (.J u. I I-::c~ Q. .,. 0 ~~ ..J ';fl. ~-~ ~ 0 O:c 0 • ';I!. 1:· .9 DESCRIPTION ID ~~ ~~ ~ 5 0 Cl) • ~ UJ • ~ :! 0 (I) i= 0 u. UJ~ IX: ffi :i \ht ~~ w 2 :i (/) 25~ > . ~~ w 0 i= ~~ a:: Q, ~ a:i fjj ~8 0 a.w 3 ~ [ UJ 5 5 (!) Approx. Surface Elevation: N/A ft w en ~ t9 ~z i8 ~ g 8~ ~ C ::> (l)a:J (.J~ a:~ Q. :iii.i '!i ?. FILia CLAYEY SANDI SC ST 4.5+ 4 40 20 31 '!i ?. Brown and tan, with limestone fragments, very dense '!i ?. SC TC 63/12.0 '!i ~ . . '!i ?. . 3.0 CF • -;~ , SILTY LEAN CLAY1 / V/ / V/ Brown and gray, with calcareous / V/ nodules, very stiff to hard - / ~~ CH ss 28/12.0 8 38 ·23 68 / / ... / " / / ~~ / -CF ~ V/ V/ / II/ / v .1 / II/ ~ II/ ~~ -CH ST 4.5+ ~ ~~ CH ST 4.5+ 10.0 1 B.H. at 10.0' STRATIACATION LINES REPRESEITT APPROXIMATE REMARKS: BOUNDARIES BElWl:eN SOIL ANO ROCK TYPES. IN SITU, THE TRANSITTON BElWEEN STRATA MAY BE · MORE GRADUA\.. WATER LEVEL OBSERVATIONS, FEET DATE DRILLED Page 1 of 1 ,g ~ llerracan 8/2612008 FIGURE JI. ¥ PROJECT NUMBER 9 No seepage observed. 94075310 GENERAL NOTES DRILLING & SAMPLING .SYMBOLS: SS: Split Spoon -1-3/a· 1.D., 2• 0.0., unless oUlerwlse noted HS: Hollow Stem Auger ST: Thin-Walled Tube -2 " O.D., unless otherwlse noted PA: Power Auge r RS: Ring Sampler-2.42" 1.0., 3" 0.D., unless otherwise noted HA: Hand Auger DB: Diamond Bit Coring -4•, N, B RB: Rock Bit BS: Bulk Sample or Auger Sample WB: Wash Boring or Mud Rotary The number of blows required to advance a standard 2-inch 0.0. split-spoon sampler (SS) the last 12 Inches of the total 18-inch penetration with a 140-pound hammer falling 30 inches is considered the "Standard Penetration• or "N-value•. For 3~ O.D. rfng samplers (RS) the penetration value is reported as the number of blows required to advance Ule sampler 12 inches using a 140-pound hammer falling 30 Inches, reported as "blows per foot,· and is not considered equivalent to the ·standard Penetratlon"or "N-value". WATER LEVEL MEASUREMENT SYMBOLS: WL: Water Level WS: WCI: Wet Cave In WD: While Sampling While Drilling N/E: Not Encountered . DCI: Dry Cave In BCR: AB: After Boring ACR: Before Casing Removal After Casing Removal Water levels indicated on the boring · 1ogs are the levels measured in the borings at the times Indicated. Groundwater levels at other times and oUler locations across the site could vary . In pervious soils, the indicated levels may reflect the location of groundwater. In low permeability soils , the accurate determfnation of groundwater levels may not be possible with only short-term observations. DESCRIPTIVE SOIL CLASSIFICATION: Soil classlf!catlon Is based on the Unified Classification System. Coarse Grained Soils have more than 50% of their clry weight retained on a #200 sieve; 1heir principal descriptors are: boulders, cobbles, gravel or sand. Fine Grained Soils have less than 50% of their dry weight retained on a #200 sieve; they are principally described as clays If they are plastic, and silts if they are slightly plastic or non-plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size . In addition to gradation, C98rse-gralned soils are defined on the basis of their in-place relative density and fine-grained soils on the basis of their consistency. CONSISTENCY OF FINE-GRAINED SOILS Unconfined Compressive Strength. au, psf <500 500 -1,000 1,000 -2,000 2,000 -4,000 4,000 -8,000 8,000+ Standard Penetration or N-vafue (SS) Blows/Ft 0-1 2 -4 4-8 8-15 15-30 > 30 Consistency Very Soft Soft Medium Stiff Stiff Very Stiff Hard RELATIVE PROPORTIONS OF SAND AND GRAVEL I Descriptive Term(s) of other constituents Trace With Modifier Percent of DryWeight < 15 15-29 >30 RELATIVE PROPORTIONS OF FINES Descriptive Term(s) of other constituents Trace With Modifiers Percent of DryWelqht <5 5-12 > 12 RELATIVE DENSITY OF COARSE-GRAINED SOILS Standard Penetration or N-value {SS) Blows/Fl 0-3 4.:..9 10-29 30-49 >50 Ring Sampler (RS) Blows/Ft. 0-6 7-18 1~8 59-98 >99 Relative Density Very Loose Loose Medium Dense Dense Very Dense GRAIN SIZE TERMINOLOGY Major Component of Sample Particle Size Boulders Over 12 in. (300mm) Cobbles 12 in. to 3 In. (300mm to 75 mm) Gravel 3 ln. to #4 sieve (75mm to 4.75 mm) Sand #4 to #200 sieve (4.75mm to 0.075mm} Silt or Clay Passing #200 Sieve (0.075mm) PLASTICITY DESCRIPTION Term Plasticity Index Non-plastic Low Medium High 0 1-10 11-30 >30 lrerracon FIGURE 10 UNIFIED SOIL CLASSIFICATION SYSTEM Criteria for Assigning Group Symbols and Group Names Using Laboratory TestsA Soll Classlfleatlon Group Symbol Group Name• coarse-Grained sons Gravels Clean Gravels CU~ 4 and 1 sCcs3" GW Well-graded gravel" More than 50% retained More than 50% of coarse Less lhan 5% fl~ Cu < 4 andfor 1 > Cc > 3" GP Poorly graded gravel" on the No. 200 sieve fraction retained on No. 4sieve Gravels with Fines Fines classify as ML or MH GM SUty gravel'·0 ·" More than 12% fines• Fines classify as CL or CH GC Clayey gravef·G.H Sands Clean Sands Cul!:6and 1 sCcss& SW Well-graded sand' 50% or more of coarse Less than 5% fines" CU < 6 andfor 1 > Cc > 31 SP Pool1y graded sand' fraction passes No. 4sleve Sands With Rnes Anes classify as ML or MH SM Silty sandOJ<J More than 12% fines" Fines Classify as CL or CH SC Clayey sand 0XI Fine-Grained Soils Sills and Clays inorganic Pl> 7 and plots on or above ·A' linir' CL Lean clay"-'-" 60% or more passes the Liquid limit less then 50 Pl < 4 or plots below "A" line' ML S11t".1.1,1 No. 200 sieve organic Liquid Hmll • oven dried <0.75 Ol Organic cl~ Liquid llmrt • not dried Organic s111K.J..M.o Sills and Clays Inorganic Pl ptots on or above "A' line CH Fat clay"-1-M Liquid limit 50 or more Pl Jots below "A" line MH EfasUcSiJtlC.&..M organic Liquid llmll • oven dried <0.75 OH Organic clay<'-"" Liquid limit -not dried Organic sll\KUIJ> Highly organic soDs Primarily organic matter, dark In color, and organic odor PT Peat A eased on the material passing the 3-ln. {75-mm) sieve Hlf fines are organic, add "with organic fines" to group name. 8 If field sa mpte contatned cobbles or boutders, or both, add "with cobbles 1 If soil contains:=! 15% gravel, add 'with gravel" to group name . or boulders, or both" to group name. J If Atterberg limits plot in shaded area, soil Is a CL-ML, silty clay. CGravels wtlh 5 to 12% fines require dual symbols: GW-GM well-graded Kif soll contains 15 !o 29% plus No. 200, add 'with san<r or 'with gravel with silt, GW-GC well-graded gravel with clay, GP-GM poorly gravel," whichever Is predominant. graded gravel with silt, GP-GC poorly graded gravel with clay. L If soil contains~ 30% plus No. 200 predominantly sand , add 0 sands v.fth 5 to 12% fines require dual symbols: SW·SM well-graded "sandy" to group name . sand with sill, SW-SC well-graded sand with clay, SP-SM poorly graded M If soil contains ~ 30% plus No. 200, predominantly gravel, sand with sllt, SP-S~ poorly graded sand with clay add "gravelly" to group name. Ecu = Deo/D10 Cc= {Daot NpJ ;?: 4 and plots on or above "A" line. D10XD111 0 Pl < 4 or plots below "A" line. Flf soil contains~ 15% sand, add "with sand" to group name. Pp1 plots on or above "A" Hne. 8 1f fines classify as CL-ML, use dual symbol GC-GM, or SC-SM . Q Pl plots below"A" llne. 60 I I I I ,/ / For classification of flne-gra[ned soils and flne-grarned fraction Vl. / !I)/ 50 _of coarse-grained sons ·~r-~fl, ,. .. \Jo --Equatlonof"A'-llne' / •'I' ~ Horizontal at Pt=4 to LL=25.5. / ~ 40 -1hen Pt=0.73 (LL-20) / 0~ '/ Equation of "Lr -fine ./ , , v~oio/ Cl ,, ~ Vectloal at LL-18 to Pl=7, , , ~ 30 -then Pl-0.9 (/ , / (.) ,,, o"' t3 / oi. / 20 / /, c,"'/ :5 MH or OH D.. ,,," / 10 / , V 7 --/-:-~l.--,1'1. ,'.:;1.'V MLorOL 4 - 0/ I I --· I' 0 10 16 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT (LL) -lrerracon FIGURE 11