Loading...
HomeMy WebLinkAboutContract 39379wo -! N RY CITY SECRETARY SPECIFICATIONS D.O.E. FILE AND `r CONTRACTOR'S BONDING CONTRACT DOCUMENTS CITY SECRETARY On CONSTRUCTION'S COPY FOR CONTRACT NO 1 CLIENT DEPARTMENT - PAVING IMPROVEMENTS FOR SOUTH ADAMS STREET BETWEEN W. MAGNOLIA AVE. AND W. ROSEDALE ST. CITY PROJECT NO.: 01351 TRW PROJECT NO.: C293-209620135183 DOE NO.: 5238 FILE NO.: K-1927 .. r MIKE MONCRIEF MAYOR lww APRIL 2009 DALE A. FISSELER, P.E. CITY MANAGER .. WiLLIAN1 A. VERKEST, P.E., DIRECTOR 'TRANSPORTATION AND PUBLIC WORKS DEPAR T M ad _.- -r— W!� ,o PREPARED BY: GRANT ENGINEERING, INC.��' 3244 HEMPHILL STREET �° °••~•• •••»••°••� ••A �JOHN A. GRA7d1 iii. i FORT WORTH, TX 76110 Y•••• °'...'..'.....'.... e (817) 923-313-1 y�� �.�'485:3ii�a, r OFFICIAL RECORD �1°�F'•��s��:`�•��'�� 6q`r 0NAt-E 1 CITY SECRETARY '`���.,1, 0°1 FT. WORTH, TX M&C Review Page I of � 'ITY COUNCIL AGENDA Official site of the City of Fort Worth, Texas FoRTWoRTH COUNCIL ACTION: Approved on 10/6/2009 - Ord. No. 18861-10-2009 DATE: 10/6/2009 REFERENCE NO.: C-23835 LOG NAME: 20SOUTHADAMS CODE: C TYPE: NOW PUBLIC CONSENT HEARING: NO SUBJECT: Authorize a Contract with Dirtco, d/b/a Styles Contracting, in the Amount of $125,697.00 for Street Improvements on South Adams Street between West Magnolia Avenue and West Rosedale Street and Adopt Appropriation Ordinance to Accept and Appropriate $105,922.45 from the Southside Tax Increment Financing District for this Project RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to accept funds in the amount of $105,922.45 from the Southside Tax Increment Financing District for the construction of Street Improvements on South Adams Street between West Magnolia Avenue and West Rosedale Street and adopt the attached appropriation ordinance increasing the estimated receipts and appropriations in the amount of $105,922.45 in the Contract Street Maintenance Fund; and 2. Authorize the City Manager to execute a contract with Dirtco, d/b/a Styles Contracting, in the amount of $125,697.00 for Street Improvements on South Adams Street between West Magnolia Avenue and West Rosedale Street. DISCUSSION: The Southside Tax Increment Financing District (TIF) is in a position to help fund public infrastructure improvements (e.g. parallel parking pavement, curb and gutter, driveways, sidewalks, etc.) associated with new development and redevelopment projects located along this section of South Adams Street. With this project, the City will provide for surface and base rehabilitation to be funded from the Contract Street Maintenance Fund of the Fiscal Year 2008-2009 Contract Major Maintenance Program. This project was advertised for bid in the Fort Worth Star-Telearam on May 14, 2009, and May 21, 2009. The following bids were received on June 18, 2009: BIDDERS Dirtco, d/b/a Styles Contracting Reliable Paving, Inc. Advanced Paving MacVal Associates, LLC AUI Contractors, Inc. BID AMOUNT $125,697.00 $147,175.00 $162,888.00 $172,191.30 $220, 847.00 Based on the bid, funding in the amount of $35,003.85 is requested for the City's portion of the construction cost, construction inspection, material/soil testing and contingencies for potential change orders. The funding breakdown for this project is: DESCRIPTION SOUTHSIDE TIF COST CITY COST TOTAL COST !lltp://apps.cfwnet.org/council_packet/mc_review.asp?ID=12373&councildate=l 0/6/2009 10/6/2009 M&C Review Page 2 of 2 M Construction $94,162.00 $31,535.00 $125,697.00 Construction Inspection $3,766.48 $1,261.40 $5,027.88 Material/Soil Testing $1,883.24 $630.70 $2,513.94 M Advertisement $21.15 $0.00 $21.15 Printing $381.48 $0.00 $381.48 Landscaping $1,000.00 $0.00 $1,000.00 _ Construction Contingencies $4.708.10 $1.576.75 $6.284.85 TOTAL FUNDING $105,922.45 $35,003.85 $140,926.30 Dirtco, d/b/a Styles Contracting, is in compliance with the City's M/WBE Ordinance by committing to 17 percent M/WBE participation. The City's goal on this project is 16 percent. c. This project is located in COUNCIL DISTRICT 9, Mapsco 76M. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Contract Street Maintenance Fund. TO Fund/Account/Centers FROM Fund/AccountlCenters C293 488100 2096201351XX $105,922.45 C293 541200 209620135183 $125,697.00 C293 533010 209620135181 $21.15 GS87 539120 002704097000 $105.922.45 C293 533030 209620135181 $381.48 C293 541200 209620135183 $98,870.10 C293 531350 209620135184 $L88.32 C293 531200 209620135184 $1,694.92 C293 531350 209620135185 $3,766.48 C293 539120 209620135186 $1,000.00 Submitted for City Manager's Office by: "Oriainatina Department Head: Additional Information Contact: '.TTACHMENTS .i20SOUTHADAMS AO.doc MAP.Ddf a& Fernando Costa (8476) William Verkest (8255) Debbie Willhelm (2481) IRtp:Happs.cfwnet.org/council_packetlmc_review. asp?ID=123 73 &councildate=10/6/20O9 10/6/2009 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO.3 To the Plans, Specifications & General Contract Documents PAVING IMPROVEMENTS FOR SOUTH ADAMS STREET BETWEEN W. MAGNOLIA AVE. AND W. ROSEDALE ST. CRY PROJECT NO.: 01351 TPW PROJECT NO.: C293-209620135183 DOE NO.: 5238 Bid Date: June 18*, 2009; 2:00 PM .. Addendum No. 3: Issued June 12"', 2009 The contract Documents for the subject project are hereby revised or amended as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: 1. PROPOSAL Proposal Sheet P-3 shall be deleted in its entirety and replaced with the enclosed revised Sheet P-3 (Addendum 3). 2. SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS a) Page SP-20 shall be replaced with the enclosed revised Page SP-20 (Addendum 3). .. b) Page SP-31 shall be replaced with the enclosed revised Page SP-31 (Addendum 3). c) Page SP-37 shall be replaced with the enclosed revised Page SP-37 (Addendum 3). d) Page SP-39 shall be replaced with the enclosed revised Page SP-39 (Addendum 3). e) Page SP-44 shall be replaced with the enclosed revised Page SP-44 (Addendum 3). 3. ITEM 360 CONCRETE PAVEMENT SPECIFICATION The 13 page document titled ITEM 360 CONCRETE PAVEMENT listed in Section C of the contract documents shall be deleted in its entirety and replaced with the enclosed 4 page document titled ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT. This Addendum, forms part of the Contrail Documents referenced above and modifies the original Contract Documents and Plans. Bidder shall acknowledge receipt of this addendum in the space provided below, on the last page of the Bid Proposal and acknowledge receipt on the outer envelope _ of your bid. A signed copy of this Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting In disqua9fication. RECIEPT ACKNOWLEDGEMENT: ISSUED BY: William A Verkest, P.E. Director, Transportation & Public Works Department �. By: fits _ By: . b.I P f- . / Debbie J. Willhe , P.E. Project Manager Compan Q,� � Address: ���J (1 ? C "Me //'>a City: ,tJ State:./� 74 aw Addendum No. 3, Page 1 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT — ADDENDUM NO.2 To the Plans, Specficabots & General Contract Documents PAVING IMPROVEMENTS FOR SOUTH ADAMS STREET BETWEEN W_ MAGNOLIA AVE. AND W. ROSEDALE ST. CITY PROJECT NO.: 01351 TPW PROJECT NO.: C293 209620135183 DOE NO.: 5238 Bid Date: June le, 2009, 2•AO PM Addendum No. 2: Issued June go, 2009 The Contract Documents for the subject project are hereby revised or amended as follows: M SPEMCATX3N5 & CONTRACT DOCU# ENTS: 1. NOTICE TO BIDDERS AND COMPREHENSIVE NOTICE TO BIDDERS Seated far the above pojed vA-9 be received at tine Purchasing Office unb7 1:30 p.m. on Thtasday June 18, 2009 and then publicly opened and read aloud at 2:00 P.M. in the Councit Chambers This Addendum forms a part of the Contract Docerren1s; referenced above and modifies the original Contract Documents and Plans. Binder shall acknowledge receipt of this addendum in the space provided below. on the fast page of the Bid Proposal and acknowledge receipt on the outer envelope of your bid. -� A signed copy of this Addendum should be included In the sealed bid envelope at the time of bid subadUaL FaBum to acknoeriedge the refit of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. RECIEPT ACKNOWLEDGEMENT. ISSUED BY: Wham A Veriest, P.E, lxredor, T:.<< ,. , 6 .l,*m & Public Works Department By: By: - d Debbie J. W� , P.E. Company G Project Manager Address:) — City: i(% State: Addendum No. 2, Page 1 CITY OF FORT WORTH .. TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 To the Plans, Specifications & General Contract Documents PAVING IMPROVEMENTS FOR SOUTH ADAMS STREET .. BETWEEN W. MAGNOLIA AVE. AND W. ROSEDALE ST. CITY PROJECT NO.: 01351 TPW PROJECT NO.: C293-209620135183 DOE NO.: 5238 Bid Date: June 11*, 2009; 2:00 PM Addendum No. 1: Issued May 21'0, 2009 CJ The Contract Documents for the subject project are hereby revised or amended as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: 1. NOTICE TO BIDDERS AND COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the above project will be received at the Purchasing Office until 1:30 p.m. on Thursday June 11, 2009 and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. This Addendum forms a part of the Contract Documents referenced above and modifies the original Contract Documents and Plans. Bidder shall acknowledge receipt of this addendum in the space provided below, on the last page of the Bid Proposal and acknowledge receipt on the outer envelope of your bid. A signed copy of this Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. RECIEPT ACKNOWLEDGEMENT: ISSUED BY: William A Verkest, P.E. Director, Transportation & Public Works Department By: fits By Debbie J. Willhelm, P.E. Company: Project Manager ��,,,,,// Address: b`�L�. City: State: 76a fLJP- Addendum No. 1, Page 1 TABLE OF CONTENTS SECTION A - WATER DEPARTMENT & TRANSPORTATION / PUBLIC WORKS NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS FORT WORTH M/WBE POLICY BID PROPOSAL PREQUALIFIED CONTRACTORS LIST VENDOR COMPLIANCE TO STATE LAW SECTION B - WATER DEPARTMENT SPECIAL INSTRUCTIONS TO BIDDERS (WATER) PART C - GENERAL CONDITIONS PART Cl - SUPPLEMENTARY CONDITIONS TO PART C GENERAL CONDITIONS PREVAILING WAGE RATES COMPLIANCE WITH PREVAILING WAGE RATES PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS WATER AND SEWER DETAILS SECTION C - TRANSPORTATION / PUBLIC WORKS SPECIAL INSTRUCTIONS TO BIDDERS (TRANSPORTATION/PUBLIC WORKS) SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS TXDOT STANDARD SPECIFICATIONS ITEM 360 CONCRETE PAVEMENT SPECIFICATION CONDUIT AND GROUND BOX DETAILS SECTION D - CONTRACT, BONDS AND INSURANCE CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW CONFLICT OF INTEREST QUESTIONNAIRE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND CITY OF FORT WORTH CONTRACT NOTICE TO BIDDERS Sealed proposals for the following: Paving Improvements For South Adams Street Between W. Magnolia Ave. and W. Rosedale St. City Project No. 01351 TPW Project No. C293-209620135183 DOE No. 5238 Addressed to the CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 will be received at the Purchasing Office until 1:30 PM, Thursday, June 4, 2009 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 office of the Department of Transportation and Public Works, Municipal Office Building 2"d Floor, 1000 Throckmorton Street, Fort Worth, TX 76102. A set of plans and documents may be purchased on a non-refundable basis for thirty dollars ($30.00) for each set. The major work shall generally consist of the following (quantities are approximate): 900 SY 6-inch Reinforced Concrete Pavement 1500 SY 8-inch Pulverization, Cement Modification, & 3-inch Overlay 1900 SF 6-inch Concrete Driveways 1185 LF 6-inch Curb & Gutter 2020 SF 5-foot Wide Sidewalk 7 EA Relocate Water Services & Meter Boxes Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. 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 acknowledge receipt of all addenda may be rejected as being non -responsive. Contractors and/or suppliers who purchase plans must register as plan holders in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid. Information regarding the status of addenda may be obtained by contacting TPW Dept. at 817-392-8549. A pre -bid conference will be held on Tuesday May 26, 2009 at 10:00 a.m., in the TPW Room 270 located on the 2"d floor of City Hall. Bidders are encouraged to review the plans and specifications prior to the pre -bid conference. For additional information, please contact John Grant III, P.E. or David Reaves, Grant _ Engineering, Inc. Telephone Number: 817-923-3131 or by email: jagrant3@aol.com, and/or Debbie J. Willhelm, P.E, Project Manager, TPW Department at 817-392-2481 or by email: Debbie.Willhelm@fortworthgov.org. Advertising Dates: May 14, 2009 .. May 21, 2009 Rev 3-13-09 TPW NB-1 so COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: Paving Improvements For South Adams Street Between W. Magnolia Ave. and W. Rosedale St. City Project No. 01351 TPW Project No. C293-209620135183 DOE No. 5238 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102 will be received at the Purchasing Office until 1:30 PM, Thursday, June 4, 2009 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 office of the Department of Transportation and Public Works, Municipal Office Building 2Id Floor, 1000 Throckmorton Street, Fort Worth, TX 76102. A set of plans and documents may be purchased on a non-refundable basis for thirty dollars ($30.00) for each set. The major work shall generally consist of the following (quantities are approximate): 900 SY 6-inch Reinforced Concrete Pavement 1500 SY 8-inch Pulverization, Cement Modification, and 3-inch Overlay 1900 SF 6-inch Concrete Driveways 1185 LF 6-inch Curb & Gutter 2020 SF 5-foot Wide Sidewalk 7 EA Relocate Water Services & Meter Boxes Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. NOTICES Franchise utility relocations may be required on the west side of Adams Street. In the event the franchise utility relocations are not complete by the work start date, the City reserves the right to cancel the award of the contract at any time before the Contractor begins any construction work on the project. Bidders are hereby notified that the City anticipates the franchise utility relocations (if required) be complete .. by the start of construction. In the event the franchise utility relocations are not complete by the work start date, the Contractor shall be prepared to commence construction during completion of franchise relocations. The Contractor shall submit a schedule to the City of how construction will proceed in other areas of the project that do not require franchise utility relocations. Bidders shall hold their unit prices for as long as it takes the franchise utilities to relocate their facilities within the limits of this project. All bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices. Bid security is 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, if 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 investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Rev 3/13/09 TPW CNB-1 COMPREHENSIVE NOTICE TO BIDDERS 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 MBEM/BE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p.m., five (5) City of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the 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. The water and sanitary sewer work must be performed by a contractor that is pre -qualified by the Water Department at the time of the bid opening. A general contractor, who is not pre -qualified by the Water Department, must employ the services of a subcontractor who is pre -qualified. The procedure for pre - qualification is outlined in the "Special Instructions to Bidders (Water -Sewer)". SUBMISSION OF BID AND AWARD OF CONTRACT Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non -responsive. Contractors and/or suppliers who purchase plans must register as plan holders in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid. Bidders must complete the PROPOSAL section, including the "Vendor Compliance to State Law", and submit these executed documents or face rejection of the bid as non -responsive. The Contractor who submits the bid with the lowest price, will be the apparent successful bidder for the project. Bidders are hereby informed that the Director of the Transportation and Public Works 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. For additional information, please contact John Grant III, P.E. or David Reaves, Grant Engineering, Inc. at Telephone Number: 817-923-3131 or by email: jagrant@aol.com, and/or Debbie J. Willhelm, P.E., Project Manager, TPW Department at 817-392-2481 or by email: Debbie.Willhelm@fortworthgov.org. A pre -bid conference will be held on Tuesday May 26, 2009 at 10:00 a.m., in the TPW Room 270 located on the 2"d floor of City Hall. Bidders are encouraged to review the plans and specifications prior to the pre -bid conference. DALE A. FISSELER, P.E. MARTY HENDRIX CITY MANAGER CITY SECRETARY Advertising Dates: May 14, 2009 May 21, 2009 Rev 3/13/09 TPW By:_4JL9, J, o• e-- - Debbie J. Willhelm, P.E. Transportation & Public Works Department CNB-2 .11;ww-1 tab i d Faith lcffort and Subic6htm6tor, received iiy &i F6rtn a is less *an i t! ilotil Yps� b9p Mated "I. 11 _ -- -k 3,"Gobd with twort and Subcontractor 'reai4e0'44� }if,no MN,-'B Vc' bonform ,n , V t pation: open Ipnrne Contractor WalVeiAFonn,* if YP'U Will received by -pponin oap yen re., lVed by' 112 ode Io -;np o Ureo= bd goal,jo6nin `after -Z #y u ys =after -the bid IM bid Opening gate. W—f%,City - btiWnlsts.-daYs alter.the tie- 6f j prrmnq date bu's wrilh," Or4 d s a -#IA fi G P064 V 4 City off i t Worth C4r»tractop � p�iBFS Utill ation ii a y ` l' - - T �'A� �, .i��[ •-N..#� 1-�"MR•1�teNlO �'�V i � �Tz+•!.Y f� T+r . A i i �} ., _ r�-T,k. �, k ,. �''.. -�.- ; 7,_ .^s:J 41 I.I'..!m ty5 E /Lct li0at r P}�p1a'8 7 % tint on or't+ve ()sr btci welt" in the bid Wired non-respoE Acahons, �� x ., T Aftydo*oed Offeror agrees to enter into a formal agreement wit utilization schedule, conditioned upon execution of a contract with the i ar4for knowing mi on 'f€rcts is �t ;a sideration of =moo conside bids,': t3Ab �n€i �F F 011STirrri(s) listed itt tiffs . ity +�'it Worth. The intentional I tte li< +on and will temAkiffiA4..... r r p �� —^--•� -- � �^•— �_-- n rr -��,,,�.,-.- --TT---,---�- � � � yr- #?arker, ohnson Coiiit,va'ita,,,.-Iertt ,%- Mi,i �n�iristl�O"allcounties ;'- i • sir; its each Tier level. Tier is the level of subcontracting below the #hfie ,ttractor, i.e , al{ from the prime contractor to a subcontractor is considered 1tier, a payment by a subcont: w44 tier is con >d OurZW - ,3 :n Cerhi3catton deans those firths, loca#ett of--il6 ng business at the tirroe f pig apen'ing within the Matke#pia a that have ' teen �d toi`mined to'be, bor efide.,rriinority:or women-;businesses..by •the North i entrai T xa"s Regional Certification Agi n" °{1alG. R* nr ttie Texas Ueparirnent of Transpartaborf: IX QO;_j), highway division Diso ventaged Business With ilitbrnen Ousine tl terprise {AAly1BEi v t# tie#+t� �ts',r�JtildzEfli'Vi 'I�In ';bnc Via$ 'ttae1 #i$d t1fitS sl 1st ote tt27 c+ertet�at#bk c ii~ i a�aratrat�E may �eae realetiittt T - "� 1a"y"09Nrl utll b#t%bii twit f�t<� e!csty,:-Y.?x-..:: e�v':-_,.,?_. .,.y;:<•.*<<-#tr-e.s...a .. ,_.. :,�. .a:_.- -. �_..,.:..l .::yai ,u- u.. ,-_ . ..�-±Y- ,... ,-sae,-«w°,:v.- _ s__-rT. ,r,-'.�-..• i - ALT I A[:11MCNT 1 A FORT WORTH PAgLl 2 Dt a PYimes are raqulred tG Wenlify ALL subcontracloWsuppliem. regardless of status; i_e.. Minority WDmen and non•MANBEs Maim list MJ+NBE= firms fimt, Ose addMunal wheels if necessary 1 �artiF�caeion � O {pieCic C�6} SUBOONTRACTMSUPPLIER T Detail f3eizxll Company Name I C M M Subcontracting Work Supplies Purchased Collar Amount Address T D W TeleghonefFax r M I3 R p a Rev, 1 ATTACHMENT FA FORTWORii_{ Page 3 of 4 r Primes are required #o identify ALL Suboonlraotorslsuppliers. regardless of status; i.a.. Minprity, �Vornen and non -MANSES. Please list MAIJEE firms first. use adiMional sheers if necessary. Gertifoafien W eck one) SUBCOi+lfRArTOFUSUPPLIER fi ry Company !Jame ; N � T Detail �e#a�l Address a yy C X m Subcontracting Work Supplies Purchased Dollar Amount T P TelephnnelFax r B B C T I }` i I i I i I l Rev. 513C@M �C Of d c i a i'ar' � z ir. fi+�t� of nnilalitratt`p}�1i�r It a n --" Fx 7- t x R Y rr ' - �," fiaTAL DOLLAR AIVIOt1NTALL SUBCiDNTRAC' c Auf 4. or�iractor will�� , 3DrtltuifQ thrs the P f -fie Minority �. ma ' or igf� ug'Pie s -x E2 test for An»IMt of ti#s i�.. +t►v ufii�ified c ": or eletioi4 heI be -Merl iro f-- - — ' affect the t All t 'r �tir 3 ptY he +Offeror iurA agrees to pre adr,roric perfor : voi pr nd iii held e Sri"t-. _ gyp, ! 11.7.71Vf1 Vf TfilGf Vi6 yrltlf V�Y17G10 Ifin.lNf3fa c11t+.nasyc�. �1tTs/�crorn �,} ar�hA�Ily�iaiai ntiate th{,iet t _� �t�f l' u10j1@e 0...t'�s.,a' a 1S:T1dC�S�?�iil��irlll� the CC?1)Ir�8}3 '' � t r! Ing fa -on ur ,� St r ?fnii is �+m� aiiur #o�i ortttri� ce Et oft ��Ca�t� th �. ' � * °jod ofiim� not l iars s F �ryi d y 7 _ � sue. -! • 1'� r 'E� st - IN a Cor Ct 1dame/TRIe.t11 different) ,. mW '(ei® hone an Pax ilr�gs#iil telZfpf¢ k 3�. ' . ( �. A t } i' • 6 Lyty. PROPOSAL TO: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH, TEXAS 76102 FOR: Paving Improvements For South Adams Street Between W. Magnolia Ave. and W. Rosedale St. City Project No. 01351 TPW Project No. C293- 209620135183 DOE No. 5238 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 of the Transportation and Public Works Department of the City of Fort Worth. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (f) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance, Payment and Maintenance Bonds acceptable to and approved by the City of ti Fort Worth for performing and completing the said work within the time stated and for the following sums, to -wit: SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM ITEM QUANTITY UNIT PRICES WRITTEN IN WORDS PRICE BID Prebid 1 2 EA Sign — Project Designation — Install @ SP 68 Two Hundred Dollars & No Cents Per EA $ 200.00 S 400.00 P-1 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM ITEM QUANTITY UNIT PRICES WRITTEN IN WORDS PRICE BID Prebid 2 8 EA Valve Box — Adjustment with Steel 450 Riser @ SP 71 Two Hundred Dollars & No Cents Per EA $ 200.00 $ 1.600.00 Prebid 3 1 EA Valve Box w Adjustment with Concrete 406 Collar @ 450 Three Hundred Dollars & SP 71 No Cents Per EA $ 300.00 $ 300.00 Prebid 4 1 EA Manhole — Adjustment with Steel 450 Riser @ SP 72 Two Hundred Fiftv Dollars & No Cents Per EA $ 250.00 $ 250.00 Prebid 5 1 EA Manhole — Adjustment with Concrete 406 Collar @ 450 Three Hundred Fiftv Dollars & SP 72 No Cents Per EA $ 350.00 $ 350.00 Prebid 6 1 LS Remobilization @ SP 70 Five Hundred Dollars & No Cents Per LS $ 500.00 $ 500.00 D-52 7 7 EA Water Service — 1 inch — Relocate @ "detkDollars & 10-0 Cents Per EA $ $ 3�oa D-52 8 7 EA Meter Box — Relocate @ ollars & !>�D ents Per EA $ A-50 $ 1050 104 9 1,160 LF Curb & Gutter — Remove @ SP 54 wdr� Dollars & /J'ttCents Per LF I �� $ $) P-2 i a r SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM ITEM QUAN'[TI'Y UNIT PRICES WRITTEN IN WORDS PRICE BID 104 10 2,690 SF Walk — Remove SP 53 r, (/" Dollars & A" Cents Per SF S f o .. 104 11 1,820 SF Driveway — Remove Qa SP 53 Dotlus & Cents Per SF S S l k--IO 106 12 350 CY Unclassified Street Excavation aQ SP 41 A,AWVki Doflan & AA ' o /!mod Cents Per CY S S 275 * 13 12.7 TN Sabgrade — 6 inch — Cement Stabilized — SP 63 26#/SY — Install Dollars & Cents Per TN S /00 S A2 % 0 300 * 14 1,495 SY Pavement — 3 inch — Type D — Install 310 * 340 * Dollars & SP 47 r +�� Cents Per SY �— S a©7r SP 51 275 * 15 1,495 SY Pavement — 8 inch — Pulverization SP 64 Rehab �a@ Dollars & Cents Per SY S 3 S 275 * 16 19.4 TN Pavement — Cement Modification SP 64 26#/SY — Install Q � Az4Xi �. llars & dents Per TN ��� S S 314 17 902 SY Concrete Pavement — 6 inch — Install (� SP 42 .. SP74 & /1116 Cents Per SY S 35 S a P-3 (Addendum 3) SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM ITEM QUANTITY UNIT PRICES WRITTEN IN WORDS PRICE BID EW 314 18 1,000 LF Silicone Joint Sealing @ SP 43 mom � Dollars & Per LF 50 i Cents $ $ /S00 r ' 502 19 1,184 LF Curb & Gutter — 6 inch w/18 inch SP 44 Gutter — Install @ SP 52 Dollars & SP 60 /nC) Cents Per LF $ A? 0 0� 504 20 2,020 SF Walk — 5 foot — Install @ SP 52 SP 58 �. Dollars & AL --Cents Per SF ZTO $ $ 7t9 %iq 504 21 1,900 SF Driveway — 6 inch — Install @ SP 52 SP 56 Dollars & !hIO Cents Per SF $ $ 710,90 522 22 184 LF Conduit — 2 inch — Sch 80 — Install @ Dollars & Cents Per LF $ /O $ 522 23 2 EA Electrical Pull Box —.Install @ —_ J-�l�lnDollars & Cents Per EA $ 6D0 $ /.Poo SP 95 24 1 LS Traffic CoZ44ollars& Ak7 Cents Per LS Q $0 $ $ TOTAL BID Im Spec Items marked with * are TxDOT 2004 Standard Specifications For Construction and Maintenance of Highways, Streets, and Bridges. P-4 This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes. All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in, employment practices. The undersigned agrees to complete all work covered by these contract documents within one hundred twelve (112) Calendar Days from and after the date for commencing work as set forth in the written Work order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas. Within Ten (10) Calendar Days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract. The attached deposit G check in the sum of Dollars is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. The Contractor shall mobilize within ten (10) calendar days of the notice given by the Construction Engineer. If the contractor fails to begin the work within ten (10) calendar days, a $200 dollars liquidated damage will be assessed per Block per day. I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. I (Initials) kw Addendum No. 2 (Initials) Addendum No. 3 (Initials) (Sea)) Date: Y P-5 Respectfully submjtted, Compan&Name V By: Signature O*Oey -s Printed Name of Principal Q� Address:a,Z5r �; �_/, 'A>iT E-mail Address:,�rt Telephone: X % c3% 1— c� PRE -QUALIFIED SUB -CONTRACTOR LIST SUB -CONTRACTOR Indicate Unit(s)/Section(s) Detail Subcontracting Company Name Working Work Address Telephone/Fax wo so M jw .r no J. W. 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. 16 Vk,,& By: J(0.9&w AWA96- Coml any (Please print) C 6//Pai g nature: Address Ae e-c. 76a LIP Title: —2L� 5plww� City/State/Zip (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION SPECIAL INSTRUCTIONS TO BIDDERS 1) PREOUALIFICATION REOUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non -responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and .. admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. 09/ 10/04 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in rt 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 C L Supplementary Conditions To Part C General 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 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. _ "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty- five (45) calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions 09/10/04 2 i or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will �- defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("With Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non -responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts (other than a negligent i misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. 09/10/04 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 `F has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. —• e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 09/ 10/04 4 L J .. MP ow MP MW sw MW 4W aw .. W PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER 1, 1987 TABLE OF CONTENTS C1-1 DEFINITIONS C1-1.1 Definition of Terms C1-1(1) C1-1.2 Contract Documents C1-1(1) C1-1.3 Notice to Bidders C1-1(2) C1-1.4 Proposal C1-1(2) C1-1.5 Bidder C1-1(2) C1-1.6 General Conditions C1-1(2) C1-1.7 Special Conditions C1-1(2) C1-1.8 Specifications C1-1(2) C1-1.9 Bond C1-1(3) C1-1.10 Contract C1-1(3) C1-1.11 Plans C1-1(3) C1-1.12 City C1-1(3) C1-1.13 City Council C1-1(3) C1-1.14 Mayor C1-1(3) C1-1.15 City Manager C1-1(4) C1-1.16 City Attorney C1-1(4) C1-1.17 Director of Public Works C1-1(4) C1-1.18 Director, City Water Department C1-1(4) C1-1.19 Engineer C1-1(4) C1-1.20 Contractor C1-1(4) C1-1.21 Sureties C1-1(4) C1-1.22 The Work or Project C1-1(4) C1-1.23 Working Day C1-1(5) C1-1.24 Calendar Day C1-1(5) C1-1.25 Legal Holiday C1-1(5) C1-1.26 Abbreviations C1-1(5) C1-1.27 Change Order C1-1(6) C1-1.28 Paved Streets and Alleys C1-1(6) C1-1.29 Unpaved Streets and Alleys C1-1(7) C1-1.30 City Streets C1-1(7) C1-1.31 Roadway C1-1(7) C1-1.32 Gravel Street C1-1(7) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 Proposal Form C2-2(1) C2-2.2 Interpretation of Quantities C2-2(2) C2-2.3 Examination of Contract Documents and Site C2-2 (2) C2-2.4 Submitting of Proposal C2-2(3) C2-2.5 Rejection of Proposals C2-2(3) C2-2.6 Bid Security C2-2(3) C2-2.7 Delivery of Proposal C2-2(4) C2-2.8 Withdrawing Proposals C2-2(4) C2-2.9 Telegraphic Modification of Proposals C2-2(4) C2-2.10 Public Opening of Proposals C2-2(4) C2-2.11 Irregular Proposals C2-2(5) C1-1 (1) qW C2-2.12 Disqualification of Bidders C2-2(5) C3-3 AWARD OF EXECUTION OF DOCUMENTS C3-3.1 Consideration of Proposals C3-3(1) C3-3.2 Minority Business Enterprise/ Women -Owned Business Enterprise Compliance C3-3(1) C3-3.3 Equal Employment Provisions C3-3(1) C3-3.4 Withdrawal of Proposals C3-3(2) C3-3.5 Award of Contract C3-3(2) C3-3.6 Return of Proposal Securities C3-3(2) C3-3.7 Bonds C3-3(2) C3-3.8 Execution of Contract C3-3(4) C3-3.9 Failure to Execute Contract C3-3(4) C3-3.10 Beginning Work C3-3(4) C3-3.11 Insurance C3-3(4) C3-3.12 Contractor's Obligations C3-3(7) C3-3.13 Weekly Payroll C3-3(7) C3-3.14 Contractor's Contract Administration C3-3(7) C3-3.15 Venue C3-3(8) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4(1) C4-4.2 Special Provisions C4-4(1) C4-4.3 Increased or Decreased Quantities C4-4(1) C4-4.4 Alteration of Contract Documents C4-4(2) C4-4.5 Extra Work C4-4(2) C4-4.6 Schedule of Operations C4-4(4) C4-4.7 Progress Schedules for Water and Sewer Plant Facilities C4-4(4) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5(1) C5-5.2 Conformity with Plans C5-5(1) C5-5.3 Coordination of Contract Documents C5-5(2) C5-5.4 Cooperation of Contractor C5-5(2) C5-5.5 Emergency and/or Rectification Work C5-5(3) C5-5.6 Field Office C5-5(3) C5-5.7 Construction Stakes C5-5(3) C5-5.8 Authority and Duties of Inspectors C5-5(4) C5-5.9 Inspection C5-5(5) C5-5.10 Removal of Defective and Unauthorized Work C5-5(5) C5-5.11 Substitute Materials or Equipment C5-5(6) C5-5.12 Samples and Tests of Materials C5-5(6) C5-5.13 Storage of Materials C5-5(7) C5-5.14 Existing Structures and Utilities C5-5(7) C5-5.15 Interruption of Service C5-5(8) C5-5.16 Mutual Responsibility of Contractors C5-5(9) C5-5.17 Cleanup C5-5(9) C5-5.18 Final Inspection C5-5(9) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY bw 4" to ■w 171 Md a. or MW 1W 2W •w C1-1 (1) 1W 4W C6-6.1 Laws to be Observed C6-6(1) C6-6.2 Permits and Licenses C6-6(1) ,.. C6-6.3 Patented Devices, Materials and Processes C6-6(1) C6-6.4 Sanitary Provisions C6-6(2) C6-6.5 Public Safety and Convenience C6-6(2) C6-6.6 Privileges of Contractor in Streets, Alleys, and Rights -of -Way C6-6(3) C6-6.7 Railway Crossings C6-6(4) C6-6.8 Barricades, Warnings and Watchmen C6-6(4) C6-6.9 Use of Explosives, Drop Weight, etc. C6-6(6) C6-6.10 Work Within Easements C6-6(6) C6-6.11 Independent Contractor C6-6(8) C6-6.12 Contractor's Responsibility for Damage Claims C6-6(9) C6-6.13 Contractor's Claim for Damages C6-6(9) C6-6.14 Adjustment or Relocation of Public Utilities, etc. C6-6(10) C6-6.15 Temporary Sewer Drain Connections C6-6(10) C6-6.16 Arrangement and Charges of Water .. Furnished by City C6-6(10) C6-6.17 Use of a Section or Portion of the Work C6-6(11) C6-6.18 Contractor's Responsibility for Work C6-6(11) C6-6.19 No Waiver of Legal Rights C6-6(11) C6-6.20 Personal Liability of Public Officials C6-6(12) C6-6.21 State Sales Tax C6-6(12) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7(1) C7-7.2 Assignment of Contract C7-7(1) C7-7.3 Prosecution of the Work C7-7(1) C7-7.4 Limitations of Operations C7-7(2) C7-7.5 Character of Workmen and Equipment C7-7(2) C7-7.6 Work Schedule C7-7(3) C7-7.7 Time of Commencement and Completion C7-7(4) C7-7.8 Extension of Time of Completion C7-7(4) C7-7.9 Delays C7-7(5) C7-7.10 Time of Completion C7-7(5) C7-7.11 Suspension by Court Order C7-7(6) C7-7.12 Temporary Suspension C7-7(6) C7-7.13 Termination of Contract Due to National Emergency C7-7(7) C7-7.14 Suspension or Abandonment of the Work and Annulment of Contract C7-7(8) C7-7.15 Fulfillment of Contract C7-7(10) C7-7.16 Termination for Convenience of the Owner C7-7(10) C7-7.17 Safety Methods and Practices C7-7(13) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement of Quantities C8-8(1) C8-8.2 Unit Prices C8-8 (1) C8-8.3 Lump Sum C8-8(1) C8-8.4 Scope of Payment C8-8(1) C8-8.5 Partial Estimates and Retainage C8-8(2) C1-1 (1) 4W C8-8.6 Withholding Payment C8-8.7 Final Acceptance C8-8.8 Final Payment C8-8.9 Adequacy of Design C8-8.10 General Guaranty C8-8.11 Subsidiary Work C8-8.12 Miscellaneous Placement of Material C8-8.13 Record Documents SECTION C1-1 DEFINITIONS C8-8 (3) C8-8 (3) C8-8 (3) C8-8 (4) C8-8 (5) C8-8(5) C8-8(5) C8-8 (5) PART C - GENERAL CONDITIONS C1-1 DEFINTIONS C1-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: C1-1.2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items: PART A - NOTICE TO BIDDERS (sample) White PART B - PROPOSAL (sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow W* wo to MW FW nr so sm Wff ow r C1-1 (1) 1W a (Developer) Brown PART D - SPECIAL CONDITIONS Green VW PART E - SPECIFICATIONS El -White E2-Goldenrod E2A-White ow PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White Wff 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 .r PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS MW y.. aw 1W .r s No W PART G - CONTRACT PART H - PLANS (Usually bound separately) wo 2W C1-1.3 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 MW contemplated under the Contract Documents constitutes the Notice to Bidders. C1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the ow Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. ,. C1-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for aw performing the work contemplated under the Contract Documents, constitutes a bidder. kw C1-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in.r accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions, the latter shall take precedence and shall govern. '� C1-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they " provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. w C1-1.8 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, nr workmanship, equipment and services in order to render a completed and useful project. Whenever reference is made to ow C1-1 (2) km w 4W ar 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. C1-1.9 BOND: The bond or bonds are the written guarantee or s security furnished by the Contractor for the prompt and faithful performance of the contract and include the following: VW a. Performance Bond (see paragraph C3-3.7) b. Payment Bond (see paragraph C3-3.7) C. Maintenance Bond (see paragraph C3-3.7) VW d. Proposal or Bid Security (see Special Instructions to Bidders, Part a and C2-2.6) bw C1-1.10 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. ow C1-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail ON 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 vo 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 up 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. dw C1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State nr 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 Worth is by Charter vested VW in the City Manager. The terms City and Owner are synonymous. C1-1.13 CITY COUNCIL: The duly elected and qualified governing "' body of the City of Fort Worth, Texas. C1-1.14 MAYOR: The officially elected Mayor, or in his absence, VW the Mayor Pro tem of the City of Fort Worth, Texas. q0 MW C1-1 (3) k" rs C1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. C1-1.16 CITY ATTORNEY: The officially appointed City Attorney ..4 of the City of Fort Worth, Texas, or his duly authorized representative. C1-1.17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. C1-1.18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or AW agents. C1-1.19 ENGINEER: The Director of Public Works, the Director aw of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular VW duties entrusted to them. C1-1.20 CONTRACTOR: The person, persons, partnership, company, ,W 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. wr C1-1.21 SURETIES: The Corporate bodies which are bound by such bonds are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C1-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited *W to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. wo ur C1-1 (4) .w No C1-1.23 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. C1-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. C1-1.25 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: 1. New Year's Day January 1 2. M.L. King, Jr. Birthday Third Monday in January .. 3. Memorial Day Last Monday in May 4. Independence Day July 4 5. Labor Day First Monday in September 6. Thanksgiving Day Fourth Thursday in November 7. Thanksgiving Friday Fourth Friday in November 8. Christmas Day December 25 9. Such other days in lieu of holidays as the City Council may determine. .. When one of the above named holidays or a special holiday declared by the City Council, falls on Saturday, the holiday shall be observed on the preceding Friday, or if it falls on MW Sunday, it shall be observed on the following Monday by those employees working on working day operations. Employees working calendar day operations will consider the calendar holiday as the holiday. C1-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents, the intent and meaning shall be as follows: AASHTO - American Association of State Highway Transportation MW Officials ASCE - American Society of Civil Engineers LAW - In Accordance With AWWA - American Water Works Association ASA - American Standards Association HI - Hydraulic Institute C1-1 (5) W No Asph. - Asphalt Ave. - Avenue Blvd. - Boulevard JW CI - Cast Iron CL - Center Line GI - Galvanized Iron Lin. - Linear or Lineal lb. - Pound MH - Manhole Max. - Maximum MGD -Million Gallons per Day CFS - Cubic Foot per Second Min. - Minimum ' Mono. - Monolithic % - Percentum R - Radius ' I.D. - Inside Diameter O.D. - Outside Diameter Elev. - Elevation F - Fahrenheit C - Centigrade In. - Inch Ft. - Foot St. - Street CY - Cubic Yard 11e Yd. - Yard SY - Square Yard L.F. - Linear Foot MW D.I. - Ductile Iron C1-1.27 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 VW information as necessary furnished by the Contractor. C1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall tr be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: Wo C1-1 (6) tr 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. C1-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, .. roadway or other surface is any area except those defined above for "Paved Streets and Alleys." MW C1-1.30 CITY STREETS: A city street is defined as that area between the right-of-way lines as the street is dedicated. C1-1.31 ROADWAY: The roadway is defined as the area between No parallel lines two (21) feet back of the curb lines or four (41) feet back of the average edge of pavement where no curb exists. r-_� go .. C1-1.32 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. C1-1 (7) 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 to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten (10%) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received. Such experience must have 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 (1) No V IW 4- to .. to 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) 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) s to s. AM 4W 4- 1W w aK wo three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security *� of all other bidders may be returned promptly after the canvass of bids. . �• C2-2.7 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. MW C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: any bidder may modify his proposal by telegraphic communication at any time .w 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 "R 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 rr mo C2-2 (4) the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. .� C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions, alterations of to 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 w 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. imp 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. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. C. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d. The bidder being in arrears on any existing contract or having defaulted on a previous contract. e. The bidder having performed a prior contract in an unsatisfactory manner. f. Lack of competency as revealed by the financial statement, experience record, equipment schedule, and such inquiries as the Owner may see fit to make. g. Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h. The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions. 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. +w C2-2 (5) 40 MW 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2 (6) 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 any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re -advertise for new proposals, or to proceed with the work in any manner as 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 in VW bw +r 1W VkW 4W VW so r. MW WL C3-3 (1) M 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. 4OW 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. s 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: low 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 am C3-3 (2) MW 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 C8-8.10. 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 until all payments as above stipulated are made. e. 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 wh in default or delinquent on any bonds or whic any litigation against the owner. All bond the forms furnished by the Owner and shall approved surety .company doing business in Worth, Texas, and which is acceptable to the be acceptable, the name of the surety shall current U.S. Treasury list of acceptable amount of bond written by any one acceptabl e .6a to UN %W up to 1W to Aw 40 r.. Mt C3-3 (3) r s MM ,. 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 MW 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 MP 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 MP 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 aw 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 'W termed the "Work Order" or "Proceed Order", it is agreed that the surety Company will, within ten 910) days after the commencement 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 u. 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 CM (4) wr M" 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: 2. 3. 4. 5. 21 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 requirements Liability (covers all indemnification of Contract). C3-3 (5) sm W "A W No 00 ow to "+ VW we so 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 MW than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on ..r 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. VW .. 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 w C3-3 (6) so 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) V* AV %kV No U. 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 ,w 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. +yr C3-3.15 VENUE: Venue of any action herein shall be exclusively in Tarrant County, Texas. MW low W6 w C3-3 (8) as PART C-GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C4-4 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra 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, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by 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 C44 (1) L7 r 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. a.r C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided, however, that ,,. before any extra work is begun a "Change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. MW 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 MW 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) W 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 Work or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and .. shall keep an accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. '! The compensation agreed upon for "extra work" whether or not 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. C44 (3) L7 C4-4.6 SCHEDULE OF OPERATIONS: Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner's approval thereof, a "Schedule of Operations," showing by a straight line method the date of commencing and finishing each of the major elements of the -• contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There shall be presented also a composite graph showing the anticipated .. progress of construction with the time being plotted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepared on 8 ',� " X 11" 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 -r 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. s As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in s 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) 4W 4W b. The construction process shall be divided into activities with time durations of approximately fourteen (14) days and construction values not to ,W exceed $50,000. Fabrication, delivery 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 accounted for within the duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a PM 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. 'W f. Thirty days shall be used for submittal review unless otherwise specified. on 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 MW activities in enough detail to achieve activities of approximately fourteen(14) days' duration. For each general category, the construction schedule shall Ms 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. M 2. Submittal review periods. 3. Shop fabrication and delivery. 4M 4. Erection or installation. aff PA C44 (5) 40, tr Pdl no ■. 5. Transmittal of manufacturer's operation and maintenance instructions. 6. Installed equipment and materials testing. 7. Owner's operator instruction (if applicable). .. 8. Final inspection. 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 MP 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. AW 4W M C4-4 (6) PART C-GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. He shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the contract, compensation, mutual rights 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. C5-5.2 CONFORMITY WITH PLAN shall conform with lines, dimensions shown on the otherwise described in the from the approved Contract during construction will Engineer and authorized by t . The finished project in all cases grades, cross -sections, finish, and plans or any other requirements Contract Documents. Any deviation Documents required by the Engineer n all cases be determined by the ze Owner by Change Order. C5-5 (1) 1W 40 0- C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract G 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 J, 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 Csuch corrections or interpretations as may be deemed necessary i 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. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be tof 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. .a The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate .t 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 r� M C5-5 (2) W A l PART C-GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY 1 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 Rt 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. IN C6-6.3 PATENTED DEVICES, MATERIALS AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract prices shall include all royalties or 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 a brought for the infringement of any patent claimed to be infringed upon by the design, type of construction or material W C6-6 (1) -r s +rr or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on WK 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 'W 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 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) M& .r. The materials excavated and the construction materials, such as pipe, used in the construction of the work shall be placed so as Aw 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 10 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. Mp 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 ,n 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 ML 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 M showing all such claims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT- 4M 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- to way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in am 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 Vm 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 `M performing the work and take all precautions for safety of property and the public. Negotiations with the railway companies for permits shall be done by and through the City. The Contractor shall give the City notice not less than five days prior to the time of his 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, r. 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 'o` and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away, 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. RM C6-6 (4) L-1 MA All installations and procedures shall be consistent with the provisions set forth in the "1980 Texas Manual on Uniform it 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 OIL Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. WE 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. 4W The Contractor will be held responsible for all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work, the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and "` for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the work and materials involved in the constructing, providing, and Im 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 AM for the proper protection, safety, and convenience of the public kd C6-6 (5) �w aw 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 less 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 s 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 r. traffic routes. "1 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 mp 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 NU C6-6 (6) im 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. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor, and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights -of -way or easements of obstructions, which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use 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 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants whose land or interest in land might 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) N" hr rJ 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. .r Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site .r 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 'r separate payment shall be allowed for any service associated with this work. Ma 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. C6-6.11 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 ,F 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 such injury, damage or death is caused, in whole or in part, py 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 neqliqence 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. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which any such damage is claimed to have been i. sustained, the Contractor shall file with the Engineer an itemized statement of the details and amount of such alleged C6-6 (9) MW �20 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 �2 waived, and he shall not be entitled to payment on account of such damages. jW 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 ow 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. ur 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 r 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) V-3 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 E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the ~ City Ordinance, or where no ordinance applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written order of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or to deficient operations on the part of the Contractor, shall be 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 low 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. .f. 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 1=6 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 w 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 30 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 *w the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly -owned improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (H) of the Texas limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. 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) a* PART C-GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS C7-7.1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of 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. 40 C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, convey, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any state, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operation, the Contractor shall submit to the ,r Engineer in five or more -copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a C7-7 (1) ,6 w 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 commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. The sequence requested of all construction operations shall be do 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. mn 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) a" a. summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or be found to be incompetent, .. disrespectful, intemperate, dishonest, or 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 ON equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such bw 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 am 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 am on any portion of the work shall be such that no injury to the work, workmen or adjacent property will result from its use. to 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" 1W 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: MW 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 project on such a specific Saturday, Sunday or Legal Holiday must be, in the .. opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or C7-7 (3) .. low no no 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 C1-1.24 and the Contractor may no 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 Engineer within seven days from and after the time alleged •- cause of delay shall have occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will be given to 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) M If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than •• those set forth in the approved Contract Documents, then the contract time may be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct, shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by .. specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge .. of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the contract. Each bidder shall indicate in the appropriate place on the last page of the Proposal the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the Proposal section of the contract documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or the increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following C7-7 (5) M M CJ M 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 DAMAGES Less than $5,001 to 5,001 to 25,001 to 50,001 to 100,001 to 500, 001 to 1,000,001 to 2,000,001 and over LIQUIDATED $5, 000 15,000 25,000 50,000 100,000 500,000 1,000,000 2,000,000 $35.00 45.00 63.00 105.00 154.00 210.00 315.00 420.00 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be 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. C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any Court, and will not be entitled to additional compensation by virtue of such Court Order. Neither will he be liable to the _ City in the event the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unfavorable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. C7-7 (6) mr If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner v 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 .o 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. a„ 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 MW 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) aw 10 h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud 1W 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. MW j. If the Contractor shall, for any cause whatsoever, fail to carry on the working operation in an ow acceptable manner. k. If the Contractor commences legal action against the Owner. A copy of the suspension order or action of the City Council — shall be served on the Contractor's Sureties. When work is suspended for any cause or causes, or when the contract is cancelled, the Contractor shall discontinue the work or such .. part thereof as the Owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with the written No 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 `w 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 No 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 No 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 tir C7-7 (9) ow .. w Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such part thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the Owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain 'r 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 .r 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 (10) %W 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 r 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; ..r and no proof in any claim, demand or suit shall be required of the Owner regarding such discretionary action. .. B. CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: 'w 1. Stop work under the contract on the date and to the extent specified in the notice of r termination; 2. Place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3. Terminate all orders and subcontracts to the .. extent that they relate to the performance of work terminated by the not5ice of termination; 4. Transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, `W directed by the Engineer: a. the fabricated or unfabricated parts, work "' in process, completed work, supplies and other material produced as a part of, or acquired in connection with the performance r of, the work terminated by the notice of termination; and b. the completed, or partially completed plans, r drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. 5. Complete performance of such part of the work as shall not have been terminated by the notice of termination; and MW C7-7 (11) .. r 6. Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the contractor and in which the Owner has or may ,r acquire the rest. C. TERMINATION CLAIM: Within 60 days after notice of .o termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. D. AMOUNTS: Subject to the provisions of Item C7-7.16 (C), the Contractor and Owner may agree upon the whole or any part of the amount or amounts to be paid to the contractor by reason of the total or partial termination of work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise made and as further reduced by the contract price of work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits. Nothing in C7-7.16(E) hereafter, prescribing the amount to be paid to the Contractor in the event of failure of the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7- 7.16 (D) upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this section the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. no C7-7 (12) kow ow F. DEDUCTIONS: In arriving at the amount due the contractor under this section, there shall be deducted ,R (a) all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; (b) any claim which the Owner may have against the Contractor in connection with this contract; and (c) the agreed price for, or the proceeds of sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. .. G. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the " Engineer a request in writing for an 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 r the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. r 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 r 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) W %W PART C-GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 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 items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all 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 (1) r 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 ,r paragraph C5-5.14) 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 „W 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 ow acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used '!' or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfection, to or damage shall have been discovered on or before the final inspection and acceptance of work or during the one year guaranty period after final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and 5th day of each month the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done r 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- r 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 ow C8-8 (2) .. to of the estimate have not been installed. Such payment will be allowed on a basis of 85% of the net invoice value thereof. The .. Contractor shall furnish the Engineer such information as he may request to aid 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 and recommend final acceptance of the project and final payment therefor as outlined in C8-8.8 below. ow 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 the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under Contract Documents or any act or neglect of said City relating to or 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. r aw rr ow .. rr .. ■r W .. C8-8 (4) aw eh* win C8-8.10 GENERAL GUARANTY: Neither the final certificate of qW 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 resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified 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 item. 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 specifications, plans, addenda, modifications, shop +� drawings and samples at the site, in good order and annotated to show all changes made during the construction process. These shall be delivered to Engineer upon completion of the work. 71 up SECTION CI: SUPPLEMENTARY CONDITIONS TO PART C - GENERAL CONDITIONS A. 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. B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the loth day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C - General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D - Special Conditions. D. C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised Pg. 1 10/24/02 E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not anv such iniurv. damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or emplovees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries 'w 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 emplovees. 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. F. INCREASED OR DECREASED OUANTITIES: 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. G. C3-3.11 INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL +� Revised Pg. 2 10/24/02 INSURANCE REOUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non -renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self -funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the - project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self -funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. Revised Pg. 3 10/24/02 m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or . equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, — imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Revised Pg. 4 10/24/02 Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C - General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL. Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth 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 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 Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: Revised Pg. 5 10/24/02 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 C3-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". L. RIGHT TO AUDIT: Part C - General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: — (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. .. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: 1. 50 copies and under - 10 cents per page — Revised Pg. 6 10/24/02 r_ 2, More than 50 copies - 85 cents for the first page plus fifteen cents for each page thereafter M. SITE PREPARATION: The Contractor shall clear rights -of -way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6.10 work within easements, page C6-6(4), part C - General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C - General Conditions, Section C6-6.8 BARRICADES. WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. O. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; fin-ther, 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 Pg. 7 10/24/02 Id r--j P. WAGS; m k Sec n p-3 �3 of the. Ge�ral Conditions is deleted and eplarec� with `,th�'fi�llo �F .. (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. 9M (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (1) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; IMM and (u) 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. boo ►ntr�rs�o ��'�� �a� i�) a�ve `` �+ (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: Revised Pg. 8 10/24/02 *. aw W so off ipm Nd no Ur HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator $10.06 s Asphalt Distributor Operator $13.99 Asphalt Paving Machine Operator $12.78 Asphalt Raker $11.01 Asphalt Shoveler $ 8.80 ` Batching Plant Weigher $14.15 1 Broom or Sweeper Operator $ 9.88 Bulldozer Operator $13.22 Carpenter $12.80 Concrete Finisher, Paving $12.85 Concrete Finisher, Structures $13.27 Concrete Paving Curbin�g Machine O rator $12.00 I Concrete Paving Finishing Machine operator $13.63 I _ { Concrete Paving Joint Sealer Operator $12.50 j Concrete paving Saw Operator $13.56 { Concrete Paving Spreader Operator $14.50 I _ I Concrete Rubber $10.61 { Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator $14.12 Electrician $18.12 Flagger $ 8.43 I Form Builder/Setter, Structures $11.63 { Form Setter, Paving & Curb $11.83 { Foundation Drill Operator, Crawler Mounted $13.67 { Foundation Drill O erator, Truck Mounted $16.30 Front End Loader t�perator $1162 Laborer, Common $ 9.18 { { laborer, Utility 1 $10.65 Mechanic $16.97 ` Milling; Machine Operator. Fine Grade $11.83 Mixer Operator $11.58 Motor Grader Operator, Fine Grade $15.20 Motor Grader Operator, Rough $14.50 " Oiler $14.98 Painter, Structures $13.17 { Pavement Marking Machine Operator $10.04 { a Nelayer $11.04 { Reinforcing Steel Setter, Paving $14.86 { Reinforcing Steel Setter, Structure $16.29 j Roller Operator, Pneumatic, Self -Propelled $11.07 I Roller Operator, Steel Wheel, Flat Wheel/Tamping $10.92 { Roller Operator, Steel Wheel, Plant Mix Pavement $11.28 Scraper Operator $11.42 Servicer 1 $12.32 { _ SIip Form Machine Operator I $12.33 I Spreader Box Operator I $10.92 Tractor Operator, Crawler Type I $12.60 I Tractor Operator, Pneumatic I $12.91 Traveling Mixer Operator $12.03 I Truck Driver, Lowboy -Float $I4.93 Truck Driver, Sin le Axle, Heavy $11,47 Truck Driver, Sine Axle Light $10.91 I Track Driverjan em Axle, $emi-Trailer $11.75 I 1 Truck Driver Transit -Mix ( $12.08 Wa on Drill,�oring Machine, Post Hole Driller Operator I $I4-00 Weer j $13.57 I Work Zone Barricade Servicer I $10.09 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY AC Mechanic Helper $12.OD Plumber Helper Acoustical Ceiling Mechanic $15.24 Reinforcing Steel Setter Bricklayer/Stone Mason $19.12 Roofer Bricklayer/Stone Mason Helper $10.10 Roofer Helper Carpenter $16.23 Sheet Metal Worker Carpenter Helper $11.91 Sheet Metal Worker Helper Concrete Finisher $13.49 Sprinkler System Installer Concrete Form Builder $13.12 Sprinkler System Installer Helper Drywall Mechanic $14.62 Steel Worker Structural Drywall Helper $10.91 Concrete Pump Crane, Clamsheel, Backhoe, Derrick, D'Line Drywall Taper $13.00 Shovel jI j Drywall Taper Helper $9.00 Forklift Electrician (Journeyman) $20.20 Front End Loader II 4 Electrician Helper $14.43 Truck Driver Electronic Technician $19.86 Welder Electronic Technician Helper $12.00 Welder Helper Floor Layer (Resilient) $20.00 Floor Layer Helper $13.00 Glazier 518.00 Glazier Helper $13.00 Insulator $14.78 Insulator Helper $11.25 Laborer Common $10.27 Laborer Skilled $13.1 B i Lather $16.10 Painter $14.83 jI Painter Helper $8.00 jj + Pipefitter $18.85 Pipefitter Helper $12.83 Plasterer $17.25 Plasterer Helper $12,25 $14.90 510.00 $14.OD $10.OD $16.96 $12.31 $18.00 $9.00 $17.43 $20.50 $17.76 $12.63 $10,50 $14.91 $16.06 $9.75 Compliance with and Enforcement of Prevailing Wage Laws (a) Dutv to vav 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. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the 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. (c) Complaints of Violations and Citv 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 3 1 " 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. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not 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 1 lth 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 r decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. (e) Records to be 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. (f) Pav Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) Subcontractor Comnliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. PART D - SPECIAL CONDITIONS DD=1 GENERAL.....................................................................................................................3 D-2 COORDINATION MEETING.........................................................................................5 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ................5 D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT................................7 D- 5 CROSSING OF EXISTING UTILITIES..........................................................................7 D- 6 EXISTING UTILITIES AND IMPROVEMENTS..............................................................8 D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES...........................................................8 D- 8 TRAFFIC CONTROL.....................................................................................................9 D- 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..........................................................................................12 r 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............................................................................13 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 F 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 D- 32 DISPOSAL OF SPOIUFILL MATERIAL.......................................................................23 a, D- 33 MECHANICS AND MATERIALMEN'S LIEN.................................................................23 D- 34 SUBSTITUTIONS........................................................................................................23 D- 35 PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............24 D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES..........................................27 ww D- 37 BYPASS PUMPING.....................................................................................................28 D- 38 POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .......... 28 F 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 w D- 44 CITY OF FORT WORTH STANDARD PRODUCT LIST..............................................33 uw D- 45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING 33 D- 46 CONFINED SPACE ENTRY PROGRAM.....................................................................38 D- 47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................39 vw D- 48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS)......................39 D- 49 CONCRETE ENCASEMENT OF SEWER PIPE..........................................................40 wv 03112109 SC-1 PART D - SPECIAL CONDITIONS D- 50 CLAY DAM...................................................................................................................40 D- 51 EXPLORATORY EXCAVATION (D-HOLE).................................................................40 D- 52 INSTALLATION OF WATER FACILITIES....................................................................40 52.1 Polvvinvl Chloride (PVC) Water Pipe...........................................................................40 52.2 Blockinq....................................................................................................................... 41 52.3 Tvpe of Casinq Pipe.....................................................................................................41 52.4 Tie-Ins.........................................................................................................................41 52.5 Connection of Existinq Mains.......................................................................................41 52.6 Valve Cut-Ins...............................................................................................................42 52.7 Water Services............................................................................................................42 52.8 2-Inch Temporary Service Line....................................................................................44 52.9 Purqinq and Sterilization of Water Lines......................................................................45 52.10 Work Near Pressure Plane Boundaries.......................................................................45 52.11 Water Sample Station..................................................................................................46 52.12 Ductile Iron and Grav Iron Fittings................................................................................46 D- 53 SPRINKLING FOR DUST CONTROL..........................................................................47 D- 54 DEWATERING............................................................................................................47 D- 55 TRENCH EXCAVATION ON DEEP TRENCHES..............:..........................................47 D- 56 TREE PRUNING..........................................................................................................47 D- 57 TREE REMOVAL.........................................................................................................48 D- 58 TEST HOLES..............................................................................................................48 D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION........................................................................................................49 D- 60 TRAFFIC BUTTONS....................................................................................................49 D- 61 SANITARY SEWER SERVICE CLEANOUTS..............................................................50 D- 62 TEMPORARY PAVEMENT REPAIR............................................................................50 D- 63 CONSTRUCTION STAKES......................................................................................... 50 D- 64 EASEMENTS AND PERMITS......................................................................................50 D- 65 PRE -CONSTRUCTION NEIGHBORHOOD MEETING................................................51 D- 66 WAGE RATES............................................................................................................. 51 D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE.....................................53 D- 68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN1 ACRE) ..........................................................................................................53 D- 69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS....................................................................................55 D- 70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD............................................56 D- 71 EARLY WARNING SYSTEM FOR CONSTRUCTION.................................................56 D- 72 AIR POLLUTION WATCH DAYS................................................................................57 D- 73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS.....................................57 in am .. ON .. WR .w .. .. .M .. Vw .w w Fm 031122109 SC-2 "" PART D SPECIAL CONDITIONS This Part D - Special Conditions is complimentary to Part C - General Conditions and Part C1 - Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C - General Conditions and part C1 - Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C - General Conditions and Part C1 - Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: Paving Improvements for South Adams Street Between W. Magnolia Ave. and W. Rosedale St. CITY PROJECT NO. 01351 TPW PROJECT NO. C293-209620135183 DOE PROJECT NO. 5238 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein 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. w 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 03/12/09 SC-3 7" VW PART Q - SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRALTEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and '— Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call -out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non -responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole Now 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. *� 03112109 SC-4 MW ftw PART Q - SPECIAL CONDITIONS low .. 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 (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)- includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory •■ requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. ,.. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and UW 03112109 SC-5 VW PART D - SPECIAL CONDITIONS 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on r.. 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 .s 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 IM coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; MW 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. ON 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 Aw 03112109 SC-6 PART D - SPECIAL CONDITIONS 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or 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. s 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". P D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT Im 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. ti D- 5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or I proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet Im barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be 03112109 SC-7 PART D - SPECIAL CONDITIONS constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D- 6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. 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 �s 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 WAT 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 am Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such -- property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new 03112109 SC-8 FART D - SPECIAL CONDITIONS .� 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. Anv damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to s the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more �` frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. D- 8 TRAFFIC CONTROL .. 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 F 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 plan. s 03/12/0s SC-9 FART 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 T 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 *s 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 Contractor at his own expense will furnish water for construction. D- 13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the J" 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. ow 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%. w Final cleanup work shall be done for this project as soon as all construction has been completed. JW No more than seven days shall elapse after completion of construction before the roadway, right- 03112109 SC-10 "" PART D - SPECIAL CONDITIONS of -way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or .. concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth 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 1, 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 am 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 C44.3 conflicts with this provision, this provision controls. No claim -- will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. up 03/12/09 SC-11 PART D SPECIAL CONDITIONS D- 18 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. D- 19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be V-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 aw .10 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. ow D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or M driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one -tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. 03112109 SC-12 No .. JW PART D - SPECIAL CONDITIONS D- 22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 - Materials and Division 2 Item 208.3 - Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. y 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 F durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: 03✓12/09 SC-1 3 PART Q - SPECIAL CONDITIONS aw Less than 10% passing the #200 sieve P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, 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. 09 a. .. .. D- 25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS AM 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. 03/12/09 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 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 Construction Services section 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 Construction Services section. D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, 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. 03/12/09 SC-15 PART D SPECIAL CONDITIONS 3. SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM - Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it ` by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre -manufactured or job -built in accordance with OSHA standards. 5. SHORING SYSTEM - Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- WK 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 Agoaccordance 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 manufacturers recommendations. Stainless Steel manhole inserts shall be required for all pipe diameters 18" and greater. 3. LIFT HOLES: All lift holes shall be plugged with a pre -cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. "` 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the "` surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting 03/12/09 SC-16 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. .a 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 O-ring rubber gasket shall require Bitumastic joint sealants .. as per Figure M. This sealant shall be pre -formed and trowelable Bitumastic as manufactured by Kent -Seal, ,�. Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross -sectional area or flat -tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, 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 ,W 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 MIQ 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 03/12/09 SC-17 wo PART D SPECIAL CONDITIONS 11. the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. ar 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. w. 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 118 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 .s 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. 03112109 SC-18 PART D - SPECIAL CONDITIONS C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. 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 ow 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 y 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 03/12/09 SC-1 9 L- PART D - SPECIAL CONDITIONS JW approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de -holing at the building clean -out) the elevations (shown on the plans) at the building clean -out and compare the data with the elevation at the 1e` 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. D- 29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with 03/12/09 SC-20 "` PART D - SPECIAL CONDITIONS ,,. Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. MW 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 03/12/09 S C-21 PART D - SPECIAL CONDITIONS PO washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item - Abandon Existing Sewer Manhole. H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed. The excavation shall then be backfilled " and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. s I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire } hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a «w 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. 0311?109 SC-22 M Wf AM .. PART D - SPECIAL CONDITIONS um .. D- 30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2% pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Water Safety Blue Sewer Safety Green Leqends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D- 31 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. D- 32 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, Contractor shall remove the spoil/fill material at his expense and dispose of such materials in accordance with the Ordinances of the City and this section. D- 33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. D- 34 SUBSTITUTIONS 03112109 SC-23 PART D - SPECIAL CONDITIONS .�, 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. 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, ,R sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned. 03112/09 SC-24 "' 310 PART D - SPECIAL CONDITIONS no .. 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. B. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. 03/1 ?J09 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. In addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard -size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. .. Im 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 aw Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re -televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. er 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 ,W provide the Engineer with tapes of a quality that the particular piece of sewer can be readily 03112109 SC-26 _ 1 PART D - SPECIAL CONDITIONS .r evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES 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. The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop -connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg - 9"Hg) (SEC) Depth of MH. 48-Inch Dia. 60-Inch Dia. (FT.) Manhole Manhole 0 to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. 03112109 SC-27 PART D - SPECIAL CONDITIONS 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 30' 74 sec. 98 sec. For Each 5 sec. 6 sec. Additional 2' 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 03112109 SC-28 W JW 4W 4 FART D - SPECIAL CONDITIONS satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll -a -tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: 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 i 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 law 03/12/09 SC-29 PART D SPECIAL CONDITIONS and may be retained a maximum of 30 calendar days. Equipment shall be provided to the 40 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. 40 If the tapes are of such poor auality that the Enaineer 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 Wr measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item - Post -Construction Television Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D- 39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in -place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. oa/12/09 SC-30 o I us PART D - SPECIAL CONDITIONS E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D- 40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the 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. 0 CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible -earth material exposed by preparing right- of-way, clearing and grubbing, the surface area of erodible -earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution -control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution -control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution -control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil -erosion -control measures shall be performed as directed by the Engineer. 2. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 3. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 4. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 311 Z09 SC-31 PART D - SPECIAL CONDITIONS -. 6. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D- 41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES 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 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. 0311 v09 SC-32 e Aw W PART Q - SPECIAL CONDITIONS D- 44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. D- 45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community 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. F 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 03112109 SC-33 :id FART D SPECIAL CONDITIONS Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and " incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all 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. as %W 03/12109 S C-38 aw PART D - SPECIAL CONDITIONS D- 47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. 8. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 10. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 11. Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" of PART C - GENERAL CONDITIONS. D- 48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 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 D.I. pipe shall be utilized. 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 03112109 SC-39 141- ,ow 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 ,M* indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D- 50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. D- 51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. AW 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 (D-Hole). law 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 52.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents. Payment for work such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). 03112109 SC-40 Aw PART Q - SPECIAL CONDITIONS 52.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 52.3 Type of Casing Pipe WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electricaily 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. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 52.4 Tie -Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 52.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the ft 03112109 S C-41 PART D - SPECIAL CONDITIONS R 52.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. r 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. 10 52.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, A 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. 03/12/09 S C-46 .. i FART D - SPECIAL CONDITIONS ",, D- 53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D- 54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D- 55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition. D- 56 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel "T" = Bar stakes, 6 feet long. 4. Smooth Horse -Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 6. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. VW D. ROOT PRUNING 03112109 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. SC-47 PART D - SPECIAL CONDITIONS 9. Backfill and compact the trench immediately after trenching. 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. 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. No D- 58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of Im 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 law 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. 03112109 S C-48 "L PART D SPECIAL. CONDITIONS D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block AW basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, City Project No (CPN)., 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 No 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, City Project 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 Project Construction Inspector.. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. ' D- 60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 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. OV12o9 SC-49 PART Q - SPECIAL CONDITIONS D- 61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways, streets, sidewalks, etc. whenever possible. When it is not possible, the cleanout stack and cap shall be cast iron. Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. D- 62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized. The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. D- 63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas 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 03/12/09 SC-50 In aw ,. %W w No PART D SPECIAL. CONDITIONS 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 consultant who distributes the plans for the project. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. 1W 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 ,an 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 MW for construction of this project. The Contractor shall be responsible for thoroughly reviewing, understanding and complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Now 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 Am 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 -CONSTRUCTION NEIGHBORHOOD MEETING After the pre -construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre -construction conference but in no case will construction be allowed to begin until this meeting is held. D- 66 WAGE RATES .. Compliance with and Enforcement of Prevailing Wage Laws Dutv to oav Prevailinq Waqe Rates. am 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 Im prevailing wage rates are included in these contract documents. Penaltv 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. 03112109 SC-51 FART D - SPECIAL CONDITIONS fto This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas am Government Code 2258.023. Complaints of Violations and Citv 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 Reauired 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. Pav 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. Im Postinq of Waqe 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) 03112109 SC-52 A. PART D - SPECIAL CONDITIONS D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with ... NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category II, non -friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non - friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. 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 03112109 SC-53 PART D - SPECIAL CONDITIONS permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water VAK 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%. 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 Now 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 qM application fee. The NOI shall be mailed to: Im Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 o` 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 am 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 um a STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an um 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. Copies of the project SWPPP's are available for viewing at the office of the Consultant UW disbursing the plans for the project. 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. ow 03112109 SC-54 '` PART D SPECIAL CONDITIONS aw Lm 00 Y 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 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. 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. 03/12/09 SC-55 PART D - SPECIAL. CONDITIONS an w D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre -qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, ►T+ 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 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 less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. No 2. The Project Manager and the Directors of 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 Water Department's Public Information _ Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Water 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. 03112109 S C-56 um PART D - SPECIAL. CONDITIONS I. D-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. - 10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION.. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the 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. 03112109 END OF PART D - SPECIAL CONDITIONS SC-57 PART D - SPECIAL CONDITIONS (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: Y M M 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. Y 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 Y PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 03112109 SC-58 ` Y PART D - SPECIAL CONDITIONS no FORT WORTH Daim DOE K0. XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT TORS SUPERINTENDENT) (TELEPHONE NUMBER) AT PECTOR) (TELEPHONE NUMBER) INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. SC-59 ,CONTRACTOR PART Q - SPECIAL CONDITIONS .W TEXAS DEPARTMENT OF HEALTH DEMOLITION I RENOVATION * NOTIFICATION FORMNOTE. CIRCLE ITEM5 T14AT ARE AMENDED T i) H NOTIFIICAMON# 11) Abatement Contractor, TDH Ucense3 Humber Address' City: State. Zip., Cffiea Phones Number, t t Job Site Phone Number. Site Supervisor. TDH License Number. Site Superv'Wir_ TDH License Number Trained On -Site N> SHAP lndividuel: Certificaation Date: Demolition contractor: Address: Office Phone Nlumbt CRY: �a: 2) Project iConsullant or Operator TDH License, Number. MiAing Address; city Slate: -rip: Offit a Phone Number. L _1 3) FadlityOwner, _.__ __. ,Ationtean: Meting Address.: city" . State: Zip: Owner Phone Number( "Noto: Thor Invoice for the notification fine will be sent to the owner of the bulyding and tho billing addrfts for the invoice will be obtained trom the information that Is provided in this section. 4) Description or Facft Name: _ Physical Address: County- city: zips FacI14 Phone Numbed 1 Facility Contact Person; Gascription of AreaRoom Number - Prior Use Future Use - Age of BuildinglFacility __ Site: Number of Floors: School (K -12): ❑ YES if INO 5) Type of Work: O Demolition ❑ Renovation (Abatement) ❑ Annual Consolidated Work will be during; G Clay ❑ Everting ❑ Night 0 Phased Frojed Description of work. schedule: d) Is this a Publfc Buildfng? D YES ❑ NO Federal Facility? ❑YES ❑ NO IndeesWal Stta?EYES ONO NESHAP-Only Facility? ❑ YES ❑ NO is Building/Fedlity Oecupled? 0 YEAS Lt NO 7) Nolification Tie CHECK ONLY ONE 0 Original (10 Working gays) E Caricallation CAmendment ❑ ErnergencytiOrdemd tf this is art amendment, vAiiah arnandment number is this? (Enclose copy of original andlor last amendment) If an emergency, who did you talk with at MH? F,toergen Date and Hour of Ernergormy (HH[MfN ]D". Da=ipbon of the sudden, uneximcted everd and explanation of how the event caused unsafe conditions or thtculd cause equipment damage (computers. marhinery, eta 8) Descri.ptIon of procedures to be followed in the event ihat unexpected asbestos is found or pcevlowAy non -friable Y asbestos malt rill becomes crumbled. ,pulwarizad. or reduced to pour. E _ .S 9) Was en Asbestos survey performed? ❑. YES [i NO Date: 1 t TDH Inspector Lieerme No: G Analytical Met iod: ❑ PLM ❑ TEM 0 Assumed YOH Laboratory 11tcaerme No. N (For TAHPA (public bulling) projects: an assumption roust be made by s TDH Licensed Inspector) 10) Description of planned demolition or renovation work, type of materiel, and rnelhod(s) to be uW,, 19 j Dasaipicon of work practices and enginewi ng controls to be used to print emissions of asbestoo at the fi demcmlltfani'r�avalican� 03/12/09 SC-60 5" %W .. "M amw .. ow w Im ow .. ow F ub PART D SPECIAL CONDITIONS 12) ALL sppiicabie Items in the following table must be completed; IF NO ASBESTOS PRESENT` CHECK MERE ; Approximete amount of Cheek unit of measurement Asbestos -Containing Building Material Asbestos Type pipes Surface Area Ln Ln 80 SQ Cu Cu Ft M Ft M Ft fo1 RACrut to be removed RACM NOT removed Ipteritor t ateoov~ I non -friable removed Exteciot Catergorv! I non -friable removed is atecory I non -friable NOT removed Interior Caton,, ll non friable removed Exterior Categcky 11 non -friable rem44'esl Cateqory 11 non -friable NOT removed RACM Off -Facility Component 13) Waste Transporter Maine: TDH License Number Address: CttY: State: Tip: _ Contact Person: Phone Wmber ( f 14) Waste Disposal Site Name: Address: City: state: ZIP: Telephone: L,_,_1 TNRCC Permit Number, 15) For structurally unsound faciil►tles, attach a Copy of demordion order and identify Qovemmental dial below: Name: Registration No. Tift. Date of order (MM?00IYY) d I Bate prier to begin (MMODrM I I F IS) Scheduled Clem of AsbestosAbatement (MMIDONY) Start; / fComplete: I I 17) Scheduled Dates DemolitionRenovretilon (MMIODNY) Slant: I I Complete: I I Note. If the start date an this not;iticatlan eary n*t be rr*L the TDH Regional or Loral Program office Must be contacted by phone Oorto the start data. Failure to der so is a vlbtatton lit accom lnco to TANPA. Section 295.61. 1 hereby coeriify that all information I have provided Is correct COMplete, and true to The best of my knowledge. I acknovAedge ,.., that I erne respons�ble for all asp&tft of the noffmation form, including, but not limitin, content and submission datos, The maximum penalty is $10,000 per day per violabon. t 1 (Signature or Building Owned Operator (Printed Frame) (oate) (Telephoene) or Delegated ConsultantlContractw) jFex Irnteer) MAUL TO: ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT of HEAL.' 'Finas area not accepted' PO BOX 143538 "i'axes are not arcroptod` AUSTIN, TX 78714.35U PH, 512-534-ti 00, 1-8M-572- 8 Farris APE t4 dated 07129+9 Z Re -places TDH'Than dafa+d 07113V i. Por assistance in compfefutgr foram, calf 1-800-572-5546 I., 03/12/09 SC-61 PART D - SPECIAL CONDITIONS City of Fort Worth Highway (Heavy) Construction A , Tor 0.0, , ates i'icatkons s ic Houd ka"tes, bassiiications Ail I Operator C $1 t D5 I Scraper Operator I Asphaft Raker $13,99 '---ervlce' (Asphalt shoveler 59,60 I Slip Form Machine Operator I Asphalt Distribulor Of orator S13.98 1 Spreader 3ax Operator IAisnhaft Paving, Machine Operator $1278 Ctractor operator, Cr3yeer Type I Satclhinla Plant Wettiher $14,15 1 Tractor operator, Pneumatic laroome""Mf--e Operator Z-1 S9,68 ITrzveli 9 Mixer 0perator 1)"river- isulldozer', $13." Trick Single Axle (Ught) I Carpenter (Rough) $12'83l Trick Driver- Singte.A le 'Heay.�) nc Corete Finisher- PaAmg $1 .1 . E15 (Truck Driver- Tarclemyv. Semi -Trailer Concrete Finisher -Structures $13.27 ITrick Driver- Lowbo 'Float lCon,crete Paving Curbing Ma&i.,Opei-. $121Y3 I Trick Driver- Transit Z Wagon DrAl, Boring Machine, Post Hole IlDriller Concrete Paving Finishi" Mach. Oper, $13Z3 Concrete Pavmg Jmnt Sealer riper. $12,50 lWelder Concrete Pavinq Saw 0 Lr. $11 E6 Zme Sarn?--ade !:,e,-.icer Concrete Paving SpreaTer6por. $14,50 lComrete Rubber $10.el Crane, Clarnshell, Sackhoe, Derrick, 1 10ragfirve. Shovel $1412 IlElectrioian $13,12 1F.'agger $&43 Builder- Structures $11 N IForm Form Setter- Faxing & Curbs $11.63 Drill Operator, Crawler Mounted S 13, B7)r IFoundation Foundabor, Drill Operator,, Trunk McurAeed $18'3li F=t End Loader $12.d2 Laborer- Common S913 ILaborer -Utility S10,46 I Meoh am $18,97 IMilling Machine Operator, Fire Grade $11,63 1 Mixer Orator $11,58 Motor Grader Operator {Fine Grade) $1523 Motor Grader Operator. Rough OVA--- $14-50 lPainter. Stmctures $13A7 (Pavement MarkingNilachins Oper, V1]-134 Pipe LaV*r $11.114 Roler. Steel Wheel Ptant- Mix Pavernen's $11 -28 Rok-r, Steel Wheel OheT Flatwheel or Tamping $10,92 Roller, reumjrlic. Self-Propeted Scraper $11.,07 JReinf-orc* � Steel Sseter(Pauiinq) rp $14,85 I Rewiforcino Steel Setter �ttrumre) $16.22 Source is AGC of Texas jKwy, (ivy, Utilities Andusual Branch) www.access4pDogovMavisba=V 03112,109 SC-62 I HOY Rts $11.42 $12.32 $12.33 $10.92 $12.60 $12.21 $12.031 $13.91 $11.47 $11.76 S14.93 $12.08 S14,00 $13.57 $0.0p V" low W.V Im Im "W low RM vow "W low low uw am 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 'W 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: E1-2.4 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 (PI) 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 E2-2.1 lTrench Backfill: (Correct minimum compaction requirement wherever it appears, in this section to 95% Procter density except for paragraph a.l. where the "95% modified Procter density" shall remain unchanged). SECTION E100 — MATERIAL SPECIFICATIONS — MATERIAL STANDARD E100-4 JANUARY 1, 1978 (ADDED 5/13/90) E100-4 WATERTIGHT MANHOLE INSERTS. E100-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the. Fort Worth sanitary sewer collection system. E 100-4.2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion -proof high density polyethelene that meets or exceeds the requirements of ASTM D1248, Category 5, Type III. b . The minimum thickness of the manhole insert shall be 1/8". C . The manhole insert shall have a gasket that provides positive seal in wet or dry conditions. The gasket shall be made of closed cell neoprene rubber and meet the requirement of ASTM D 1056, 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 inflow at a rate no greater than 10 gallons per 24 hours. E 100-4.3 INSTALLATION: a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert on the rim. b. The manhole insert shall be fully seated around the manhole frame rim to retard water from seeping between the cover and the manhole frame rim. E100 (1) _ I 1 I II I I I G t E I I I I I If a I I W Iz �( METER BOX a ( AND METER 0 a SIDEWALK _ 20" 2'-6" CURB PAVEMENT I {—� �_==- '� f f I III —I I IY:` :,:. 11-i � •i=i i i=l I i i i i=�i -i f r1=1 I I � r- rl __--- ----------- ' SEAL BRASS NIPPLE o a WITH CAP OR PLUG o ;9 SERVICE LINE FOR Do M WATER MAIN ON OPPOSITE SIDE -----=----__ WATER MAIN BEHIND CURB SERVICE LINE \\ I A �`_ MATERIAL LIST WATER MAIN IN STREET QA STANDARD CORPORATION © BLUE VINYL TAPE, 3" WIDE, 6" ABOVE GROUND © STANDARD CURB STOP & 90' ELBOW O AREA TO BE BACKFILLED WITH SAND FORT n�R•Ir - J CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 E1-17 MATERIAL i ONE -INCH WATER SERVICE DETAIL R-001A E2-17 CONSTRUCTION M Water_ _ Valve Riser Cross Section view 12 gage 090 galvanized steel 0--i Height new asphalt overlay 3 < 3/8" D.O.M. Tube Item Item Material Description Number Description 1 Steel Skirt 12 gage A.I.S.1. 1020 Steel (A-36) G-90 Galvanized 2 Weld Lincoln Outersheild 71 Elite .045 3 318" wide DAM Tube D. O. M. Tube A.I.S.1.1026 (A513 type 5) Tensile Tensile Yield Ultimate 33,000 P.S.I. 60,000 P.S.I. 75,000 P.S.I. 85,000 P.S.I. 72,000 P.S.I. 87,000_ P.S.I. - -... _.. : --0 aw ,rs ob i dwo i I d COLLAR CONFIGURATION s FOR PAVED AREA OR a.— COLLAR CONFIGURATION FOR UNPAVED AREA wre .; . � • �• � �{„ 'i; ::, ..tom .� :: {. {: � ,�. 4000 PSI : = :.: : ' :':':;.,�.'' •. —� 3" TYP. CONCRETE 8-4 REBARS TYP. —�' +:�':; :w:'�. r'•'};:.."•... +. s : �' -Y4" CHAMFER (TYP.) ;:PAVEMENT'{PAVEMENT ;�tr' �''+• r ,s: II—III—I11= z_ 'S'F................� ....................... ;:' : + 'A z." r, �`• •'•�'"O';/. t�' - F coAt ;::�;'. 1 I,j: °�.':{` ••} ^.'; .a:'z��.\ ,' r• .` i I •: fit:' r.!•:: �;,..1:'l:• :i• U CASE 1 I CASE 2 CASE 1 R LL EXTEND T COLLA SHA 0 TOP OF 2:27 CONCRETE (REBAR REQUIRED) CASE 2 COLLAR SHALL BE 8" THICK (REBAR REQUIRED) E1-20, E1-21 MATERIAL E2-20, E2-21 CONSTRUCTION ORT WORT SEC110N A —A CITY OF FORT WORTH, TEXAS GATE VALVE CONCRETE COLLAR O REBAR SHALL BE PLACED 3" MIN. FROM TOP AND BOTTOM OF CONCRETE COLLAR. DATE: FEB. 2009 WTR-004 I ! N II 1 I i 1 l 1 1 1 1 1 1 1 1 1 I 3/+" LETTERING (RECESSED FLUSH) !�l�t����������� : r 12 3fi" [327mm] 11 %" 1 %7 I [289mm]- [48mm] I TT I W[25lmm] 1[305mm] 15 I [391mm] 18 -Ya" [476mm] BOX SECTION ORT WORT 1 J2"R [R38mm] NOTE: FORT WORTH LOGO IS OPTIONAL � 18" [457mm] 1 34 2 X" [44mmj]_ [54mm] [8mm] his" [8mm] COVER SECTION I 20" [508mm] - 18 Y" I 1 [464mm] 16 �Y4- [425mm] 21" [533mm] 24•" [610mm] BOX SECTION *FOR NON -PAVED AREAS ONLY. CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 CLASS W STANDARD PLASTIC METER BOX FOR %4" & 1" METERS WTR-026 Manhole Riser "°" Via. H01e th 302 Stainless el Roll Pin Cross Section view -- 10 or 12 gage 090 galvanized steel t Height Inew asphalt overlay 3/4" thick riser bar Eznandine Linkage ec 17/64" Diameter holes 6 0 1 r.r. ..T • ... ......,�.�.- •rurrL . ..- �•u•vv. O 3/4" O.D. 5/8" x 4 11411 3/8" I. D. 3/8" - 16 Thread Item Item Material Description Tensile Tensile Number Description Yield - Ultimate — 1— - 3/8" Roll Pins 302 Stainless Steel (14,000 LB Double Sheer Strength) — ,--- 2 Steel Skirt 12 or 10 gage AI.S.I. 1020 Steel (A-36) 33,000 P.S.I. 60,000 P.S.I. G-90 Galvanized 3 Weld 65%70%circwnfeence welded 75,000 P.S.I. 85,000 P.S.I. 4 3/4" wide Riser Bar Hot Rollcd Steel A.1.S.1. 1020 (A-36) 33,000 P.S.I. 60,000 P.S.I. 5 Rod Ends Forging A1.S.1. C-1030 Steel Heat Treated BHN 240 70,000 P.S.I. 92,000 P.S.I. Zinc Plated with Dichromate Finish 6 Tumbucide A1S.1.1020 BHN 149 70,000 P.S.I. 80,000 P.S.I. Zinc Plated dipped in Linebacker rust inhibitor �,. COLLAR CONFIGURATION COLLAR CONFIGURATION FOR PAVED AREA FOR UNPAVED AREA 4'-I8" r MANHOLE FRAME AND 32" DIA. COVER EQUAL '';�� .r: •;;: '•;. ::•y•" .•• . ,:...I .:v:::�=•'.;�/:�•�:, i TO McKINLEY IRON WORKS No. A32MI w/ :. '•:!.�r�` ,;'� ' '�—:'�,:�' ;t`< �'. ' r'... ; . •;`.: •,: �— 3" TYP. PICK BARS. (REFER TO "` �'.• , M �., :•'' ;;�i. ` ";'; STD. PRODUCT LIST) '�d I.•" •�'_�' "?.�ti�: r 00 4000 PSI CONCRETE 8—#4 REBARS TYP. ,� ••;.-,.• :w:, °=' 2" x 8" x 30" I.D.--,-\ CONCRETE PRECAST + " 32" IMIN. + CHAMFER (TYP.) GRADE RINGS PER ASTM C478. l+ 111*11,111*1111, Kii ,�''.:r + : :.t: •. •:• ,� z , GROUND PVMT.: ::.:.+ •4 •!.•.•.•('4,••:: •;�' �'—':••�:� Lei y!r-.•w' I I I I I Ll I• :.''.-.';:.=ra`r'.ti'`::•trj a:t•.7.• ;e' — ----- t - - u --.-IBC: : f 4 30" CLEAR OPENING CONCRETE COLLAR RAM—NEK �•.r��• HEIGHT VARIES w " 5ECT104 - A Q3 32" HINGED LIDS ARE O REBAR SHALL BE REQUIRED FOR SEWER PLACED 3° MIN. FROM PIPES 24" OR LARGER TOP AND BOTTOM OF AND RAISED MANHOLE CONCRETE COLLAR. STRUCTURES. (REFER TO STD, PRODUCTS LIST). O WHERE MANHOLES ARE IN THE STREET, INSTALL ® HINGED LIDS INSTALLED IN E1-14, E1-20, E1-21 MATERIAL 2 MORE GRADE RINGS STREETS SHALL OPEN E2-14, E2-20, E2-21 CONSTRUCTION BETWEEN CASTING AND AGAINST THE FLOW OF TOP OF PAVEMENT. TRAFFIC. ` oRT WORTH CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR SAN-009 SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five percent (5%) 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 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 United a States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of .� the contract awarded. In this connection, the successful bidder shall be required to furnish a performance bond and a payment bond, both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds fumished 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 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 United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from defects in workmanship and/or material. 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 Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 4. AMBIGUITY: In 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. 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 requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled "Right to Audit" pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas 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 Transportation and Public Works if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Worker's Compensation and Comprehensive General 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 right to request any other insurance coverages as may be required by each individual project. 9. ADDITIONAL INSURANCE REQUIREMENTS: a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c, Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. .. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non -renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self -funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. No 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 No protection and any self -funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially vo designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Contractor's liability shall not be 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 601 g, 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 of business is located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. y 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. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be -- obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non -responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less that three (3) years. 12. AWARD 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 received by the City. The award of contract, if made, will be within ninety (90) days after this documentation is received, but in no case will the award be made until all the responsibility of the bidder to whom it is proposed to award the contract has been verified. 13. PAYMENT: The Contractor will receive full payment (minus retainage) 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. 14. ADDENDA Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained on-line on City's Buzzsaw site or by contacting the City Project Manager. Bids that so not acknowledge all applicable addenda maybe 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 contractoes/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or 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 classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity. (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter g. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. h. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory •" requirements of Texas labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all 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. k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and 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 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". Contact the Texas Workers' Compensation Commission to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 16. NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex, race, religion, color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment practices. 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members, agents, or employees, will engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations asserted by thud parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above -referenced laws concerning disability discrimination in the performance of this Contract. 19. PROGRESS PAYMENTS, FINAL PAYMENT. PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. C. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and " there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. to low .. SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK....................................................................................................SP-4 2. AWARD OF CONTRACT..........................................................................................SP-4 ,,. 3. PRECONSTRUCTION CONFERENCE.....................................................................SP-4 4. EXAMINATION OF SITE ..... ........ ............................ ............................ ,...... .............. SP-4 5. BID SUBMITTAL.......................................................................................................SP-5 6. WATER FOR CONSTRUCTION . ................................... ................ ........................... SP-5 7. SANITARY FACILITIES FOR WORKERS.................................................................SP-5 8. PAYMENT......... ....... -- ... ........... ...... ........ ................... ... i...: ............... ............. SP-5 9. SUBSIDIARY WORK.................................................................................................SP-5 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC............................SP-5 11. WAGE RATES..........................................................................................................SP-5 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-7 17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS..................................SP-8 18, EQUAL EMPLOYMENT PROVISIONS.......................................................... ,.......... SP-8 .. 19. MINORITY AND WOMENS BUSINESS ENTERPRISE(M/WBE).............................SP-8 20. FINAL CLEANUP... .... ...... .......... -.- ...... -- .................. ... - ................ -SP-10 21. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION ................. SP-10 22, SUBSTITUTIONS..................................................................................................... SP-13 23. MECHANICS AND MATERIALSMEN'S LIEN........................................................... SP-13 24. WORK ORDER DELAY........................................................................................... SP-13 25. CALENDAR DAYS................................................................................. ........ SP-14 26. RIGHT TO ABANDON ............................. SP-14 27, CONSTRUCTION SPECIFICATIONS ...................................... ........... .................... SP-14 28. MAINTENANCE STATEMENT................................................................................ SP-14 29. DELAYS................................................................................................................. SP-15 30. DETOURS AND BARRICADES.............................................................................. SPA 5 31. DISPOSAL OF SPOIL/FILL MATERIAL.................................................................. SP-15 32. QUALITY CONTROL TESTING.............................................................................. SP-16 33. PROPERTY ACCESS............................................................................................. SP-16 34. SAFETY RESTRICTIONS - WORK: NEAR HIGH VOLTAGE LINES ..................... SP-16 .. 35. WATER DEPARTMENT PRE-QUALIFICATIONS................................................... SPA 7 36. RIGHT TO AUDIT................................................................................................... SP-17 37. CONSTRUCTION STAKES..................................................................................... SP-18 38. LOCATION OF NEW WALKS AND DRIVEWAYS ................................................. SP-18 ,,. 39. EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. SP-18 40. AIR POLLUTION WATCH DAYS ..... ............. ............... ........ ................ ,,..,....... ,...,,,. SP-19 low Rev 03-12-09 SP-1 mb SPECIAL PROVISIONS FOR uw STREETAND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS: 41. PAY ITEM - UNCLASSIFIED STREET EXCAVATION ....................................... SP-20 42. PAY ITEM - 6" REINFORCED CONCRETE PAVEMENT ...... ......................... ,... SP-20 .. 43. PAY ITEM - SILICONE JOINT SEALING ................................................ ...........SP-20 44. PAY ITEM - CONCRETE CURB........................................................................ SP-24 45. PAY ITEM - RETAINING WALL ...... SP-24 46. PAY ITEM - REPLACE EXISTING CURB AND GUTTER .................................. SP-24 47. PAY ITEM - 3-INCH HMAC SURFACE COURSE TYPE "D" MIX.......................SP-25 48. PAY ITEM - 6" PIPE SUBDRAIN........................................................................ SP-27 .� 49. PAY ITEM - TRENCH SAFETY.......................................................................... SP-27 50, PAY ITEM - LIME STABILIZED SUBGRADE AND LIME FOR SUBGRADE STABILIZATION............................................................................. SP-27 .. 51. PAY ITEM - HMAC PAVEMENT (THICKNESS TOLERANCES AND HMAC TESTING PROCEDURES)............................................................. SP-27 52. PAY ITEM - CONCRETE FLAT WORK (CURB, CURB & GUTTER, ,. SIDEWALKS, LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS)................................................................................ SP-29 53. PAY ITEM - REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS, LEADWALKS AND WHEELCHAIR RAMPS ..................... SP-29 54. PAY ITEM - REMOVE EXISTING CURB AND GUTTER ................................... SP-29 55. PAY ITEM - REMOVE EXISTING CURB INLET....... ................... ............... ..... SP-29 56. PAY ITEM - 6" REINFORCED CONCRETE DRIVEWAY ................................... SP-30 57. PAY ITEM - REMOVE AND CONSTRUCT CONCRETE STEPS...,................... SP-30 58. PAY ITEM - STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP.................................................................... SP-30 59. PAY ITEM - REMOVE AND REPLACE FENCE ................................................. SP-30 60. PAY ITEM - STANDARD 6" CURB AND 18" GUTTER...... .................... --- ... SP-31 61. PAY ITEM - REMOVE AND RECONSTRUCT MAILBOXESIMISC .................... SP-31 62. PAY ITEM - BORROW., ... ........... ....... ... -- ... ................... ....... ....... ..... SP-31 63. PAY ITEM - SUBGRADE-6-INCH-CEMENT STABILIZED (26WSY) ................ SP-31 64. PAY ITEM - 8-INCH PAVMNT PULVERIZATION & CEMENT MOD (26#/SY) ... SP-32 ,. 65. PAY ITEM - STORM DRAIN INLETS ..................................................... ............ SP-33 66. PAY ITEM - TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN...................................................................... SP-34 67, PAY ITEM - STORM WATER POLLUTION PREVENTION (FOR DISTURBED .. AREAS EQUAL TO OR GREATER THAN 1 ACRE) ...................... SP-34 68. PRE BID ITEM - PROJECT DESIGNATION SIGN- ... ............... ........... ... .4 .... SP-36 69. PRE BID ITEM - UTILITY ADJUSTMENT................................................................ SP-37 .R 70. PRE BID ITEM - REMOBILIZATION........................................................................ SP-37 71. PRE BID ITEM - ADJUST WATER VALVE BOX ...................................................... SP-37 Rev 03-12-09 SP-2 ow %w .. aw .- .. Vw f I" ,. Vw 9w SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 72, PRE BID ITEM - MANHOLE ADJUSTMENT....................................................... SP-38 73. PRE BID ITEM - ADJUST WATER METER BOX ................................................ SP-39 74. NON -PAY ITEM - CONCRETE PAVEMENT ACCEPTANCE POLICY .................. SP-39 75. NON -PAY ITEM - CLEARING AND GRUBBING ................................................... SP-39 76, NON -PAY ITEM - SPRINKLING FOR DUST CONTROL ....................................... SP-39 77. NON -PAY ITEM - PROTECTION OF TREES, PLANTS AND SOILS .................... SP-40 78. NON -PAY ITEM - CONCRETE COLORED SURFACE .....................................— SP-40 79. NON -PAY ITEM - PROJECT CLEAN-UP.............................................................. SP-40 80. NON -PAY ITEM - PROJECT SCHEDULE............................................................. SP-41 81. NON -PAY ITEM - REMOVAL OF TRAFFIC BUTTONS & TEMP LANE TAPE ..... SP-41 82. NON -PAY ITEM - CRACK SEALING.................................................................... SP-41 83. NON -PAY ITEM - NO PAVING ON SOLID WASTE WEEKLY PICKUP DAY ....... SP-41 84. NON -PAY ITEM - TOPSOIL AND GRASS SOD REPLACEMENT ....................... SP-42 85. NON -PAY ITEM - NOTIFICATION OF RESIDENTS ............................................. SP-42 86, NON -PAY ITEM - PUBLIC NOTIFICATION PRIOR TO BEGIN CONSTR...... ....... SP-42 87. NON -PAY ITEM - PRE -CONSTRUCTION NEIGHBORHOOD MEETING ............. SP-43. 88, NON -PAY ITEM - WASHED ROCK .......... ........... ............................................. ,..... SP-43 89. NON -PAY ITEM - SAWCUT OF EXISTING CONCRETE ...................................... SP-43 90, NON -PAY ITEM - LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES............................................................. SP-43 91, NON -PAY ITEM - TIE-IN INTO STORM DRAIN STRUCTURE ............................. SP-44 92. NON -PAY ITEM - SPRINKLER HEAD ADJUSTMENT .......................................... SP-44 93. NON -PAY ITEM - FEE FOR STREET USE PERMITS AND RE -INSPECTIONS... SP-44 94. NON -PAY ITEM - TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN1 ACRE)......................................................................... SP-45 95. PAY ITEM - TRAFFIC CONTROL............................................................... SP-46 .. Rev 03-12-09 SP-3 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: Paving Improvements For South Adams Street Between W. Magnolia Ave. and W. Rosedale St. City Proj. No. 01351 TPW Proj. No. C293-209620135183 DOE No. 5238 Am 1. SCOPE OF WORK: The work covered by these plans and specifications consist of concrete recessed parking and asphalt pulverization and overlay and all other aw miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2. AWARD OF CONTRACT: Submission of Bids: Unit 1 and Unit II constitute a package. No If the Contractor submits a bid on both Unit 1 and Unit II and has the lowest responsive proposal price, the Contractor will be the apparent successful bidder for this project. me Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. ow The City reserves the right to require Contractor who is the apparent low bidder(s) for a project to submit such information as the City, in sole discretion may require, including T 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 .w 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 information if requested may be grounds for rejecting the apparent low bidder as non- responsive. Affected contractors will be notified in writing of a recommendation to the City Council. aw 3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Design Consultant, and 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. 4. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit �. the project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention Rev 03-12-09 SP-4 .. 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. 5. BID SUBMITTAL: Bidders shall submit a complete package, including ALL completed forms that must be submitted with the Proposal (including Vendor Compliance to State Law). Failure to provide a complete bid package may be grounds for designating bids as "non -responsive" and rejecting bids as appropriate and as determined by the Director of the Transportation and Public Works Department. .r 6. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense. no 7. 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 equipment. 8. 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. 9. 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 or 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. 10. LEGAL RELATIONS 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". 11. WAGE RATES: Compliance with and Enforcement of Prevailing Wage Laws (a) Dutv to pav Prevailinq Waqe 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. low Rev 03-12-09 SP-5 w (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates Y stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and Citv 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 to City shall make an initial determination, before the 31 st 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 Im 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. (d) Arbitration Reauired if Violation Not Resolved. WE 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. (e) 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. (f) Pav 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. (a) Postinq of Waae Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. ow Rev 03-12-09 SP-6 40. .r VW (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. Wage rates are •. attached at the end of this section. 12. 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 from the Contractor's operations shall be at the Contractor's expense. 13. PARKWAY CONSTRUCTION: During the construction of this project, all parkways that are excavated shall be shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Director of the Transportation and Public Works Department. During 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. 14. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission from the property owner. A copy of the written permit shall be provided to the assigned inspector prior to utilization of the property. 15. 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 Design Consultant 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. 16. 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. Rev 03-12-09 SP-7 Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories. 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Design 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, +.r 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. 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. 18. 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. 19. 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. Rev 03-12-09 SP-8 ur r, 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 wr 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 no 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 ur 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. aw 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 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 MIWBE 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: 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, Rev 03-12-09 �� vo 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 to 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. :INAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the laving and curb and gutter has been completed. No more than seven days shall elapse after completion of construction before the roadway and R.OW. is cleaned up to the satisfaction of the ENGINEER. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. 21. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: — A. Workers Compensation Insurance Coverage a. DEFINITIONS: b. Certification of coverage ("Certificate"). A copy of a certificate of insurance, a — certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, OR TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees .. providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor' in §406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent Contractors, subcontractors, leasing companies, motor carriers, City -operators, employees of any such entity, or employees of any entity which Rev 03-12-09 SP-10 so aw VW 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 aw 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: .r (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage .. period shown on the current certificate of coverage ends during the duration of the project. .. f. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 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, or any change that materially affects the provision of coverage of any person providing .r- services on the project. In. 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. VO 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 Rev 03-12-09 SPA 1 or iw 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 �s 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) 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; (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. j. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all 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. Rev 03-12-09 SP-12 sm •. aw ,W k. 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 ow after receipt of notice of breach from the governmental entity. B. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's `" 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 •w text for the notices shall be the following text, without any additional words or changes: aw "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identify of their employer or status as an employee." Call the Texas Worker's Compensation Commission at 512-463-3642 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". .. 22. 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 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 r 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 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 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. 23. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. lo. 24. 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. In the event the franchise utilities are not complete by the work start date, Rev 03-12-09 SP-13 the Contractor shall be prepared to commence construction during completion of franchise relocations. The Contractor shall submit a schedule to the City of how construction will proceed in other areas of the project that do not require franchise utility relocations. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25. CALENDAR DAYS: The Contractor agrees to complete the Contract within the allotted number of calendar days. If the Contractor fails to complete the work within the number of days specified, liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specifications for Street and +� Storm Drain Construction of the City of Fort Worth, Texas. The contract time will be counted from the date set at the pre -construction conference .� and will continue until a time the inspector determines the project is ready for a final inspection. At that time a final inspection will be scheduled. If in the opinion of the inspector the project has not been made ready, the final inspection will be cancelled and �. time will continue to be counted. A seven calendar day period is required for the rescheduling a final inspection. The Contractor also agrees to complete the final punch list within fourteen (14) calendar days after receiving it. If the Contractor fails to complete the work within fourteen (14) calendar days, the counting of the number of days to complete the Contract will resume and liquidated damages shall be charged, as outlined in Part 1, item 8, Paragraph 8.6, of 4 the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. 26. 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. 27. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH 4W 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 Transportation and Public Works, 1000 Throckmorton Street, 2"d Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay _ item are indicated 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. _ 28. 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 Rev 03-12-09 SPA 4 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. aw 29. 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 im presented by the Contractor to the Director of the Transportation and Public Works 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 ENGINEER 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. 30. 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. i Construction signing and barricades shall conform with the latest version of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" 31. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Transportation and Public Works 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 permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood 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 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 Transportation and Public Works, 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. No temporary storage of material, rubble, equipment or vehicles within parkway is allowed. Damage to sodded/landscaped areas shall be replaced at Contractor's expense to the satisfaction of City ENGINEER. Rev 03-12-09 SP-15 low 32. QUALITY CONTROL TESTING: (a) The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a 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. V (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 i 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. aw (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. 33. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the ENGINEER. go 34. SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: -- (a) A warning sign not less than five inches by seven inches, painted yellow 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." (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. Rev 03-12-09 SP-16 Im a. ,. (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 aw 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). 'W 35. WATER DEPARTMENT PRE -QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre -qualified with the Water .. Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its employees and all contractors and their sub -contractors must comply with this program .. as a condition of the contract. All active sewer manholes, regardless of depth, are defined, as "permit required confined spaces". Contractors will be required to complete the "CONFINED SPACE ENTRY PERMIT' used by the Fort Worth Water Department (Field Operations Division) for each entry and possess and use the equipment necessary .. to comply with this program. The cost of complying with this program will be considered subsidiary to the pay items involving work in confined spaces (e.g. vacuum testing, cleaning, televising, construction, etc.) 36. 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 aw 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. M Rev 03-12-09 SP-17 no (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. 37. CONSTRUCTION STAKES: The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If, in the opinion of the 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. 38. LOCATION OF NEW WALKS AND DRIVEWAYS: The Contractor will make every effort to protect existing trees within the parkway, with the approval of the ENGINEER, the Contractor may re -locate proposed new driveways and walks around existing trees to minimize damage to trees. 39. 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. 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. Rev 03-12-09 SP-18 q41 %W as «. am AM VW I" am .. .. 2. The Project Manager and the Directors of the Department of Transportation and Public Works, 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 Transportation and Public Works Department's Public Information Officer, 4. Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified. The Transportation and Public Works 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 UW 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), diesel emulsions, or alternative fuels such as CNG. .. VM 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. Rev 03-12-09 SPA 9 CONSTRUCTION L7 41. PAY ITEM - UNCLASSIFIED STREET EXCAVATION: See Standard Specifications Item No. 106, "Unclassified Street Excavation" for specifications governing this item. %V For this project, this item shall be used for excavation needed for removal of existing material to bring the new cement stabilized base under the recessed concrete pavement and curb & gutter to proper grade. The intention of the City is to pay only the plan quantity without measurement. Should either s contracting party be able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid at the unit prices bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities. 42. PAY ITEM - 6" REINFORCED CONCRETE PAVEMENT: Standard Specification Item 314 "Concrete Pavement," shall be replaced by Item 360 "Concrete Pavement" (attached at the end of these Special Provisions) 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) "Joint 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 joint sealant, the Contractor shall furnish the ENGINEER certification by an independent testing laboratory that the silicone joint sealant meet these requirements. JW 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 aw Rev 03-12-09 SP-20 low .r 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, MI 48686- 0994, or an approved equal. Self-Levelina Silicone Joint Sealant Test Method Test Reauirement -� AS SUPPLIED **** Non Volatile Content, % min. 96 to 99 MIL-S-8802 Extrusion Rate, grams/minute 275 to 550 -ASTM D 1475 Specific Gravity 1.206 to 1.340 **** Skin -Over Time, minutes max. 60 **** Cure Time, days 14 to 21 **** Full Adhesion, days 14 to 21 AS CURED - 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 •• Rev 03-12-09 SP-21 rr wn 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 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 s 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. 4.3 High Pressure Water Pump: The high pressure cold water pumping system no 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 1„ 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 am requirements. 5. CONSTRUCTION METHODS 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. Rev 03-12-09 SP-22 Im VP 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 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 site 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. E -- Rev 03-12-09 SP-23 r up 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 ENGINEER 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 Payment will be made at the Contract bid item unit price bid per linear foot (L.F.) as provided in "MEASUREMENT" for "SILICONE JOINT SEALING", which price of shall be 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. 44. PAY ITEM - 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. AW 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 applicable. 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 GUTTER: •► 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 .w this pay item are approximate and are given only to establish a unit price for the work. ow Rev 03-12-09 SP-24 „i MW 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 — 3-INCH HMAC SURFACE COURSE TYPE "D" MIX: All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense --Graded Hot -Mix Asphalt (Method)" (referenced) shall govern work. The following amendments to the above TxDOT's specifications shall govern, take precedence and shall include: Item No. 340 "Dense --Graded Hot -Mix Asphalt (Method)" (referenced): • Under Item 340.2, Materials, A. Aaareaates: The surface aggregate classification (SAC) shall be Class B. The Contractor shall perform the Los Angeles abrasion, magnesium sulfate soundness, Micro-Deval and all other aggregate quality tests listed in Table 1. 2. RAP will not be allowed, for use, in surface course Type "D" mix. • Under Item 340.2, Materials, D. Asphalt Binder: Furnish performance -graded PG 64-22 for H.M.A.C. surface course, level up and pavement/base repair or replacement. • Under Item 340.4. Construction. The City of Fort Worth, Texas will perform quality assurance tests and checks on the paving project materials during construction, to ensure compliance with the specifications and approved mixture design. The sampling and testing of the materials shall be made at the expense of the City. In the event the sampling and testing does not comply with the specifications, all subsequent testing of the material, in order to determine if the material is acceptable, shall be furnished and paid by the contractor, as directed a by the Engineer. In Samples will be taken for determination of asphalt content, aggregate gradation, maximum theoretical specific gravity as determined by the Engineer. ti- • U. Rev 03-12-09 SP-25 no For each hot mix asphalt surface course placed, nuclear gauge in -place density testing will be performed at each 300-ft station. For each hot mix asphalt surface course placed, cores will be obtained to determine in -place density and thickness. The cores will be taken at the maximum interval of 300-ft (to coincide with field density locations). • Under Item 340.4, Construction, A. Mixture Desiqn: The contractor shall furnish mixture design of the proposed hot mix asphalt, at or before the pre -construction meeting. The Contractor shall submit to the Engineer a mixture design prepared by a AASHTO accredited laboratory, for the materials to be used in the project. Using the typical weight design example in Tex-204-F, Part I, the mixture design shall meet the requirements contained in Tables 1 through Table 5 of Item 340. The Indirect Tensile -Dry (Tex-226-F) and the Hamburg Wheel -tracking (Tex-242-F) tests shall be waived. The mixture design report must be certified and signed by a Level II Specialist and submitted on TxDOT's software forms. The Engineer may verify the mixture design at optimum asphalt content. • Under Item 340.4, Construction, B. Job -Mix Formula Approval: The Contractor will perform the Boil Test (Tex-530-C). • Under Item 340.4. Construction. J. Ride Qualitv: The Ride Quality Surface Type A test (10-foot straight edge) shall be measured. • Under Item 340.5 Measurement: Hot mix will be measured by the square yard of the composite hot mix, which includes asphalt, aggregate and additives. ■ Under Item 340.6 Pavment: Rev 03-12-09 The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement", will be paid for at the unit price bid per square yard, for Dense -Graded Hot Mix Asphalt (Method)". SP-26 VO on LZ3 .. W 4 .p, L7 .. .w so F Aso 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. 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 - LIME STABILIZED SUBGRADE & LIME 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. we 51. PAY ITEM - H.M.A.C. PAVEMENT (Thickness Tolerances and HMAC Testinq Procedures): 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 hot -mix 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. Rev 03-12-09 SP-27 Im 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 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 %Z 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. v` 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 "B" must be done before Type "D" asphalt is applied. Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. Rev 03-12-09 SP-28 a ow 52. PAY ITEM - CONCRETE FLAT WORK (CURB. CURB & GUTTER. SIDEWALKS. LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS): Concrete flatwork is defined as curb, curb and gutter, sidewalks, leadwalks, wheelchair aw ramps and driveways as shown in the plans. This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item. Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed. No payment will be made for flatwork until the pay item has been completed, which includes backfilling and finished grading. Contractor shall backfill behind the curb within seven (7) calendar days of pouring the curb and gutter. If the Contractor fails to complete the work within seven (7) calendar days, a $100 dollar liquidated damage will be assessed per block per day. Required backfilling shall be per Spec Item 116 "Top Soil" and leveled to finishing grade. Cost of backfilling, top soil, and grading shall be subsidiary to the concrete pay items. Existing improvements within the parkway such as water meters, sprinkler systems, etc., if damaged during construction, shall be replaced with same or better at no cost to the City. For the areas designated as Pulverize & Overlay (POL), the pulverization of the existing pavement shall begin within fourteen (14) calendar days from the date of the concrete work (recessed parking pavement, curb & gutter, driveways, sidewalks). If the Contractor fails to begin the work within fourteen (14) calendar days, a $100 liquidated damage will be f- assessed per block per day. 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 GUTTER: 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. See Item No. 104 "Removing Old Concrete", for Specifications governing this item. 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. Rev 03-12-09 SP-29 .. 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-SSA. .. 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 ,m each set of concrete steps. 58. PAY ITEM — STANDARD CONCRETE SIDEWALK. LEADWALK AND WHEELCHAIR RAMP: i" All applicable provisions of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk & Driveways' shall apply except as herein modified. up The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the ENGINEER. %W 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. So 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 Rev 03-12-09 SP-30 an no 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 ow 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 6" CURB AND 18" GUTTER: All provisions of Standard Specification No. 502 'Concrete Curb and Gutter' shall apply except as modified herein: If the Contractor fails to backfill either in front 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. .• 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. s 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. w 63. PAY ITEM — SUBGRADE-6-INCH—CEMENT STABILIZED (26#/SY): All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item 275 "Cement Treatment (Road Mixed)" (referenced) shall govern the work. Rev 03-12-09 SP-31 ,. .. The quantities for this item are based upon the limits of 6" cement stabilized subgrade .. underneath the concrete recessed parking and curb & gutter as shown on the typical sections in the plans. Payment for this item shall include cement. Cement modification for the 8" pulverized asphalt pavement section is covered under a separate bid item. 64. PAY ITEMS — 8-INCH PAVEMENT PULVERIZATION AND CEMENT MODIFICATION (26#1SY): All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item No. 275 "Cement Treatment (Road Mixed)" (referenced) shall govern the work. The City of Fort Worth, Texas will perform quality assurance tests and checks on the paving project materials during construction to ensure compliance with the specifications. The sampling and testing of the materials shall be made at the expense of the City. In the event the sampling and testing does not comply with the specifications, all subsequent testing of the material, in order to determine if the material is acceptable, shall be furnished and paid by the contractor, as directed by the Engineer. +� Contractor shall pulverize the existing pavement to a depth of 8-inch. After pulverization is completed, contractor shall temporarily remove and store the 8-inch deep pulverized material, " then cut the base 3 inches to provide place for the new 3-inch H.M.A.C. surface. The 3-inch base cut shall start at a depth of 8-inch from the existing pulverized surface. After the undercut aw operation is completed, the temporarily stored 8-inch deep pulverized material shall be returned to the excavation. In case of high crown, the contractor shall pulverize the exiting crown and pavement. The Construction Engineer will determine the appropriate undercut depth to meet the City standard. J0 4W The maximum amount of existing asphalt concrete pavement in the mixture shall be at the discretion of the Engineer. 4ft After the above processes are performed, the contractor shall shape the pulverized material to the appropriate line and grade. Ift Samples of the pulverized material will be tested for gradation as directed by the Engineer. Testing will be at a minimum of one test per 300 linear feet per lane. Portland cement shall be applied to the pulverized material at a rate of 26 pounds per square Im yards, 8-inch in depth. The Engineer or his authorized representative will observe the cement treatment and collect delivery tickets from each transport truck. Cement quantities used will be verified, with respect to areas being treated. AW Rev 03-12-09 SP-32 „0 a - Cement shall be applied only to such an area that all the operations can be continuous and completed, in daylight, within six (6) hours of such application. The contractor shall blade to grade and compact the pulverized cement treated material to 95% of the maximum density as determined in accordance with TxDOT's Standard Specifications stated above or as directed by the Engineer in the field. After the cement treated base has cured for forty eight (48) hours, provide machinery (minimum 12 ton steel wheel vibratory roller) to roll the surface of the cement treated material to induce hairline cracks "micro -cracks". Amplitude of vibrating will be at the discretion of the Engineer or his authorized representative. Micro -cracking will be used to reduce shrinkage cracking in the cement treated material and reduce reflective cracking through the asphalt cement surface overlay. Roller shall be in accordance with TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item No. 210 "Rolling" (referenced). Operate roller at walking speed (2 to 3 mph). Generally one (1) to four (4) passes of the roller are required to create the micro -cracks. One pass is down and back. The contractor shall then prime and immediately overlay the micro -cracked surface with 3 inch H.M.A.C. surface course. The work shall be in accordance with TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense -Graded Hot -Mix Asphalt (Method)" (referenced). The 3-inch H.M.A.C. surface will be paid under PAY ITEM — Pavement-3-inch—Type D-Install. If the contractor fails to begin the 3-inch H.M.A.C. surface course work within seven (7) calendar days, a $200 dollars liquidated damage will be assessed per block per day. On pulverized and overlay streets that do not have existing curb and gutter, the Contractor shall finish the parkway with backfill. The backfill shall begin at the edge and elevation of the new 3 inch H.M.A.C. surface course and extend within the parkway, to existing ground surface, at the grade of one-fourth (1/4) inch per foot. There should be no voids in the backfill material, to the satisfaction of the Engineer. The unit price bid per square yard of pavement pulverization and per ton of cement modification 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, dispose of the undercut material and backfill the parkway. 65. PAY ITEM — STORM DRAIN INLETS: An alternative method of construction for these items will be "Pre -Cast" manholes and inlets. If the Contractor desires to use this method, he must submit details for the construction to Rev 03-12-09 SP-33 .. the Transportation and Public Works Department fore review and approval if said details are acceptable. The Pre -Cast construction must be equal or superior to the strength " requirements for this item as set out in Item 444, "Manholes and Inlets" and said construction shall be in compliance with all other requirements of Item 444 where applicable. 66. 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/backfilied. 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 limited to: rocks, concrete, asphalt, debris, etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices. UK 67. PAY ITEM - STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE): as 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.tcea.state.tx.us/permittinq/water aualitv/stormwater/TXR15 5 plus steos.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 http://www.nctcoq.orq/envir/SEEclean/stormwater/index.asD am 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%. NOTICE OF INTENT (NOh: If the project will result in a total land disturbance equal to or aw 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 Rev 03-12-09 SP-34 ,M M MW moving on site and shall include the required $325 application fee (if mailed) or $225 (if e- filed). The NOI shall be mailed to: BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 Austin, TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 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: so BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 Austin, TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 A copy of the NOI and NOT shall be sent to: City of Fort Worth Department of Environmental Management 1000 Throckmorton Street Fort Worth, TX 76102 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters Ito 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 Transportation and Public Works. 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. Rev 03-12-09 SP-35 Im 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 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 a. 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. X. 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 ,w 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." ,F Deviations from the proposed control measures must be submitted to the ENGINEER for approval. PAYMENT FOR SWPPP IMPLEMENTATION (> or = to 1 ACRE): Payment shall be made "' per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. 4M FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL PROVISION 94 SHALL BE APPLICABLE. am 68. 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. Rev 03-12-09 SP-36 Im Aw 2W im w 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 3/" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the ENGINEER and in place at the project site upon commencement of construction. The work, which includes 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. 69. 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 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. 70. PRE BID ITEM - RE -MOBILIZATION: This item shall compensate the Contractor to remobilize personnel, equipment, supplies, and material to perform additional work as directed by the Engineer. Remobilization will be considered when concrete "flat work" has been completed, personnel and equipments were demobilized, and the street is clean and ready for overlay. Remobilization shall be determined by the Engineer. Requests for remobilization expenses shall be denied unless prior approval is granted by the Engineer. 71. 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. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing water valve boxes. The ENGINEER will field verify this inventory and provide the Contractor .� replacements for broken valve boxes. The Contractor shall replace the valve boxes, which are damaged during construction at no cost to the City. Failure of the Contractor to perform .. Rev 03-12-09 SP-37 n Im this inventory will place the total burden of replacement of any broken valve boxes on the Contractor. �` The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. (a) Adiust Water Valve Box (with steel riser): This item shall include adjusting the tops of existing water valve with steel riser manufactured by American Highway Products or ,4 approved equal by the construction engineer to match proposed grade. Steel water valve riser shall be placed at the time of paving. Specifications and details of steel water valve riser (included at the end of this document), and Standard Specification Item No. 450 "Adjusting Manholes" shall apply except as herein modified. (b) Adiust Water Valve Box (with concrete collar): This item shall include adjusting the tops of existing water valve with concrete collar to match proposed grade as shown on the detail Im at the back of this document or as directed by the ENGINEER. The concrete collar will be used onlv in case steel ria riser CANNOT be used as determined by the ENGINEER. im Standard Specification item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. UK The concrete shall be designed to achieve a minimum compressive strength of 4,000 pounds per square inch in seven (7) days. •• Work shall be completed within seven (7) calendar days after completing the laying of proposed HMAC, and the street shall be open to traffic within ten (10) calendar days. If the aw Contractor fails to complete the work and within seven (7) calendar days, a $100 liquidated damage will be assessed per water valve box per day. 72. PRE BID ITEM - MANHOLE ADJUSTMENT: Contractor will be responsible for adjusting manholes to match new pavement grade. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing manholes. The ENGINEER will field verify this inventory and provide the Contractor replacements for broken manhole covers. The Contractor shall replace the manhole covers, which are damaged during construction at no cost to the City. Failure of the Contractor to perform this inventory will place the total burden of replacement of any broken frame and cover on the Contractor. m. a Should the Contractor identify any utility manholes other than those owned by the City of Fort Worth, TX, the Contractor is encouraged to contact the owner and arrange the adjustment of the manhole cover. Payment for the work will be made by the individual a Franchise Utility Company. The Contractor is not entitled to any additional compensation or renegotiation with the City associated with the construction of this work. a Rev 03-12-09 SP-38 ,m s The unit price bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. (a) Adiust Manhole (with steel riser): This item shall include adjusting the tops of existing �. manhole with steel riser manufactured by American Highway Products or approved equal by the construction engineer to match proposed grade. Steel manhole riser shall be placed at the time of paving. Specifications and details of steel manhole riser (included at the end of this document), and Standard Specification Item No. 450 "Adjusting Manholes" shall apply except as herein modified. (b) Adiust Manhole (with concrete collar): This item shall include adjusting the tops of IML existing manhole with concrete collar to match proposed grade as shown on the detail at the back of this document or as directed by the ENGINEER. „.. The concrete collar will be used only in case steel riq riser CANNOT be used as determined by the ENGINEER. ,w Standard Specification item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. The concrete shall be designed to achieve a minimum compressive strength of 4,000 pounds per square inch in seven (7) days. Work shall be completed within seven (7) calendar days after completing the laying of proposed HMAC, and the street shall be open to traffic within ten (10) calendar days. If the Contractor fails to complete the work and within seven (7) calendar days, a $100 liquidated damage will be assessed per manhole per day. 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 of Fort Worth Water Department Special Conditions. 73. 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. 74. NON -PAY ITEM - CONCRETE PAVEMENT ACCEPTANCE POLICY: The acceptance of reinforced concrete pavement shall be per Section 360.5 of Item 360 "Concrete Pavement" (attached at the end of these Special Provisions). 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 Rev 03-12-09 SP-39 No 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" Im 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 .s 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. na 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 dimension, 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. The method of application shall be by screen, sifter, sieve, or other means in order to -■ provide for a uniform color distribution. 79. NON -PAY ITEM - PROJECT CLEAN-UP: The 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: Rev 03-12-09 SP-40 • 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 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 — REMOVAL OF TRAFFIC BUTTONS AND TEMP LANE TAPE: The Contractor shall be responsible for the documentation of all street markings prior to the removal and disposal of the pavement markings. All traffic buttons shall be removed from the existing asphalt surface before resurfacing begins. The contractor shall be responsible for the removal and disposal of all buttons and markings. Upon completion of the job, the City may install new buttons after proper notification. The Contractor shall also be responsible for all materials, equipment and labor to place temporary adhesive lane marking tape to control and direct traffic in the same way if they .r were present prior to start of construction. Any corrective action required on the temporary lane markings shall be the total responsibility of the Contractor and at no extra cost to the City. The Contractor shall notify the Construction Engineer and TPW Traffic Services to arrange for the replacement of the buttons and adhesive lane markers (arrows, etc.) if required. All costs to the contractor shall be figured as subsidiary to this contract. s 82. NON -PAY ITEM — CRACK SEALING: All cracks that develop after completion of the street resurfacing and until the end of the 2- year warranty period shall be crack sealed with Rubber Asphalt Crack Sealer, as per the latest edition of the TxDOT Specifications for Construction and Maintenance of Highways, .r Streets, and Bridges, item 300, "Asphalts, Oils, and Emulsions." 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. 83. NON -PAY ITEM — NO PAVING ON SOLID WASTE WEEKLY PICK-UP DAY: If curbside trash pick-up is applicable along South Adams Street, the following special provision applies. In order to eliminate potential rutting of the pavement from solid waste M Rev 03-12-09 SP-41 M trucks while paving operations are underway, the Contractor shall schedule construction on all the identified project streets such that no paving activities are scheduled on the weekly solid waste pick-up day for each street. The solid waste weekly pick-up day for Adams Street is Wednesdays. No asphalt paving activities shall be scheduled on this day. The Contractor will be allowed to construct concrete flatwork on solid waste weekly pick-up day. "Monthly Pickup of Bulky Items" for Adams Street is the week of the Td Monday of each month. During this week, the day of pick up varies from Monday to Saturday afternoon. The Contractor WILL be allowed to construct pavement during the week of solid waste monthly pickup. The Contractor, however, will be responsible for any coordination with the City Environmental Department regarding when the monthly pickup day occurs. If new pavement .. is damaged by the solid waste monthly pickup trucks due to the Contractor's failure to adhere to the procedure outlined above, then the Contractor shall be solely responsible for any repairs required. Assessment of damage will be determined by the Construction Engineer, or his authorized representative. The weekly and monthly solid waste pick up schedules are hereby provided for bidding purpose and use by the selected Contractor during construction. 84. NON -PAY ITEM — TOPSOIL AND GRASS SOD REPLACEMENT All landscaping (established sod/seeded areas) within the parkway (behind proposed curb to property line) that is disturbed or removed due to removal & replacement of driveways, sidewalk, and curb & gutters shall be replaced in kind by the Contractor in accordance with Items 108, 116, 118, & 120 of the Standard Specifications For Street and Storm Drain Construction, City of Fort Worth, Texas, latest edition, and Items D-45 of Part D, Special Conditions of the Contract Specifications. The area to be sodded shall be determined by the City. No direct payment for these items shall be made but shall be considered subsidiary to the various pay items. 85. 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. 86. 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 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. Rev 03-12-09 SP-42 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. An electronic version of the sample flyer can be obtained from the construction office at 817- 392-8306. Now It will be the Contractor's responsibility to create and distribute a follow-uo notice/flyer informing property owners if for any reason work should stop on a project for more than seven (7) calendar days after construction begins. The flyer should also include the anticipated date of when the work will begin again. It will be the Contractor's responsibility to re -distribute a five (5) calendar day notification/flyer prior to beginning the construction .. activity. All work involved with the pre -construction notification flyer shall be considered subsidiary to to the contract price and no additional compensation shall be made. 87. 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. 88. NON -PAY ITEM - WASHED ROCK: All washed rock used for embedment or backflll 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 % Retained 1" 0-10 1 /2" 40-75 �. 3/8" 55-90 #4 90-100 #8 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M. Designation C-131. low89. NON -PAY ITEM — SAWCUT OF EXISTING CONCRETE: When existing concrete or H.M.A.C. is 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. 90. NON PAY ITEM — 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 Rev 03-12-09 SP-43 W commences for a particular street. The Contractor shall attempt to include the 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 Fort Worth (Water) Fort Worth (TPW) Charter Comm. Telephone Number 817-338-6275 1-800-242-9113 1-866-332-8667 880- 344-8377 817-392-8296 817-392-6594 817-246-5538 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 seven (7) calendar days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted calendar days may result in the shut down of the recycling operation by the 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. 91. 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. 92. NON PAY ITEM — SPRINKLER HEAD ADJUSTMENT: It is not anticipated that adjustment and/or relocation of sprinkler heads be necessary. If encountered and adjustment and/or relocation found necessary by the ENGINEER, compensation will be provided to the Contractor. 93. 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. Rev 03-12-09 SP-44 um am 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. 94. 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 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 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, 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 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 capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution -control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil -erosion -control measures shall be performed as directed by the ENGINEER. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream 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. Rev 03-12-09 SP-45 4. All waterways shall be cleared as soon as practicable of false work, piling, I 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. C. 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. D. 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. 95. PAY ITEM - 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 Im 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 is completed to the extent that the permanent sign can be reinstalled, the Rev 03-12-09 SP-46 �, 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 shall limit his work within one continuous lane of traffic at a time to minimize interruption to the flow of traffic upon the approval of the City ENGINEER. The Contractor will be responsible for coordination of proposed construction activities with public or private school administration. The proposed construction activities shall accommodate school operating schedules. The Contractor shall provide proper traffic control to ensure safety at all times. Construction areas shall be properly barricaded/fenced to prevent public entry. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer. The lump sum pay item for traffic control shall cover design, and / or installation and maintenance of the traffic control plans. Rev 03-12-09 SP-47 1'; (To be printed on Contractor's Letterhead) Date: City 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 THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> X' Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. Rev 03-12-09 SP-48 ftw r 04 .. .. .. UW UW UW .. ITEM 275 CEMENT TREATMENT (ROAD -MIXED) 275.1. Description. Mix and compact cement, water, and subgrade or base (with or without asphalt concrete pavement) in the roadway. 275.2. Materials. Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of the proposed material sources and of changes to material sources. The Engineer will verify that the specification requirements are met before the sources can be used. The Engineer may sample and test project materials at any time before compaction. Use Tex-100-E for material definitions. A. Cement. Furnish hydraulic cement that meets the requirements of DMS-4600, "Hydraulic Cement," and the Department's Hydraulic Cement Quality Monitoring Program (HCQMP). Sources not on the HCQMP wilt require testing and approval before use. B. Flexible Base. Furnish base material that meets the requirements of Item 247, "Flexible Base," for the type and grade shown on the plans, before the addition of cement. C. Water. Furnish water free of industrial waste and other objectionable material. D. Asphalt. When permitted for curing purposes, furnish asphalt or emulsion that meets the requirements of Item 300, "Asphalts, Oils, and Emulsions," as shown on the plans or directed. E. Mix Design. The Engineer will determine the target cement content and optimum moisture content to produce a stabilized mixture that meets the strength requirements shown on the plans. The mix will be designed in accordance with Tex-120-E or will be based on prior experience with the project materials. The Contractor may propose a mix design developed in accordance with Tex-120-E. The Engineer will use Tex-120-E to verify the Contractor's proposed mix design before acceptance. Reimburse the Department for subsequent mix designs or partial designs necessitated by changes in the material or requests by the Contractor. When treating existing materials, limit the amount of asphalt concrete pavement to no more than 50% of the mix unless otherwise shown on the plans or directed. 275.3. Equipment. Provide machinery, tools, and equipment necessary for proper execution of the work. Provide rollers in accordance with Item 210, "Rolling." Provide proof rollers in accordance with Item 216, "Proof Rolling," when required. A. Cement Storage Facility. Store cement in closed, weatherproof containers. B. Cement Slurry Equipment. Use slurry tanks equipped with agitation devices to slurry cement on the project or other approved location. The Engineer may approve other slurrying methods. Provide a pump for agitating the slurry when the distributor truck is not equipped with an agitator. Equip the distributor truck with an approved sampling device. C. Pulverization Equipment. Provide pulverization equipment that: • cuts and pulverizes material uniformly to the proper depth with cutters that will plane to a uniform surface over the entire width of the cut, • provides a visible indication of the depth of cut at all times, and • uniformly mixes the materials. 275.4. Construction. Construct each layer uniformly, free of loose or segregated areas and with the required density and moisture content. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the plans or as directed. A. Preparation of Subgrade or Existing Base for Treatment. Before treating, remove existing asphalt concrete pavement in accordance with pertinent Items and the plans or as directed. Shape existing material in accordance with applicable bid items to conform to the typical sections shown on the plans and as directed. When shown on the plans or directed, proof roll the roadbed in accordance with Item 216, "Proof Rolling," before pulverizing or scarifying existing material. Correct soft spots as directed. When new base is required to be mixed with existing base, deliver, place, and spread the new material in the required amount per station. Manipulate and thoroughly mix new base with existing material to provide a uniform mixture to the specified depth before shaping. ` B. Pulverization. Pulverize or scarify existing material after shaping so that 100% passes a 2-1/2-in. sieve. if the material cannot be uniformly processed to the required depth in a single pass, excavate and windrow the material to expose a secondary grade to achieve processing to plan depth. C. Application of Cement. Uniformly apply cement using dry placement unless otherwise shown on the plans. Add cement at the percentage determined in Section 275.2.E, "Mix Design." Apply cement only on an area where mixing, compacting, and finishing can be completed during the same working day. Start cement application only when the air temperature is at least 35°F and rising or is at least 40°F. } The temperature will be taken in the shade and away from artificial heat. Suspend application when the Engineer determines that weather conditions are unsuitable. 1. Dry Placement. Before applying cement, bring the prepared roadway to approximately optimum — moisture content. When necessary, sprinkle in accordance with Item 204, "Sprinkling." Distribute the required quantity of dry cement with approved equipment. Minimize dust and scattering of cement by wind. Do not apply cement when wind conditions, in the opinion of the Engineer, cause blowing cement to become dangerous to traffic or objectionable to adjacent property owners. - 2. Slurry Placement. Mix the required quantity of cement with water, as approved. Provide slung free of objectionable materials and with a uniform consistency that can be easily applied. Agitate the slurry continuously. Apply slurry within 2 hours of adding water and when the roadway is at a moisture content drier than optimum. Distribute slung uniformly by making successive passes ` over a measured section of the roadway until the specified cement content is reached. D. Mixing. Thoroughly mix the material and cement using approved equipment. Mix until a homogeneous mixture is obtained. Sprinkle the treated materials during the mixing operation, as directed, to maintain optimum mixing moisture. Spread and shape the completed mixture in a uniform layer. After mixing, the Engineer will sample the mixture at roadway moisture and test in accordance with Tex-101-E, Part 111, to determine compliance with the gradation requirements in Table 1. - Table 1 Gradation R quirements Minimum % Passing Sieve Size Base Subgrade 1-3/4 in. 100 100 3/4 in. 85 85 No. 4 1 - 60 E. Compaction. Compact the mixture in one lift using density control unless otherwise shown on the plans. Complete compaction within 2 hours after the application of cement. Sprinkle or aerate the treated material in accordance with Item 204, "Sprinkling," to adjust the moisture content during compaction so that it is within 2.0 percentage points of optimum as determined by Tex-120-E. Determine the moisture content of the mixture at the beginning and during compaction in accordance with Tex-103-E. Adjust operations as required. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least one-half the width of the roller unit. On superelevated curves, begin rolling at the low side and progress toward the high side. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 MPH, as directed. Remove areas that lose required stability, compaction, or finish. Replace with cement -treated mixture at the Contractor's expense. 1. Ordinary Compaction. Roll with approved compaction equipment, as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing treated material as required, reshaping, and recompacting. 2. Density Control. Compact to at least 95% of the maximum density determined in accordance with Tex-120-E. The Engineer will determine roadway density in accordance with Test Method Tex-1 I5-E and will verify strength in accordance with Tex-120-E. Remove material that does not meet density requirements. Remove areas that lose required stability, compaction, or finish. Replace with cement -treated mixture and compact and test in accordance with density control methods. The Engineer may accept the section if no more than 1 of the 5 most recent density tests is below the specified density and the failing test is no more than 3 pcf below the specified density. F. Finishing. Immediately after completing compaction, clip, skin, or tight -blade the surface of the cement treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of it at an approved location. Roll the clipped surface immediately with a pneumatic -tire roller until a smooth surface is attained. Add small increments of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines and grades shown on the plans or as directed. Finish grade of constructed subgrade in accordance with Section 132.3.F.1, "Grade Tolerances." Finish grade of constructed base in accordance with Section 247.4.13, "Finishing." Do not surface patch. G. Curing. Cure for at least 3 days by sprinkling in accordance with Item 204, "Sprinkling," or by applying an asphalt material at the rate of 0.05 to 0.20 gal. per square yard, as shown on the plans or directed. Maintain the moisture content during curing at no lower than 2 percentage points below optimum. Do not allow equipment on the finished course during curing except as required for sprinkling, unless otherwise approved. Continue curing until placing another course or opening the finished section to traffic. 275.5. Measurement. A. Cement. Cement will be measured by the ton (dry weight). When cement is furnished in trucks, the weight of cement will be determined on certified scales, or the Contractor must provide a set of standard platform truck scales at a location approved by the Engineer. Scales must conform to the requirements of Item 520, "Weighing and Measuring Equipment." When cement is furnished in bags, indicate the manufacturer's certified weight. Bags varying more than 5% from that weight may be rejected. The average weight of bags in any shipment, as determined by weighing 10 bags taken at random, must be at least the manufacturer's certified weight Cement slurry will be measured by the ton (dry weight) of the cement used to prepare the slurry at the job site or from the minimum percent dry solids content of the slung, multiplied by the weight of the slung in tons delivered. B. Cement Treatment. Cement treatment will be measured by the square yard of surface area. The dimensions for determining the surface area are established by the widths shown on the plans and lengths measured at placement. 275.6. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid in accordance with Section 275.5.A, "Cement," or Section 275.5.13, "Cement Treatment." Furnishing and delivering new base will be paid for in accordance with Item 247.6.8, "Flexible Base (Roadway Delivery)." Mixing, spreading, blading, shaping, compacting, and finishing new or existing base material will be paid for under Section 275.6.13, "Cement Treatment" Removal and disposal of existing asphalt concrete pavement will be paid for in accordance with pertinent Items or Article 4.2, "Changes in the Work." Sprinkling and rolling, except proof -rolling, will not be paid for directly but will be subsidiary to this Item, unless otherwise shown on the plans. When proof -rolling is shown on the plans or directed by the Engineer, it will be paid for in accordance with Item 216, "Proof RolIing." .. Where subgrade is constructed under this Contract, correction of soft spots in the subgrade or existing base will be at the Contractor's expense. Where subgrade is not constructed under this Contract, correction of soft spots in the subgrade or existing base will be in accordance with pertinent Items or Article 4.2, "Changes in the Work." Asphalt used solely for curing will not be paid for directly, but will be subsidiary to this Item. Asphalt placed for the purpose of curing and priming will be paid for under Item 310, "Prime Coat." A. Cement. Cement will be paid for at the unit price bid for "Cement." This price is full compensation for materials, delivery, equipment, labor, tools, and incidentals. B. Cement Treatment. Cement treatment will be paid for at the unit price bid for "Cement Treatment (Existing Material)," "Cement Treatment (New Base)," or "Cement Treatment (Mixing Existing Material and New Base)," for the depth specified. No additional payment will be made for thickness or u width exceeding that shown on the plans. This price is full compensation for shaping existing material, loosening, mixing, pulverizing, providing cement, spreading, applying cement, compacting, finishing, curing, curing materials, blading, shaping and maintaining shape, replacing mixture, disposing of loosened materials, processing, hauling, preparing secondary subgrade, water, equipment, labor, tools, and incidentals. r ITEM 300 ASPHALTS, OILS, AND EMULSIONS 300.1. Description. Provide asphalt cements, cutback and emulsified asphalts, performance -graded asphalt binders, and other miscellaneous asphalt materials as specified on the plans. 300.2. Materials. Provide asphalt materials that meet the stated requirements when tested in accordance with the referenced Department, AASHTO, and ASTM test methods. Refer to the Material Inspection Guide (maintained by the Construction Division), Section 11. "Asphalt Inspection, Quality Control and Quality Assurance," for sampling and testing requirements. Acronyms used in this Item are defined in Table 1. Table 1 Acronyms Acronym I Definition Test Procedure Designations Tex Department T or R AASHTO D ASTM _ _ _ Polymer Modifier Designations _ _ _ _._ _ _ _ _ _. P polymer -modified SBR or L styrene-butadiene rubber (latex) SBS styrene-butadiene-styrene block co -polymer TR tire rubber (from ambient temperature grinding of truck and passenger tires) k AC asphalt cement i AE asphalt emulsion AE-P asphalt em ision prime I A-R asphalt -rubber C cationic I j EAP&T emulsified asphalt prime and tack E H-suffix harder residue (lower penetration) HF hi —ph float MC medium -curing 4 Table I (continued) Acronyms Acronym Definition MS medium -setting j PCE prime, cure, and erosion control PG performance grade RC rat d-curing RS rapid -setting S-suffix stockpile usage SCM special cutback material SS slow -setting A. Asphalt Cement. Asphalt cement must be homogeneous, water -free, and nonfoaming when heated to 347°F, and must meet Table 2 requirements, Table 2 Asphalt Cement Test Viscosity Grade � ' Property Procedure AC-0,6 MinwtaxMia,tMaxMinMaxMin:Max AC-1.5 AC-3 AC-5 AC-10 Min!Max Viscosity T202 ; 140°F, poise 40.90 100:200 250,350 400: 600 800:1,200 275°F,poise 0.4: — 0.7: — 1.1 — 1.4: — 1.9: — Penetration, 77°F, I OOg T 49 350: — 250: — 210: — 135: — 85 — 5 sec. Flash Vint, C.O.C., °F T 48 ; 425; — 425 ! — 425 ! — 42. — 450! — 1 Solubility in trichloroethylene, % T44 99.0; — 99.0; — 99.0 — 99,0 — 99.0; — Spot test Tex-509-C Ne4. W.R. NNe& Neg. NeR. Tests on residue from Thin -Film Oven Test T 179 Viscosity, 140°F- poise T 202 — 180 — ;450 — :900 — 1,500 — -�,000 Ductility', 77°F T 51 100: — 100 — 100: — 100: — 100, — 5 cm/min.,cm , j 1. If AC-0.6 or AC-1.5 ductility at 77°F is less than 100 cm, ma erial is acceptable it ductility at 60°F is more than 100 em. B. Polymer -Modified Asphalt Cement. Polymer -modified asphalt cement must be smooth and homogeneous, and comply with the requirements of Table 3. If requested, supply samples of the base asphalt cement and polymer additives. Table 3 Polymer -Modified 4sphalt Cement 'olymer-Modified Viscosity Grade Property Test Procedure AC-S w/2 SBR /o AC -10 w/2 /. SBR AC-15P AC-20SfR Min ; Max Min ; Max Min 1 Max Min Max Polymer SBR Skit SA TR Polymer content, % (solids basis) Tex-533-C 2.0 — 2.0 — 3.0 — 5.0 ? — Dynamic shear, O•/sin 8, 64°C, 10 rad/s. kPa T 315 — — — — — — 1.0 — Viscosity 140°F, poise T 202 700 t — 1,300 — 1,500 — 2,000 — 275°F, agile T 202 — 7.0 — 8.0 — 8.0 — 10.0 Penetration, T7°F, 100 5 sec. T 49 120 — 80 — l00 ISO 75 115 I Ductility, 5cm/min. 39�F, cm 56°F, T 51 70 — 60 — — — — : — 1 Elgsti� recovyry, % Tex-539-C — -- — — 55 — 55 — Soffttening point, °F T 53 — — — i — I — — 120 — Py9I. merpepar�tiQn, 48 hr. Tex-540-C None None None None I Far.C.O.C., °F T 48 425 i — 425 i — 425 f — 425 I — Tests on residue from Thin -Film Oven Test: T 179 1 Retane J 1.00 1.00 0.60idn2 Tests on residue from agingand pressure aging: Tex-541-C and R 28 Creep stiffness T 313 ' S. -18°C, MPa — — — — — — — 300 m-value,-18°C — — — — — — 0.300 — C. Cutback Asphalt. Cutback asphalt must meet the requirements of Tables 4, 5, and 6 for the specified type and grade. If requested, supply samples of the base asphalt cement and polymer additives. Table 4 Rapid -Curing Cutback Asphalt TestI T nde b0 Prop" I RC-250 RC-3000 Procedure Min Max Min Max Min Max � c viscosity, 140°F, cSt T201 250 : 400 800 b 1.600 3.000 i 6.000 SAICUM Water. °!O T 55 - 0.2 - i D.2 - 0.2 Flash P90. T.O.C., °F T 79 8o ! - 80 - 80 ! - Disa"tion test: T 78 ; Distillate, percentage by volume of total distillate to 680°F to437°F 40 75 35 70 20 55 10500°F 65 9D 55 85 45 75 to 6D0°F 85 i - 80 1 - 70 i - Residue from distillation, volume %. 70 - 75 - 82 - Tests on distillation residue: Penetration, 100 g, 5 sec., 77°F T 49 80 120 80 120 80 120 Ductility, 5 cmfmin., 77°F, cm T 51 100 i - too - 100 ' - So[ubt7ity in triehloroethylene,'S TM 99,0 - 99.0 - 99.0 - spot test Tex-509-C Nee. Nea. Nee. Table 5 Medium-rurine Cutback Asphalt Tat TypVGnde I Property t MC-30 MC-250 MG100 MC-3000 I Atia iMax Min iMax Min iMax Min I Max 1 j{jnama�jR viscosity, 140°F, c$t T 201 30 • 60 250 : 500 800 •1.600 3.000 :6,000 I ata, 5S T 55 - 0.2 - i 0.2 - i 0.2 - i 0.2 1 1 Flash uQint,T.O.C.,°F T79 100 i - 150 - ISO i - ISO - Distillation test: T 78 Disillme, percentage by volume of total distillate to 680°F to437°F 25 - 10 - - - to 500°F 40 i 70 15 i 55 - i 35 - i 15 to 60D°F 75 93 60 87 45 i 80 15 75 Residue cirlt distillation, volume % innon 50 ± - 67 - 75 ! - 80 - Tes- on dis0 residue: Penetration, 100 g, 5 see., 77°F T 49 120 ; 250 120 1,250 120 :250 120 250 Ductility, 5 cm/min., 77°F, cm' T 51 too - 100 ; - 100 : - IOD - Solubility in ttichloniethylene, % T 44 99.0: - 99.0 ; - 99.0 ; - 99.0 ; - Spot test Tex-509-C Nett. NU, NppR. NM �. If the penetration oftesidue is more than' 00 and the �uctility at '7bF is I= than I , tat material is actxprebte if its ductility at 60°F is those then 100 em. Table 6 Special -Use Cutback Asphalt Tv ride Property Test Procedure MC-2400L I Min i Mu Min i M2X I jSjnemaJjc viscosity. 140°F, cSt T 201 Z400 4 $00 500 : 1.000 ater, y, T 55 - b.2 0.2 Flash oint. T.O.C.. °F T 79 150 — 175 Distillation tea: Distillate, percentage by volume of total distillate to 680°F to 437'F to 3001F to 600°F Residue tolp 1.61lation, volume % Tests on to an residue: Po"M Polymer content, % (solids basis) Penetration,100 S. 5 sea, 7rF Duuility, 5 emlmin., 39.2"F, ctn Solubility in trichlorocthvlcne, % T 78 33 35 80 78 ' SBR Tex-333-C 2.0 ' — T 49 150 i 300 T51 50 — T 44 99.0 i 0.5 20 60 76 ! — ISO i 99.0 i I scM n I Mini Max I 1.000 i 2,000 I i 0.2 175 i 0.5 IS 50 82 ! — 180 99.0 D. Emulsified Asphalt. Emulsified asphalt must be homogeneous, not separate after thorough mixing, and meet the requirements for the specified type and grade in Tables 7, 8, 9, and 10. Table 7 Emulsified Asphalt I Typ"rade Property Test Rapid- Settina Medium -Setting Slow -Setting Procedure HFRS-2 MS-2 AES-300 SS-1 SS-1H Min ;Max Min; Max Min ;Max Min! Max Mini Max Viscosity, Saybolt Furol T 72 77°F, sec. — — — — 75 ' 400 20 100 20 100 122°F, sec, 150 ' 400 100,300 — — — — — — Sieve test, % T 59 I — ; 0.1 — ; 0.1 — ? 0.1 — j 0.1 — 0.1 Miscibility T 59 I — — — Pass Pass Cement mixing, % T 59 — — — — — — — 2.0 — 2.0 Coating ability and water resistance: T 59 dry aggregate/after spray — — Good/Fair — — wet aggregatelafterseray — — Fair/Fair I — — Demulsibili�' 35 ml of 0.02 N CaCl2, % T 59 1 50 I — — 30 1 — — I — — — — Storap[c stability, I da.�, % T 59 I — : 1 — ; 1 I — : 1 1 — 1 — I Freezm test, 3 cycles T 59 I — Pass I — I Pass Pass Distillation test; T 59 Residue by distillation, % by wt. 65 — 65 — 65 — 60 — 60 — Oil distillate, 6%by volume of emulsion — ; 0.5 — 1 0.5 — 5 — 0.5 — 0.5 Tests on residue from distillation: Penetration, 77°F, 100 g, 5 sec. T 49 100 : 140 120 ! 160 300 — 120 160 70 100 Solubility in trichlomethylene, % T 44 973 : — 97.5: 97.5 : — 97.5 : — 97.51 — Ductility, 77°F, 5 cm/min., cm T 51 100 ; — too'. — I — 100 ; — 80 — Float test, 140°F, sec. T 50 1,2001 — — 1,2001 — — — — — 1. Applies only when the Engineer designates material for winter use r 1 t I , Table 8 Cationic Emulsified Asphalt Tvpe—Grade Property Test Rapid-cettine Medlun.SettinE Slow -Setting Procedure CRS-2 CRS-2H CMS-2 CMS-28 CSS-1 CSS-114 Min: Max Min:_ Max Min: Max Min: Max Min:_ Max Min:Max Viscosity, Saybolt Furol T 72 777, sec. — — : 20 ; 100 20 :100 l2rF, sec. I50: 400 150: 400 100! 300 100: 300 — — — — Sieve tm9 % T 59 — 0.1 — 0.1 — 0.1 — 0,1 — 0.1 — : 0.1 Cement mixing, % T 59 — — — — — — — _ — — 2.0 — 2.0 Coating ability and water resistance: T 59 dry aggregatelafter spray — — Good/Fair Good/Fair — — wet am Ate/after sQfaX — — Fair/Fair Fair/Fair — — Demulsibihty, 35 ml of 0.8% sodium T 59 70 % — 70 dioctyl sulfosuceinate, % Store stability, I day. % T 59 — : 1 — Particle charge T 59 Positive Positive Positive Positive Positive Positive Distillation test, T 59 Residue by distillation, % by wt. 65 — 65 — 65 — 65 — 60 j — 60 — Oil distillate % by volume of emulsion — 0.5 — 0.5 — : 7 — : 5 — 0.5 Tests on residue from distillation: ' Penetration, 77F, 100 g, 5 sec. T 49 120, 160 70 ; 110 120 ; 200 300 ; — 120, 160 70 4110 Solubility in trichloroethylene, % T 44 97.5: — 97.5: — 97.5: — 97.5: — 97.5: — 97.5: — Ductility, 77°F, 5 cm/min.. cm T 51 100: — 80 : — 100: — — . — 100: — 80 : — Table 9 Polymer -Modified Emulsified Asphalt Ine-grade Property Tel Rapid -Belli Me turn- elfin¢ Slow-Setti�p Procedure I RS-1P HH2P AES-150P AES-300P AES-300S S' lr Min; Max Min Max Min Max Min Max Min Max Min ;Mai Viscosity, Saybolt Furol T 72 ; ; 77°F, sec. - - - - 7$ 400 7$ ; 400 75 400 30 ; I00 122°F sec. 50 200 I50 400 - - j - ' - - ' Sieve test, T 39 - 0.1 - 0.1 - 0.1 - 0.1 - 0.1 - 0.1 Miscibility T 59 - - - - - Pass Coating ability and water resistance: T 59 dry aggregate/after spray - - Good/Fair Good/Fair Gooffar - wet��r�y�aRersp(ay - - Fair/Fair Fair/Fair Fair/Fair - Domulsibdijj� 35 ml of0.02 N CaClz. °/. I T 59 60 - 50 Sto ¢ b 6. 1 day. % I T 59 - i l - I I �'n InOcx P. I Tex-542-C T 59 - ; 80 - tslt anon test` Residue bydistillation. %bywt. I d 65 ' -- 65 ) - r 65 - d 65 - ) 65 i - 60 - Oil distillato.%Ivf?Teofemulsion - 3 - 0.5 - 3 - ! 5 - 4 7 - 0.5 Tests on residue from isle ation: Polymer coelent, wt_ %(solids basis) Tex-533-C - i - 3.0 i - - - - i - - i - 3.0 Penetration. 77°F, 100 S. 5 see. T 49 225 ' 300 90 ' 140 150 300 300 - 300 ; - 100 140 Solubility in tric itloroethylene, % T 44 97.0 i - 97.0 - 97.0 - 97.0 i - 97.0 ; - 97.0 - Viscosity, 140°F,poise T202 - - 1,500 - - - - - - 1,300 - Float lest, 140°F, sec. T 50 - - 1,700 - 1,200 : - 1,200 7 - 1,200 i - - - Ductility'. 392-F, 5 rn✓nrin., an T 51 - - SO - -- • - - - - 50 - BlasjjW� �ieCcovery1, 50°F, % 'tests on RT a cunng of distillation residue Tex-539-C Tex-541-C 55 - 55 - - - - - - - - - Elastic rccQvcfy`50°F, % Tcx-539 C I 1. Exception to i S9: kfring the temperature on the lower thermometer - - slowly to 35 - - 50 1 - 50 ` - 1°F f 1617. Maintain at lis temperatnre for 20 min. 30 - - - Complete total distillation in 60*5 min. from the first application of heat. 2. HFRS-2P must meat one of either the ductility or elastic recovery requirements. MW Table 10 Polymer -Modified Cationic'Zinulsified Asphalt Type -Grade Property Test Rapid -Setting Slow - Settin Procedure CRS-iP CRS-2P CSS-11 Min : Max Min :Max Min :Max Viscosity, Saybolt Furol T 72 777, see. — — — ! — 20 100 122°F,sec. 50 150 150 : 400 — — Sieve t�j, % T 59 — ; 0.1 — 0.1 — ; 0.1 Demu sf hity, 35 ml oF0.8%sodium T 59 60 — 70 — — — dioctyl sulfosuccinate, % I Storaic stability, I day. % T 59 — I — 1 — I I P/r4inp�index, F XIarge Tex-542-C — 80 -- — — — j aroca T 59 Positive Positive Posruve Distillation test:' T 59 1.; Residue by distillation, % by weight 65 — 65 — 62 — Oil distillate, % by volume of -- 3 — 0.5 — 0.5 emulsion Tests on residue from distillation: Polymer content, wL % (solids Tex-533-C — — 3.0 — 3.0 — basis) Penetration, 77°F, 100 g, 5 sec, T 49 225 ' 300 90 150 55 90 Viscosity, 140°F, poise T 202 — — 1,300: — — — Solubility in trichloroethylene, % T 44 97.0 — 97.0 — 97.0 % — Softening point, °F T 53 — — — — 135 — Ductility, 77°F, 5 cm/min., cm T 51 — — — — 70 — Ducblity:, 39.2°F, 5 cm/min., cm T 51 —— Elast�recoye 50°F, Vo Tex-539-C 45 — 55 1. Exception to i 59:"iring the temperature on the lower thermometer slowly to .50'F f01F. Maintain at this temperature for 20 min. Complete total distillation in 60 tS min, from the first application of heat 2. CRS-2P must meet one of either the ductility or elastic recovery requirements. E. Specialty Emulsions. Specialty emulsions maybe either asphalt -based or resin -based and must meet the requirements of Table 11. Table 11 Specialty Emulsions - Typ"rade I Test 6ledium-Setting moo" jl Property Procedure Settin AV-P EAP&T PW I Min ;Max Mini Max Mini Max I Viscosity, Saybolt Furol T 72 TPF, sm. - - - : - to to0 I22'F.scc IS ! 150 - - - - sieveIC�Aj T59 - 0.1 - 0.1 - 011 I Miscib3sT t T 59 - i Pass Pass I Demulst Ili 135 ml of O.10 N CaClr % T 59 - 70 - - - - St4It��' sial�' tty, I day.T 59 - i I - i l - i- Pard`cie size -A b volume < 2.5Jjj� Tex•239-F' - - 90 - 90 - Asphalt emulsion Edllation to 56% followed by Cutback asphalt distillation of residue to T 59 & T 79 6907; Residue after both distillations, % by wt, 40 - - - - - Total oil distillsie from both distillations, %by 25 40 - - - - volume of emulsion I Residue by distillat(wt, %�y wt. T 59 - : - 60 I Residue by everPo�adon , §6 by wt. T 59 - 60 - Tests on residue after all disrdladon(s): , , t Viscosity, 1401F, poise T 202 - - go0 ; - - - Kinematic viscosity', 140'F, cSt T 201 - - - - 100 ; 350 Flash point C O.C.,'F T 49 - - - - 400 - Solubility in triehloroethylene, % T 44 97.5 : - - - - - Float tes 122'F, see. T 50 50 : 200 1. Supply with each shipment of PCE: a) a copy of a lab report from an approved analytical lab, signed by a lab oMcW, indicating the PCE formulation does not meet any characteristics of a Resource Conservation Recovery Act (RCRA) hazardout waste; b) a certification atom the producer that the formubuion supplied does not differ fiom the one tested and that no listed RCRA hazardous wastes or PCBs have been nixed with the product; and c) a Material Safety Data sheet. 2. Exception to T 59: In dilution, use 350 nil of disulled or deionized water and a I,000•ml beaker. 3. Uso Tex-238-F, beginning at "Particle Sire Analysis by Laser Diffraction." with distilled or daonized water as a medium and no dispersnot, or use another approved method. 4. Exception to T 59: Leave sample in the oven until foaming canes, then tool and weigh. 5. PCE must meet either the kinematic viscosity requirement or the particle sin mquircratmi. F. Recycling Agent. Recycling agent and emulsified recycling agent must meet the requirements in Table 12. Additionally, recycling agent and residue from emulsified recycling agent, when added in the specified proportions to the recycled asphalt, must meet the properties specified on the plans. tr .. Table 12 Recycling Agent and Emulsified Recycling Agent Recycling Emulsified Recycling Property I Test I Agent Agent Prot Min Ma Min Ma x Viscosity, Sayholt Furol, 77°F, T 72 — 15 100 sec. Sieve I• % T 59 — — — 0.1 Miscibility` T 59 — No coagulation Residue by evaporation', % by T 59 — — 60 — wt Tests on recycling agent or residue from evaporation: Flash point, C.O.C., IF T 48 400 — 400 — Kinematic viscosity, T 201 271400F5-F, cSt I I 75 0 0 00 I 75 10.0 200 1. Exception to T 59: Use 0.02 N CaCI= solution in place of water. 2. Exception to T 59: Maintain sample at 300°F until foaming ceases, then cool and weigh. G. Crumb Rubber Modifier. Crumb rubber modifier (CRM) consists of automobile and truck tires processed by ambient temperature grinding. CRM must be: • free from contaminants including fabric, metal, and mineral and other nonrubber substances; • free -flowing; and • nonfoaming when added to hot asphalt binder. When tested in accordance with Tex-200-F, Part I, using a 50-g sample, the rubber gradation must meet the requirements of the grades in Table 13. Table 13 — CRM Gradations Sieve Size Gra ie A Grade B Gra le C Grade D Grade E (% Passing) Min Max Min Max Min Max I #8 100 — — — — — _ j #10 95 100 100 — — — As #16 — — 70 100 100 — shown As 1 #30 — — 25 60 90 100 on the approved #40 — — — — 45 100 plans J #50 0 10 1 — — — — i #200 — — 1 0 5 — — I H. Crack Sealer. Polymer modified asphalt -emulsion crack sealer must meet the requirements of Table 14. Rubber -asphalt crack sealer must meet the requirements of Table 15. Table 14 Polymer -Modified Asphalt Emulsion Crack Sealer _ Prop@fty Test Procedure Niin Max I Rotational viscosity, 7?7766$ cP D 2196 Mcthod A 10,000 25.000 I Sieve test, % t 59 — 0.1 I Storage stability, I day, % T 59 — 1 Evaporation Tex-543-C Residue by vaporation, %�y wL 65 — Tests on resiriueSirom evaporation: Penetration, 77°F,100 g, 5 sec. T 49 35 75 Softening point, °F T 53 140 — Ductility, 39.2°F, 5 cm/min., cm T 51 100 — Table 15 Rubber -Asphalt Crack Sealer Property Test Class A Class B Procedu Min Ma Min Ma re x x CRM content, Grade A or B, % Tex-544- 22 26 — — by wL C CRM content, Grade B, % by wL Tex-544- — — 13 17 C Virgin rubber content', % by wL — — 2 — Flash point=, COC, °F T 48 400 — 400 — Penetration% 77°F, 150 g, 5 sec. T 49 30 50 30 50 Penetration, 32°F, 200 g, 60 see. T 49 12 — 12 — Softening point, °F T 53 — — 170 — 1Bon& I D5329 — I Pass 1. Provide certification that the min, % virgin rubber was ad 2. Before passing the test flame over the cup, agitate the seating compound with a 3/8- to 1/2-in. (9.5- to 12.7-mm) wide, square -end metal spatula in a manner so as to bring the material on the bottom of the cup to the surface, i.e., turn the material over. Start at one side of the thermometer, move around to the other, and then return to the starting point using 8 to 10 rapid circular strokes. Accomplish agitation in 3 to 4 see. Pass the test flame over the cup immediately after stirring is completed. 3. Exception to T 49: Substitute the cone specified in ASTM D 217 for the penetration needle. 4. No crack in the crack sealing materials or break in the bond between the sealer and the .. mortar blocks over 1 /4 in. deep for any specimen after completion of the test I. Asphalt -Rubber Binders. Asphalt -rubber (A-R) binders are mixtures of asphalt binder and CRM, which have been reacted at elevated temperatures. The A-R binders meet D 6114 and contain a minimum of 'F 15% CRM by weight. Types I or II, containing CRM Grade C, are used for hot mixed aggregate mixtures. Types II or III, containing CRM Grade B, are used for surface treatment binder. Table 16 describes required binder properties. Property Apparent viscosity, 347°F, cP Penetration, 77°F``100 a, 5 sec. Penetration, 39.V , 200 g, 60 sec. Softgnmi g point, OF Resilience, 77°F, % Flash point, C.O.C., °F Tests on residue from Thin -Film Oven Test: Retained penetration ratio, 39.2•F, 200 g, 60 see., % of original Table 16 A-R Binders Test Binder Type Procedure Tv ie I Tyoe II Ty ep III Min Max Min Max Min Max D 2196, 1,500 5 000 1,500 5,000 Method A ' 1,500 5,000 T 49 25 75 25 75 50 100 T 49 10 — 15 — 25 — T 53 135 — 130 — 125 — D 5329 25 — 20 — 10 — T 48 450 — 450 — 450 — T 179 T 49 75 — 75 — 75 — J. Performance -Graded Binders. PG binders must be smooth and homogeneous, show no separation when tested in accordance with Tex-540-C, and meet Table 17 requirements. Separation testing is not required if: • a modifier is introduced separately at the mix plant either by injection in the asphalt line or mixer, • the binder is blended on site in continuously agitated tanks, or • binder acceptance is based on field samples taken from an in -line sampling port at the hot mix plant after the addition of modifiers. Table 17 Performance -Graded Binders Performance Grade Property and Test Method PG 58 PG 64 PG 70 PG 76 PG 82 -22 1 -28 1 -34 16 1 -22 1 -28 1 .34 -16 1 -22 1 -28 I -34 .16 1 -22 I -28 1 -34 -16 1 -22 1 -28 Average 7-daymax pavement design umperature, <S8 <64 <70 <76 <92 ,Cr Min pavement design temperature, "C' >-221 >-28 1 >-34 >-16 >-221 >-26 >-34 >-l6 1 >-22 I >-28 I >-34 >-16 1 >-221 >-28 1 >-34 >-16 1 >-22 1 >-28 OR GINAL BI DER Flash point, T 4¢ Min, °C -1-' I 230 Viscosity, T 31 Max, 3.0 Pa•s tp�(temperature. °C Dynamic shear, 5:` 135 Gt/sio(8), Min, 1.00 Us 58 64 70 76 82 Test temperature f(a 10 ra&sce., "C 1 Elastic recovery, D , 50°F, %Min — I — 30 — ) — 130 50 — 130 1 50 160 30 I SO 1 60 170 50 160 170 I R t.Ll G THIN-Fl 10 EN ex-54i-a I Mass loss Tex-541-C Max. % `Dynamic rear,T31� l.0 Ggsip(6), Min, 2.20 kPa 58 64 70 I 76 I 82 Test temperature (r1 10 rad/sec., "C 1 PRESSURE G[NG VESSEL (pAV) R [DUE IPAV"C Dynamw shear, T I 25 22 19 28 25 22 19 iQp 28 25 22 19 28 25 22 19 28 25 22 Gthin(8), Max, 5000 kPa Test temperature Q 10 rad/sec., °C I I I I I I 1 1 I I I I I I I I I I 1 Table 17 Performance -Graded Binders { Performance Grade 1 Property and Test Method PG 58 M 64 PG 70 PG 76 PG 82 -22 1 -28 1 -34 -16 1 -22 1 -28 1 -34 -16 1 -22 1 -28 I -34 -16 1 -22 1 -28 I -34 -16 I -22 1 -28 IA,verage 7-day max pavement design temperature, <58 <64j70 <76 <82 I Min tntvementdqloI >-34 >16I>-28 I >-34 1.16 I> 22 I >-28 ,T e, > 21 >-28 >-34 >-16 1 >-221 >-2 Creep Atiffness - .6 -6 . - - -6 - - -6 - - S, max, 300 MPa, 12 18 24 12 18 24 12 18 24 12 18 24 12 18 rn-value, min. 0.3®00 Test temperature Y 60 mr.,'C Direct tension, T 314. - - 6 - - .6 - - - .6 - - - -6 - - Faihtre strain. rain. 1.0% 12 19 24 12 18 24 12 18 24 12 18 24 12 IS Test urmeratme go 1.0 m Wtrda 'C 1. Pavement temperatures sea estimated Brim air temperatures using an algorithm contained in a Department-sWplied computer program, may be provided by the Department, or by following the procedures outlined in AASHTO MP 2 and PP 28, 2. This requirement may be waived at the Dcpartment's discretion if the supplier warrants that due asphalt binder can be adequately pumped, nixed and compacted d temperatures that meet all applicable safety, environmental, and conaructability requirements. At test temperatures where the binder is is Newtonian fluid, any suitable standard mews of viscosity measurement may be used, including capillary (T 201 or T 202) or rotational viscometry (T 316). 3. Viscosity at 135'C is an indicator of mixing and compaction temperatures that can be expected in the lab and field. High values may indicate high mixing and compaction tempera[uureL Additionally, significant variation can occur from batch to batch. Contractors should be aware that variation could signifirandy impact their mixing and compaction operations. Contractors are therefore responsible for addressing any constructability, issues that may arise. 4. For quality control ofunmodified asphalt binder production, measurement ofthe viscosity of the original asphalt binder may be substituted for dynamic shear measurements ofG'/sin(b) at test temperatures where the asphplt is a Newtonian fluid. Any suitable standard means ofviscoshy measurement may be used, including capillary(T 201 or T 202) or rotational viscometry (T 316). 5. Silicone beam molds, as described in AASHTO TP 1.93, are acceptable for use. 6. If creep stiffness is below 300 MPa, direct tension test is not required. If creep stiffness is between 300 and 600 MPa, the direct tension failure strain requirement can be used instead ofthe creep stifBtess requirement. The no -value requirement must be satisfied in both eases, 300.3. Equipment. Provide all equipment necessary to transport, store, sample, heat, apply, and incorporate asphalts, oils, and emulsions, 300.4. Construction. A. Typical Material Use. Table 18 shows typical materials used for specific applications. These are typical uses only, Circumstances may require use of other material. Table 1$ Typical Material Use I Material Application Typically Used Materials I Hot -mixed, hot -laid asphalt mixtures PG binders, A-R binders T�yI and 11 j AC-5, AC-10, AC-5 W2 % 59, AC-10 w2% SBR, AC-15P, surface treatment AC-20.5TR, HFRS-2, MS-2, CRS-2, CRS•2H, HFRS-2P, CRS-2P. A-R binders T}A� 11 and III RS-IP, CRS-1 P, RC-256, R-600, RC-3000, MC-250, MC-$00, Surface treaunmt (cool weather} MC-3000, MC-2400L I Precoadop, I Tack coat AC-SI AC-10, PG 64-22. SS-1 SS•1 H, CSS-1, CSS-I H I PG BmdcWSS-lH1 CSS-I EAPR.T I I Fog seal Hot -mixed, cold -laid asphalt mixtures Ss-1, SS- CSS-� CSS-1}1 I AC-0.6 AC-1.5, AC-3, AM-300, AES-300P. CMS-2, CMS-2S I 111 Patching mix MC- \SCM I. SCM 11. AES-300S I Recycling AC.0. AC•1.5, AC•3, AFS•I50P, AES-300P, recycling agent, I!fled rccyclirt a ent �E Crack scaling SB-�P, polymer mod crack sealant, rubber asphalt crack sealers ICIM A, Class Bl Microsurfacing CSS-1 I I Prune MC-30, AE-P, EAP&T. PCE I I Cunp membrpne SS -I SS-lH. CSS-t CCSS-IH, PCE I I Erosion Control SS-1, Ss-1H, CSS-i, CSS-IH, PCE B. Storage and Application Temperatures. Use storage and application temperatures in accordance with Table 19. Store and apply materials at the lowest temperature yielding satisfactory results. Follow the manufacturer's instructions for any agitation requirements in storage. Manufacturer's instructions regarding recommended application and storage temperatures supersede those of Table 19. _ Table 19 - StoraRe and Applica'ion Temperatures Applica ion Storage Type -Grade Recommended Maximum Allowable Maximum - Ran q °F (OF) E AC-0.6, AC-1,5, AC-3 200-300 30� 35.01 j AC-5, AC-10 275-350 350 350 AC-5 w/2%SBR, AC-10 w/2%SBR, 300-375 375 360 AC-15P, AC-20.5TR RC-250 125-180 200 200 RC-800 170-230 260 260 RC-3000 215-275 285 285 I MC-30, AE-P 70-150 175 175 } I MC-250 125-210 240 240 MC-800. SCM I, SCM II 175--260 275 275 MC-3000, MC-2400L 225-275 290 290 HFRS-2, MS-2, CRS-2, CRS-21L HFRS-2P, CRS-2P, CMS-2, CMS-2S, 120-160 180 180 AES-300, AES-300S, AES-150P, AES-300P SS-1, SS-1H, CSS-1, CSS-1 H, PCE, EAMT, SS-1P, RS-IP, CRS-1P, CSS-IP, recycling agent, emulsified 50-130 I40 140 recycling agent, polymer mod AE crack sealant PG binders 275-350 350 350 Rubber asphalt crack sealers (Class A, 350-375 400 Class B) A-R. binders Types 1,11, and III 325-425 425 425 300.5. Measurement and Payment. The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly, but is subsidiary or is included in payment for other bid Items. r- 2004 Specifications SPECIAL PROVISION 300 --- 016 Asphalts, Oils, and Emulsions For this project, Item 300, "Asphalts, Oils, and Emulsions," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 300.2. Materials, Table 3, "Polymer -Modified Asphalt Cement" is voided and replaced with the following: Property Polymer Polymer Content, % (solids basis) Dynamic Shear, G'lsin(delta), 64'C, 10 radls, kPa Viscosity 140°F, poise 275°F, poise Penetration, 7rF, 100 g, 5 sec. Ductility, 5cMmin., 39.2°F, cm Elastic Recovery, 50°F, % Softening Point, OF Polymer Separation, 48 hrs. Flash Point, C.O.C., OF Tests on Residue from Thin Film Oven Test: Retained Penetration Ratio, 77°F Tests on Residue from RTFO aging and Pressure Aging Vessel: Bending Beam Rheometer Creep Stiffness, -18'C, MPa m-value, -18°C Table 3A Polymer -Modified Asphalt Cement Test AC-5 w12% Procedure SBR Min , Max SBR Tex-533-C 2.0 - T315 - - T 202 700 - T 202 - 7.0 T 49 120 150 T 51 70 - Tex-539-C - - T 53 - - Tex-540-C None T 48 425 % - T179 T 49 - - Tex-541-C and R28 T313 AC-10 wl2% SBR Min ; Max SBR 2.0 1300 - 8.0 80 - 60 - None 425 : - AC-15P AC 20XP Min ; Max Min ; Max SBS SBS 3.0 - - - - - 1.0 - 1500 - 2000 - - , 8.0 - _ 10 100 % 150 75 115 55 - 55 - 120 - None None 425 - I 425 - 0.60 1.00 0.6 1.00 - - - 300 - 0.300 1-2 300 --- 016 08-06 Table 3B Tire Rubber Modified Asphalt Cement Property prot AC-10.2TR AC-12-6TR AC-20-UR Min t Max Min ; Max Min ; Max Polymer TR TR TR Polymer Content, % (solids basis) Tex-533-C 2.0 - 5.0 i 5.0 I Dynamic Shear, G`/sin(detta), T315 - - - - 1.0 - 64-C, 10 rad/s, kPa I I Dynamic Shear, G'/sin(delta), T315 1,0 - - - I - - 58-C, 10 rad/s, kPa Viscosity I I 1400F, poise T 202 1000 - 1200 - 2000 - 275°F, poise T 202 - 8.0 - 8.0 - 10 Penetration, TPF,10D g, 5 sec. T 49 95 130 110 150 75 I 115 Elastic Recovery, 50°F, % Tex-539-C 30 - 55 j - 55 - Softening Point, OF T 53 110 113 - 120 - Polymer Separation, 48 hrs. Tex-540-C None None None Flash Point, C.C.C., OF T 48 425 I - 425 - 425 - Tests on Residue from Thin Film T179 Oven Test: Retained Penetration Ratio, 77°F T 49 0.60 1.00 0.60 1.00 0.6 1.00 Tests on Residue from RTFO Tex-541-C aging and Pressure Aging Vessel: and R28 Bending Beam Rheometer T313 Creep Stiffness, -18'C, MPa - 300 - 300 - 300 m-value, -18°C 0.300 - 0.300 - 0.300 2-2 300---016 08-06 r-. ITEM 310 PRIME COAT 310.1. Description. Prepare and treat existing or newly constructed surface with a bituminous material. Apply blotter material as required. 310.2. Materials. A. Bituminous. Use material of the type and grade shown on the plans in accordance with Item 300, "Asphalts, Oils, and Emulsions." B. Blotter. Unless otherwise shown on the plans or approved, use either base course sweepings obtained from cleaning the base or native sand as blotter materials. 310.3. Equipment. Provide applicable equipment in accordance with Article 316.3, "Equipment," 310.4. Construction. A. General. Apply the mixture when the air temperature is 60OF and above, or above 50OF and rising. Measure the air temperature in the shade away from artificial heat. The Engineer will determine when weather conditions are suitable for application. Do not permit traffic, hauling, or placement of subsequent courses over freshly constructed prime coats. Maintain the primed surface until placement of subsequent courses or acceptance of the work. B. Surface Preparation. Prepare the surface by sweeping or other approved methods. When directed, before applying bituminous material, lightly sprinkle the surface with water to control dust and ensure absorption. C. Application. 1. Bituminous. The Engineer will select the application temperature within the limits recommended in Item 300, "Asphalts, Oils, and Emulsions." Apply material within 157 of the selected temperature. Distribute the material smoothly and evenly at the rate selected by the Engineer. When directed, roll the freshly applied prime coat with a pneumatic -tire roller to ensure penetration. 2. Blotter. Spread blotter material before allowing traffic to use a primed surface. When "Prime Coat and Blotter" is shown on the plans as a bid item, apply blotter material to primed surface at the rate shown in the plans or as directed. When "Prime Coat" is shown on the plans as a bid item, apply blotter to spot locations or as directed to accommodate traffic movement through the work area. Remove blotter material before placing the surface. Dispose of blotter material according to applicable state and federal requirements. 310.5. Measurement. This Item will be measured by the gallon of bituminous material placed and accepted. 310.6. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Prime Coat" or "Prime Coat and Blotter" of the type and grade of bituminous material specified. This price is full compensation for cleaning and sprinkling the area to be primed; materials, including blotter material; and rolling, equipment, labor, tools, and incidentals. ITEM 340 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 340.1. Description. Construct a pavement layer composed of a compacted, dense -graded mixture of aggregate and asphalt binder mixed hot in a mixing plant. 340.2. Materials. Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of all material sources. Notify the Engineer before changing any material source or formulation. When the Contractor makes a source or formulation change, the Engineer will verify that the VW requirements of this Item are met and may require a new laboratory mixture design, trial batch, or both. The Engineer may sun le and test project materials at any time during the project to verify compliance. A. Aggregate. Furnish aggregates from sources that conform to the requirements shown in Table 1, and as specified in this Section, unless otherwise shown on the plans. Provide aggregate stockpiles that meet the definition in this Section for either coarse aggregate or fine aggregate. When reclaimed asphalt pavement (RAP) is allowed by plan note, provide RAP stockpiles in accordance with this Section. Aggregate from RAP is not required to meet Table 1 requirements unless otherwise shown on the plans. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex-100-E. The Engineer will designate the plant or the quarry as the sampling location. Samples must be from materials produced for the project. The Engineer will establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro- Deval tests. Perform all other aggregate quality tests listed in Table 1. Document all test results on the mixture design report. The Engineer may perform tests on independent or split samples to verify Contractor test results. Stockpile aggregates for each source and type separately. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex-200-17, Part II. Do not add material to an approved stockpile from sources that do not meet the aggregate quality requirements of the Department's Bituminous Rated Source Quality Catalog (BRSQC) unless otherwise approved. 1. Coarse Aggregate. Coarse aggregate stockpiles must have no more than 20% material passing the No. 8 sieve. Provide aggregates from sources listed in the BRSQC. Provide aggregate from nonlisted sources only when tested by the Engineer and approved before use. Allow 30 calendar days for the Engineer to sample, test, and report results for nonlisted sources. Provide coarse aggregate with at least the minimum SAC shown on the plans. SAC requirements apply only to aggregates used on the surface of travel lanes, unless otherwise shown on the plans. The SAC for sources on the Department's AQMP is listed in the BRSQC. Class B aggregate meeting all other requirements in Table 1 may be blended with a Class A aggregate in order to meet requirements for Class A materials. When blending Class A and B aggregates to meet a Class A requirement, ensure that at least 50% by weight of the material retained on the No. 4 sieve comes from the Class A aggregate source. Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. When blending, do not use Class C or D aggregates. For blending purposes, coarse aggregate from RAP will be considered as Class B aggregate. 2. RAP. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. Crush or break RAP so that 100% of the particles pass the 2-in. sieve. .� RAP from either Contractor- or Department -owned sources, including RAP generated during the project, is permitted only when shown on the plans. Department -owned RAP, if allowed for use, will be available at the location shown on the plans. When RAP is used, determine asphalt content and gradation for mixture design purposes. Perform other tests on RAP when shown on the plans. When RAP is allowed by plan note, use no more than 30% RAP in Type A or B mixtures unless otherwise shown on the plans. For all other mixtures, use no more than 20% RAP unless otherwise shown on the plans. Do not use RAP contaminated with dirt or other objectionable materials. Do not use the RAP if the decantation value exceeds 5% and the plasticity index is greater than 8. Test the stockpiled RAP for decantation in accordance with the laboratory method given in Tex406-A, Part 1, Determine the plasticity index using Tex-106-E if the decantation value exceeds 5%. The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. Do not intermingle Contractor -owned RAP stockpiles with Department -owned RAP stockpiles. Remove unused Contractor -owned RAP material from the project site upon completion of the project. Return unused Department -owned RAP to the designated stockpile location, Fine Aggregate. Fine aggregates consist of manufactured sands, screenings, and field sands. Fine aggregate stockpiles must meet the gradation requirements in Table 2. Supply fine aggregates that are free from organic impurities. The Engineer may test the fine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. At most I S% of the total aggregate may be field sand or other uncrushed fine aggregate, With the exception of field sand, use fine aggregate from coarse aggregate sources that meet the requirements shown in Table 1, unless otherwise approved. If 10% or more of the stockpile is retained on the No. 4 sieve, test the stockpile and verify that it meets the requirements in Table 1 for coarse aggregate angularity (Tex-460-A) and flat and elongated particles (Tex-280-F). Table 1 — Aggregate Quality Requirements Property I Test Method I Requirement I Coarse Aagreepte SAC AQMP As shovttton plans Deleterious material, %, max Tex-217-F, Part 1 1 5 Decantation, %, max Tex-217-F, 1.5 Part 11 t1j Micro-Deval abrasion %, max Tex-461-A Note t I Los Angeles a ion,,A, max Tex 410-A 40 Magnesium sulfate soundness, 5 cNcles %, max Tex-411-A Tex 460-A }Q` $5' parse pprxga: �ngularity2 crushers aces, %, min Part l I Plat and a onga panicles 5:1, %, max Tex-286-17 to I Fine A¢areeate Linear shrinkage, %, max I Tex-107-E I 3 +� I Combined Aggrefatc' I Sand equivalent, %, min Tex-203-F I 45 1. Not used for acceptance purposes. Used by the Engineer as an indicator of the need for further investigation. 2. Unless otherwise shown on the plans. -' 3. Unless otherwise shown on the plans. Only applies to crushed gravel. 4. Aggregates, without mineral filler, RAP, or additives, combined as used in the job -mix formula (JMF). Table 2 Gradation Requirefnen for Fine Apregate I Sieve Size % Passin�y WOW or Volume I I 3W 100 I #8 70-100 I — #200 0-30 I B. Mineral Filler, Mineral filler consists of finely divided mineral matter such as agricultural lime, crusher fines, hydrated lime, cement, or fly ash. Mineral filler is allowed unless otherwise shown on _ the plans. Do not use more than 2% hydrated lime or cement, unless otherwise shown on the plans. The plans may require or disallow specific mineral fillers. When used, provide mineral filter that: • is sufficiently dry, free -flowing, and free from clumps and foreign matter; • does not exceed 3% linear shrinkage when tested in accordance with Tex-107-E; and • meets the gradation requirements in Table 3. Table 3 Gradation Requirements for Mineral Filler I Sieve Size % Passing by weight or Volume #8 I 100 it200 55-400 C. Baghouse Fines. Fines collected by the baghouse or other dust -collecting equipment may be reintroduced into the mixing drum. D. Asphalt Binder. Furnish the type and grade of performance -graded (PG) asphalt binder specified on the plans in accordance with Section 300.2.J, "Performance -Graded Binders." E. Tack Coat. Unless otherwise shown on the plans or approved, fumish CSS-1H, SS-1H, or a PG binder with a minimum high -temperature grade of PG 58 for tack coat binder in accordance with Item 300, "Asphalts, Oils, and Emulsions." Do not dilute emulsified asphalts at the terminal, in the field, or at any other location before use. If required, verify that emulsified asphalt proposed for use meets the minimum residual asphalt percentage specified in Item 300, "Asphalts, Oils, and Emulsions." The Engineer will obtain at least I sample of the tack coat binder per project and test it to verify compliance with Item 300. The Engineer will obtain the sample from the asphalt distributor immediately before use. F. Additives. When shown on the plans, use the type and rate of additive specified. Other additives that facilitate mixing or improve the quality of the mixture may be allowed when approved. If lime or a liquid antistripping agent is used, add in accordance with Item 301, "Asphalt Antistripping Agents." Do not add lime directly into the mixing drum of any plant where lime is removed through the exhaust stream unless the plant has a baghouse or dust collection system that reintroduces the lime back into the drum. 340.3. Equipment Provide required or necessary equipment in accordance with Item 320, "Equipment for Asphalt Concrete Pavement." 340.4. Construction. Design, produce, store, transport, place, and compact the specified paving mixture in accordance with the requirements of this Item. Unless otherwise shown on the plans, provide the mix design. The Department will perform quality assurance (QA) testing. Provide quality control (QC) testing as needed to meet the requirements of this Item. A. Mixture Design. Design Requirements. Use a Level 11 specialist certified by a Department -approved hot -mix asphalt certification program to develop the mixture design. Have the Level II specialist sign the design documents. Unless otherwise shown on the plans, use the typical weight design example given in Tex-204-F, Part 1, to design a mixture meeting the requirements listed in Tables 1 through 6. Use an approved laboratory to perform the Hamburg Wheel test and provide results with the mixture design, or provide the laboratory mixture and request that the Department perform the Hamburg Wheel test. The Construction Division maintains a list of approved laboratories. Furnish the Engineer with representative samples of all materials used in the mixture design. The Engineer will verify the mixture design. If the design cannot be verified by the Engineer, furnish another mixture design. The Contractor may submit a new mixture design at anytime during the project. The Engineer will approve all mixture designs before the Contractor can begin production. Provide the Engineer with a mixture design report using Department -provided software. Include the following items in the report: • the combined aggregate gradation, source, specific gravity, and percent of each material used; • results of al l applicable tests; • the mixing and molding temperatures; • the signature of the Level II person or persons who performed the design; • the date the mixture design was performed; and Im • a unique identification number for the mixture design. Table 4 Master Gradation Bands (% Passing by Weight or Volume) and Volum^tric Properies Sieve A B C D F Size Coarse Fine Coarse Fine Fine Base Base Surface Surface Mixture 1-1/2" 98.0-100.0 - - - V 78.0-94.0 98,0-100.0 - - - 3/4" 64.0-85.0 84.0-98.0 95.0-100.0 - - 1/2" 50.0-70.0 - - 98,0-I00.0 - 3/8, - 60.0-80.0 70.0-85.0 85.0-100.0 98.0-100.0 #4 30.0-50.0 40.0-60.0 43.0--63.0 50.0-70.0 90.0-86.0 #8 22.0-36.0 29.0-43.0 32.0-44.0 35.0-46.0 38.0-48.0 030 8.0-23.0 13.0-28.0 14.0-28.0 15.0-29.0 12.0-27.0 #50 3.0-19.0 6.0-20.0 7.0-21.0 7.0-20.0 6.0-19.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 Destp VMA', %Minimum - 1 12.0 13.00 1 14.0 1 15.0 1 16.0 lant-Produced VMA, %Minimum - 1 11.0 1 12.0 1 13.0 1 14.0 1 15.0 1. Voids in Mineral Aggregates. Table 5 , Laboratory Mixture Design Properties I Property Test Mcthod Requirement I Targ� t laboratory -molded density, % Tex-207-F 96.0' Tensile strength (dry), psi (molded to 93%fl%density) Tex-Z26-F 85-200' I Boil test' I Tex-530-C - I 1. Unless otherwise shown on the plans. 2, May exceed 200 psi when approved and may be waived when approved 3. Used to establish baseline for comparison to production results. May be waived when approved. Table 6 Hamburg Wheel Test Requirements' High -Temperature Binder Grade Minimum # of Passes` A 0.5" Rut Depth, Tested Q 1221F { PG 64 or )owcr 10 000 PG 70 1 �000 PG 76 or higher 20,000 1. Tested in accordance with Tex-242-F. 2. May be decreased or waived when shown on the plans. - B. Job -Mix Formula Approval. The job -mix formula (JMF) is the combined aggregate gradation and target asphalt percentage used to establish target values for mixture production. JMF is the original laboratory mixture design used to produce the trial batch. The Engineer and the Contractor will verify JMF based on plant -produced mixture from the trial batch unless otherwise approved. The Engineer may accept an existing mixture design previously used on a Department project and may waive the trial batch to verify JMF. If the JMF is not verified by the Engineer from the trial batch, adjust the JMF or redesign the mix and produce as many trial batches as necessary to verify the JMF. Provide the Engineer with split samples of the mixtures and blank samples used to determine the ignition oven correction factors. The Engineer will determine the aggregate and asphalt correction factors from the ignition oven using Tex-236-F. The Engineer will use a Texas gyratory compactor calibrated in accordance with Tex-914-F in molding production samples. The Engineer will perform Tex-530-C and retain the tested sample for comparison purposes during production. The Engineer may waive the requirement for the boil test. C. JMF Field Adjustments. Produce a mixture of uniform composition closely conforming to the approved JMF. 40 If, during initial days of production, the Contractor or Engineer determines that adjustments to the IMF are necessary to achieve the specified requirements, or to more nearly match the aggregate production, the Engineer may allow adjustment of the JMF within the tolerances of Table 7 without a laboratory redesign of the mixture. The Engineer will adjust the asphalt content to maintain desirable laboratory density near the optimum value while achieving other mix requirements. Table 7 Operational Tolerances Allowable Description Test Method I Difference from JMF Tarzet I Individual % retained for #8 sieve and la er f5.0 Individual % retained for sieves smaller than #B and Tex-200-For *3 0' larger than #200 Tex-236-F I % QWing the #200 sieve f2.0' I Asphalt conteikL % Tex-236-F 4.3' 1 Laboratairy-molded density. % Tex-207-F I VMA. %. f 1.0 Note 2 min 1. When within these tolerances, mixture production gradations may fa)t outside the master grading limits; however, the percent passing the #200 sieve will be oonsidered out of tolerance when outside the master grading limits. 2. Test and verify that Table 4 requirements arc met. D. Production Operations. Perform a new trial batch when the plant or plant location is changed. The Engineer may suspend production for noncompliance with this Item. Take corrective action and obtain approval to proceed after any production suspension for noncompliance. Operational Tolerances. During production, do not exceed the operational tolerances in Table 7. Stop production if testing indicates tolerances are exceeded on: • 3 consecutive tests on any individual sieve, • 4 consecutive tests on any of the sieves, or • 2 consecutive tests on asphalt content. Begin production only when test results or other information indicate, to the satisfaction of the Engineer, that the next mixture produced will be within Table 7 tolerances. 2. Storage and Heating of Materials. Do not heat the asphalt binder above the temperatures specified in Item 300, "Asphalts, Oils, and Emulsions" or outside the manufacturer's recommended values. On a daily basis, provide the Engineer with the records of asphalt binder and hot -mix asphalt discharge temperatures in accordance with Item 320, "Equipment for Asphalt Concrete Pavement" Unless otherwise approved, do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hr. 3. Mixing and Discharge of Materials. Notify the Engineer of the target discharge temperature and produce the mixture within 250F of the target Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350°F. The Department will not pay for or allow placement of any mixture produced at more than 350°F. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. E. Hauling Operations. Before use, clean all truck beds to ensure mixture is not contaminated. When a release agent is necessary to coat truck beds, use a release agent on the approved list maintained by the Construction Division. F. Placement Operations. Prepare the surface by removing raised pavement markers and objectionable material such as moisture, dirt, sand, leaves, and other loose impediments from the surface before placing mixture. Remove vegetation from pavement edges. Place the mixture to meet the typical section requirements and produce a smooth, finished surface with a uniform appearance and texture. Offset longitudinal joints of successive courses of hot mix by at least 6 in. Place mixture so longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that all finished surfaces will drain properly. Place mixture within the compacted lift thickness shown in Table 8, unless otherwise shown on the plans or allowed. Table 8 Compacted Lift Thickness and Required Core Height MixtureType I Compacted Litt Thickness Minimum (in.) Max= (in.) A 3.00 6.00 B 2.50 5.00 C 2.00 4.00 D 1.50 3.00 F 1.25 2.50 1. Weather Conditions. Place mixture when the roadway surface temperature is 60°F or higher unless otherwise approved. Measure the roadway surface temperature with a handheld infrared thermometer. Unless otherwise shown on the plans, place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable in the opinion of the Engineer. 2. Tack Coat. Clean the surface before placing the tack coat. Unless otherwise approved, apply tack coat uniformly at the rate directed by the Engineer. The Engineer will set the rate between 0.04 and 0.10 gal. of residual asphalt per square yard of surface area. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints. Prevent splattering of tack coat when placed adjacent to curb, gutter, and structures. Roll the tack coat with a pneumatic -tire roller when directed. The Engineer may use Tex-243-F to verify that the tack coat has adequate adhesive properties. The Engineer may suspend paving operations until there is adequate adhesion. G. Lay -Down Operations. 1. Minimum Mixture Placement Temperatures. Use Table 9 for suggested minimum mixture placement temperatures. 2. Windrow Operations. When hot mix is placed in windrows, operate windrow pickup equipment so that substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. Table 9 Suggested Minimum Mixture Placement Tt_mperature igh-Temperature Minimum Placement emperature Binder Grade (Before Entering Paver) PG 64 or lower 260°F PG 70 270°F PG 76 280°F PG 82 or higher 290°F H. Compaction. Use air void control unless ordinary compaction control is specified on the plans. Avoid displacement of the mixture. If displacement occurs, correct to the satisfaction of the Engineer. Ensure pavement is fully compacted before allowing rollers to stand on the pavement. Unless otherwise directed, use only water or an approved release agent on rollers, tamps, and other compaction equipment. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. Unless otherwise directed, operate vibratory rollers in static mode when not compacting, when changing directions, or when the plan depth of the pavement mat is less than 1-1/2 in. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with the rollers. The Engineer may require rolling with a trench roller on widened areas, in trenches, and in other limited areas. Allow the compacted pavement to cool to 1607 or lower before opening to traffic unless otherwise directed. When directed, sprinkle the finished mat with water or limewater to expedite opening the roadway to traffic. 1. Air Void Control. Compact dense -graded hot -mix asphalt to contain from 5% to 9% in -place air voids. Do not increase the asphalt content of the mixture to reduce pavement air voids. a. Rollers. Furnish the type, size, and number or rollers required for compaction, as approved. Use a pneumatic -tire roller to sea] the surface, unless otherwise shown on the plans. Use additional rollers as required to remove any roller marks. b. Air Void Determination. Unless otherwise shown on the plans, obtain 2 roadway specimens at each location selected by the Engineer for in -place air void determination. The Engineer will measure air voids in accordance with Tex-207-F and Tex-227-F. Before drying to a constant weight, cores may be predried using a Corelok or similar vacuum device to remove excess moisture. The Engineer will use the average air void content of the 2 cores to calculate the in -place air voids at the selected location. c. Air Voids Out of Range. If the in -place air void content in the compacted mixture is below 5% or greater than 9%, change the production and placement operations to bring the in -place air void content within requirements. The Engineer may suspend production until the in -place air void content is brought to the required level, and may require a test section as described in Section 340.4.H.l.d, "Test Section." d. Test Section. Construct a test section of 1 lane -width and at most 0.2 mi. in length to demonstrate that compaction to between 5% and 9% in -place air voids can be obtained. Continue this procedure until a test section with 5% to 91/c in -place air voids can be produced. The Engineer will allow only 2 test sections per day. When a test section producing satisfactory in -place air void content is placed, resume full production. 2. Ordinary Compaction Control. Furnish the type, size, and number or rollers required for compaction, as approved. Furnish at least 1 medium pneumatic -tire roller (minimum 12-ton weight). Use the control strip method given in Tex-207-F, Part IV, to establish rolling patterns that achieve maximum compaction. Follow the selected rolling pattern unless changes that affect compaction occur in the mixture or placement conditions. When such changes occur, establish a new rolling pattern. Compact the pavement to meet the requirements of the plans and specifications. When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling the joint with the adjacent pavement and then continue by rolling longitudinally at the sides. Proceed toward the center of the pavement, overlapping on successive trips by at least 1 8., unless otherwise directed. Make alternate trips of the roller slightly different in length. On superelevated curves, begin rolling at the low side and progress toward the high side unless otherwise directed. I. Irregularities. Immediately take corrective action if surface irregularities, including but not limited to segregation, rutting, raveling, flushing, fat spots, mat slippage, color, texture, roller marks, tears, gouges, streaks, or uncoated aggregate particles, are detected. The Engineer may suspend production or placement operations until the problem is corrected. At the expense of the Contractor and to the satisfaction of the Engineer, remove and replace any mixture that does not bond to the existing pavement or that has other surface irregularities identified above. Ride Quality. Use Surface Test Type A to evaluate ride quality in accordance with Item 585, "Ride Quality for Pavement Surfaces," unless otherwise shown on the plans. 340.5. Measurement. Hot mix will be measured by the ton of composite hot mix, which includes asphalt, aggregate, and additives. Measure the weight on scales in accordance with Item 520, "Weighing and Measuring Equipment." 340.6. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid for "Dense -Graded Hot -Mix Asphalt (Method)' of the type, surface aggregate classification, and binder specified. These prices are full compensation for surface preparation, materials including tack coat, placement, equipment, labor, tools, and incidentals. Trial batches will not be paid for unless they are incorporated into pavement work approved by the Department. Pay adjustment for ride quality, when required, will be determined in accordance with Item 585, "Ride Quality for Pavement Surfaces." ITEM 360 CONCRETE PAVEMENT (Modified for CFW Projects) 360.1. Description. Construct Portland cement concrete pavement with or without curbs on the concrete pavement. 360.2. Materials. A. Portland Cement Concrete. Provide Portland cement concrete to meet a minimum compressive strength of 3,000 psi at 28 days, unless shown otherwise in the contract documents. Use Class A concrete for curbs that are placed separately from the pavement. Provide concrete that is workable and cohesive, possesses satisfactory finishing qualities, and conforms to the mix design and mix design slump. B. Reinforcing Steel. Provide Grade 60 deformed steel for bar reinforcement. Provide approved positioning and supporting devices (baskets and chairs) capable of securing and holding the reinforcing steel in proper position before and during paving. Provide corrosion protection when shown on the plans. 1. Dowels. Provide Grade 60 smooth, straight dowels of the size shown on the plans, free of burrs or deformations. Coat dowels with a thin film of grease or other approved de -bonding material. Provide dowel caps on the lubricated end of each dowel bar used in an expansion joint. Provide dowel caps filled with a soft compressible material with enough range of movement to allow complete closure of the expansion joint. 2. Tie Bars. Provide straight deformed steel tie bars. Provide either multiple -piece tie bars or single -piece tie bars as shown on the plans. Provide multiple -piece tie bars composed of 2 pieces of deformed reinforcing steel with a coupling capable of developing a minimum tensile strength of 125% of the design yield strength of the deformed steel when tensile -tested in the assembled configuration. Provide a minimum length of 33 diameters of the deformed steel in each piece. C. Curing Materials. Provide Type 2 membrane curing compound conforming to DMS- 4650, 'Portland Cement Concrete Curing Materials and Evaporation Retardants." D. Epoxy. Provide Type III epoxy in accordance with DMS-6100, "Epoxies and Adhesives," for installing all drilled -in reinforcing steel. E. Evaporation Retardant. Provide evaporation retardant conforming to DMS-4650, 1of13 "Portland Cement Concrete Curing Materials and Evaporation Retardants." F. Joint Sealants and Fillers. Provide Class 5 or Class 8 joint -sealant materials and fillers unless otherwise shown on the plans or approved and other sealant materials of the size, shape, and type shown on the plans in accordance with DMS-6310, "Joint Sealants and Fillers." 360.3. Equipment. Furnish and maintain all equipment in good working condition. Use measuring, mixing, and delivery equipment conforming to the requirements of Item 421, "Portland Cement Concrete." Obtain approval for other equipment used. A. Placing, Consolidating, and Finishing Equipment. Provide approved self-propelled paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine -finished consolidated concrete pavement conforming to plan line and grade. Provide an approved automatic grade control system on slip -forming equipment. Provide approved mechanically operated finishing floats capable of producing a uniformly smooth pavement surface. Provide equipment capable of providing a fine, light water fog mist. Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in accordance with the manufacturer's recommendations. Provide immersion vibrator units that operate at a frequency in air of at least 8,000 cycles per minute. Provide enough hand -operated immersion vibrators for timely and proper consolidation of the concrete along forms, at joints and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment -mounted immersion vibrators. Provide tachometers to verify the proper 4 operation of all vibrators. For small or irregular areas or when approved, the paving equipment described in this Section is not required. B. Forming Equipment. 1. Pavement Forms. Provide metal or wood side forms of sufficient cross-section, strength, and rigidity to support the paving equipment and resist the impact and vibration of the operation without visible springing or settlement. Use forms that are free from detrimental kinks, bends, or warps that could affect ride quality or alignment. Provide flexible or curved metal or wood forms for curves of 100-ft. radius or less. 2. Curb Forms. Provide curb forms for separately placed curbs that are not slipformed 2of13 that conform to the requirements of Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." C. Reinforcing Steel Inserting Equipment Provide inserting equipment that accurately inserts and positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment in accordance to plan details. D. Texturing Equipment. 1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width of the pavement being placed and adjustable so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture. Obtain approval to vary the length and width of the carpet to accommodate specific applications. Use an artificial grass -type carpet having a molded polyethylene pile face with a blade length of 5/8 in. to 1 in., a minimum weight of 70 oz. per square yard, and a strong, durable, rot -resistant backing material bonded to the facing. 2. Tining Equipment. Provide a self-propelled transverse metal tine device equipped with 4-in. to 6-in. steel tines and with cross-section approximately 1/32 in. thick by 1/12 in. wide, spaced at 1 in., center -to -center. Hand -operated tining equipment that produces an equivalent texture may be used only on small or irregularly shaped areas or, when permitted, in emergencies due to equipment breakdown. E. Curing Equipment. Provide a self-propelled machine for applying membrane curing compound using mechanically pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Provide curing equipment that is independent of all other equipment when production rates are such that the first application of membrane curing compound cannot be accomplished immediately after texturing and after free moisture has disappeared. Hand -operated pressurized spraying equipment with atomizing nozzles may only be used on small or irregular areas or, when permitted, in emergencies due to equipment breakdown. F. Sawing Equipment. Provide power -driven concrete saws to saw the joints shown on the plans. Provide standby power -driven concrete saws during concrete sawing operations. Provide adequate illumination for nighttime sawing. G. Grinding Equipment. When required, provide self-propelled powered grinding equipment that is specifically designed to smooth and texture concrete pavement using circular diamond blades. Provide equipment with automatic grade control capable of grinding at least a 3-ft. width longitudinally in each pass without damaging the concrete. 3of13 360.4. Construction. Obtain approval for adjustments to plan grade -line to maintain thickness over minor subgrade or base high spots while maintaining clearances and drainage. Maintain subgrade or base in a smooth, clean, compacted condition in conformity with the required section and established grade until the pavement concrete is placed. Keep subgrade or base damp with water sufficiently in advance of placing pavement concrete. Adequately light the active work areas for all nighttime operations, if required. A. Reinforcing Steel and Joint Assemblies. Accurately place and secure in position all reinforcing steel as shown on the plans. Place dowels at mid -depth of the pavement slab, parallel to the surface. Place dowels for transverse contraction joints parallel to the pavement edge. Tolerances for location and alignment of dowels will be shown on the plans. Stagger the longitudinal reinforcement splices to avoid having more than 1/3 of the splices within a 2-ft. longitudinal length of each lane of the pavement. Use multiple -piece tie bars or drill and epoxy grout tie bars at longitudinal construction joints. 1. Manual Placement. Secure reinforcing bars at alternate intersections with wire ties or locking support chairs. Tie all splices with wire. 2. Mechanical Placement. If mechanical placement of reinforcement results in steel misalignment or improper location, poor concrete consolidation, or other inadequacies, complete the work using manual methods. B. Joints. Install joints as shown on the plans. Clean and seal joints in accordance with Item 438, "Cleaning and Sealing Joints and Cracks (Rigid Pavement and Bridge Decks)." Repair excessive spalling of the joint saw groove using an approved method before installing the sealant. Seal all joints before opening the pavement to all traffic. When placing of concrete is stopped, install a rigid transverse bulkhead, accurately notched for the reinforcing steel and shaped accurately to the cross-section of the pavement. -- 1. Placing Reinforcement at Joints. Where the plans require an assembly of parts at pavement joints, complete and place the assembly at the required location and elevation with all parts rigidly secured in the required position. Accurately notch joint materials for the reinforcing steel. 2. Curb Joints. Provide joints in the curb of the same type and location as the adjacent pavement. Use expansion joint material of the same thickness, type, and quality required for the pavement and of the section shown for the curb. Extend expansion ` joints through the curb. Construct curb joints at all transverse pavement joints. For non -monolithic curbs, place reinforcing steel into the plastic concrete pavement as shown on the plans unless otherwise approved. Form or saw the weakened plane joint across the full width of concrete pavement and through the monolithic curbs. C. Placing and Removing Forms. Use clean and oiled forms. Secure forms on a base or 4of13 firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end. Tightly join and key form sections together to prevent relative displacement. Set side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment, and stability of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 1/8 in. under finishing operations. Reset forms to line and grade, and refinish the concrete surface to correct grade. Avoid damage to the edge of the pavement when removing forms. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hr. after form removal unless otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hr. after a bulkhead for a transverse construction joint has been removed unless otherwise approved. When forms are removed before 72 hr. after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. Forms that are not the same depth as the pavement but are within 2 in. of that depth are permitted if the subbase is trenched or the full width and length of the form base is supported with a firm material to produce the required pavement thickness. Promptly repair the form trench after use. Use flexible or curved wood or metal forms for curves of 100-ft. radius or less. D. Concrete Delivery. Clean delivery equipment as necessary to prevent accumulation of old concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to have a slump of more than 5 in. Segregated concrete is subject to rejection. Place agitated concrete within 60 min. after batching. Place non -agitated concrete within 45 min. after batching. In hot weather or under conditions causing quick setting of the concrete, times may be reduced by the Engineer. Time limitations may be extended if the Contractor can demonstrate that the concrete can be properly placed, consolidated, and finished without the use of additional water. E. Concrete Placement. Do not allow the pavement edge to deviate from the established paving line by more than 1/2 in. at any point. Place the concrete as near as possible to its final location, and minimize segregation and rehandling. Where hand spreading is necessary, distribute concrete using shovels. Do not use rakes or vibrators to distribute concrete. 5of13 1. Pavement. Consolidate all concrete by approved mechanical vibrators operated on the front of the paving equipment. Use immersion -type vibrators that simultaneously consolidate the full width of the placement when machine finishing. Keep vibrators from dislodging reinforcement. Use hand -operated vibrators to consolidate concrete in areas not accessible to the machine -mounted vibrators. Do not operate machine - mounted vibrators while the paving equipment is stationary. 2. Temperature Restrictions. Place concrete that is between 40°F and 95°F at the time of discharge, except that concrete may be used if it was already in transit when the temperature was found to exceed the allowable maximum. Take immediate corrective action or cease concrete production when the concrete temperature exceeds 95°F. Do not place concrete when the ambient temperature in the shade is below 40'F and falling unless approved. Concrete may be placed when the ambient temperature in the shade is above 35°F and rising or above 40°F. When temperatures warrant protection against freezing, protect the pavement with an approved insulating material capable of protecting the concrete for the specified curing period. Submit for approval proposed measures to protect the concrete from anticipated freezing weather for the first 72 hr. after placement. Repair or replace all concrete damaged by freezing. F. Spreading and Finishing. Finish all concrete pavement with approved self-propelled equipment. Use power -driven spreaders, power -driven vibrators, power -driven strike -off, and screed, or approved alternate equipment. Use the transverse finishing equipment to compact and strike off the concrete to the required section and grade without surface voids. Use float equipment for final finishing. Use concrete with a consistency that allows completion of all finishing operations without addition of water to the surface. Use the minimal amount of water fog mist necessary to maintain a moist surface. Reduce fogging if float or straightedge operations result in excess slurry. 1. Finished Surface. Perform sufficient checks with long -handled 10-ft. and 15-ft. straightedges on the plastic concrete to ensure that the final surface is within the tolerances specified in the contract documents. Check with the straightedge parallel to the centerline. 2. Maintenance of Surface Moisture. Prevent surface drying of the pavement before application of the curing system. Accomplish this by fog applications of evaporation retardant on the pavement surface. Apply evaporation retardant at the rate recommended by the manufacturer. Reapply the evaporation retardant as needed to maintain the concrete surface in a moist condition until curing system is applied. Do 6of13 not use evaporation retardant as a finishing aid. 3. Surface Texturing. Perform surface texturing using a combination of a carpet drag and metal tining, if required by the contract documents. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. Operate the metal -tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. 4. Small or Irregular Placements. Where machine placements and finishing of concrete pavement are not practical, use hand equipment and procedures that produce a consolidated and finished pavement section to the line and grade. 5. Emergency Procedures. Use hand -operated equipment for applying texture, evaporation retardant, and cure in the event of equipment breakdown. G. Curing. Keep the concrete pavement surface from drying by water fogging until the curing material has been applied. Maintain and promptly repair damage to curing materials on exposed surfaces of concrete pavement continuously for at least 3 curing days. A curing day is defined as a 24-hr. period when either the temperature taken in the shade away from artificial heat is above 50OF for at least 19 hr. or when the surface temperature of the concrete is maintained above 40°F for 24 hr. Curing begins when the concrete curing system has been applied. Stop concrete paving if curing compound is not being applied promptly and maintained adequately. Other methods of curing in accordance with Item 420, "Concrete Structures", may be used when specified or approved. 1. Membrane Curing. After texturing and immediately after the free surface moisture has disappeared, spray the concrete surface uniformly with 2 coats of membrane curing compound at an individual application rate of not more than 180 sq. ft. per gallon. Apply the first coat within 10 min. after completing texturing operations. Apply the second coat within 30 min. after completing texturing operations. Before and during application, maintain curing compounds in a uniformly agitated condition, free of settlement. Do not thin or dilute the curing compound. Where the coating shows discontinuities or other defects or if rain falls on the newly coated surface before the film has dried enough to resist damage, apply additional compound at the same rate of coverage to correct the damage. Ensure that the 7of13 curing compound coats the sides of the tining grooves. H. Sawing Joints. Saw joints to the depth shown on the plans as soon as sawing can be w accomplished without damage to the pavement regardless of time of day or weather conditions. Some minor raveling of the saw cut is acceptable. Use a chalk line, string line, sawing template, or other approved method to provide a true joint alignment. Provide enough saws to match the paving production rate to ensure sawing completion at the earliest possible time to avoid uncontrolled cracking. Reduce paving production if necessary to ensure timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hr. of curing. + The sequence and time frame for saw cutting of joints is of critical importance to limit pavement cracking. Sawing of joints shall begin as soon as the concrete has hardened sufficiently to permit sawing without excessive raveling. All saw joints shall be completed before uncontrolled shrinkage cracking occurs and shall be completed as soon as possible under hot weather conditions and within a maximum of 24 hours after saw cutting begins under cool weather conditions. The first transverse contraction joint saw - cut shall be made near the center of the entire section placed on that particular day. The next two transverse contraction joint saw cuts shall then be made approximately half way from the center saw cut to the end of the section on each side. The process shall be -- repeated successively on each side of previously cut transverse contraction joints to consistently cut in half the remaining panels with each saw cut. This process shall be continued until all transverse contraction joint saw cuts are completed. Then all transverse dummy saw joints shall be cut beginning with the one nearest the end where concrete placement began and continuing in the direction of the concrete placement until all dummy saw joints are completed. This overall saw -cutting sequence will result in providing the most rapid and effective stress relief for the pavement, and will help limit random shrinkage cracking. I. Protection of Pavement and Opening to Traffic. Testing for early opening is the responsibility of the Contractor regardless of job -control testing responsibilities unless otherwise shown in the plans or directed. Testing result interpretation for opening to traffic is subject to the approval of the Engineer. 1. Protection of Pavement. Erect and maintain barricades and other standard and approved devices that will exclude all vehicles and equipment from the newly placed pavement for the periods specified. Before opening to traffic, protect the pavement from damage due to crossings using approved methods. Maintain an adequate supply of sheeting or other material to cover and protect fresh concrete surface from weather damage. Apply as needed to protect the pavement surface from weather. 2. Opening Pavement to Traffic. Before opening to traffic, clean pavement, place 8of13 stable material against the pavement edges, seal joints, and perform all other traffic safety related work. 360.5 Acceptance of Reinforced Concrete Pavement. A. Penalty for Deficient Pavement Thickness. There shall be no acceptance of deficient pavement thickness other than the tolerances specified below. 1. Pavement thickness deficiency up to 0.25-inch will be considered as satisfactory and the contract unit price will be used for payment if the average thickness within the project meets or exceeds the specified designed thickness. 2. Deficiencies of greater than 0.25-inch shall be removed and replaced with pavement of plan thickness at contractor's entire expense. B. Cracked Concrete Acceptance Policy. The criteria for acceptance or rejection of reinforced concrete that is cracked is as follows:. 1. DEFINITIONS a. Minor crack — A crack of no more than 5 feet in length and does not extend i.) from the edge of a slab or from a pavement joint, or; ii.) the depth to the reinforcement steel of the concrete slab, or; iii.) an intermediate crack that is designated as a minor crack under Monitor Pavement Option 2. b. Intermediate Crack — A crack that extends from any edge of slab or joint a distance of no more than 5 feet. c. Structural or Maior crack — A crack i.) of greater than 5 feet, or; ii.) that extends from the edge of a slab or from a pavement joint to any other edge of slab or joint, or; iii.) extends the full depth of the concrete slab, or; iv.) an intermediate crack that is designated as a structural crack under Monitor Pavement Option 2. d. Citv Enaineer — In the application of this policy, the City Engineer is the Director of the Department of Engineering or his designee. 2. ACCEPTABLE PAVEMENT — NO ACTION IS NECESSARY: A concrete panel with four (4) or less minor cracks as defined above is acceptable. (See Figure 1). No action is necessary and no routina and sealina is allowed. 9of13 I PLAN PROFILE Figure 1 - No action is necessary 3. MONITORED PAVEMENT A concrete pavement with one intermediate crack as defined above may be acceptable. The contractor has two options. Option No. 1 — The panel may be removed and replaced at contractor expense. Option No. 2 — The limit of the crack shall be identified for future reference by drilling a 1/2" hole at the free end of the crack and sealing the crack with an approved epoxy material. If at the end of the warranty period the crack has not propagated then the crack will be designated as a minor crack. If the crack has propagated then the crack is _ considered a structural crack. 4. STRUCTURALLY CRACKED PAVEMENT — FULL PANEL REPLACEMENT IS REQUIRED: A. If a panel contains greater than four (4) minor cracks and those cracks are determined to be caused in whole or in part by a deficiency of material or workmanship, the panel must be removed and replaced by the Contractor at his own expense. (See Figure 2) _ 10 of 13 4 PLAN Fioure 2 - Full Panel replacement is required. PROFILE B. All concrete panels with any structural or major crack as defined above that is determined to be caused, in whole or in part, by a deficiency of material or workmanship must be removed and replaced in their entirety by the Contractor at his own expense. (See Figures 3 and 4 below) PLAN Fioure 3 - Full Panel replacement is required. Y MM 11 of 13 Figure 4 - Full panel replacement is reauired. C. If the edge of existing concrete pavement is damaged during the construction of adjacent pavement; the damaged panel(s) must be removed and replaced in its entirety by the Contractor at his own expense. 5. APPLICATION AND FINAL DETERMINATION OF POLICY It is not the intention of this policy that the Contractor is required to remove and replace at his own expense any concrete that cracks due solely to causes other than his own materials and/or workmanship. It is possible that a structural crack or cracks have been '- caused by a combination of factors. It is the policy that if a deficiency of materials and/or workmanship is found to be a contributing cause, then the contractor shall remove and replace the panels that contain the crack or cracks at no expense to the City. If cracks exist in the project, the City Engineer or his/her designee will make the determination if the crack is minor or structural which determination shall be final. If the crack is structural, the Contractor and the City will attempt to agree on the cause or causes of the crack. If the Contractor and City agree that the cause of a structural crack requiring removal and replacement is at least in part due to Contractor's deficient material or workmanship, the concrete pavement will be removed and replaced at Contractor's entire expense. If the Contractor and City cannot agree as to the cause of a structural crack, the City may hire an independent geotechnical engineer to perform testing and analysis to determine the cause of the crack. The contractor will escrow 50% of the proposed costs of the geotechnical contract with the City. If the City's hired geotechnical engineer determines that the cause of a structural crack is at least in part due to Contractor's deficient material or workmanship, the concrete pavement will be removed and replaced at Contractor's entire expense and the — Contractor will also pay the City for the entire cost of the geotechnical investigation. If the City's hired geotechnical engineer fails to determine that the cause of the structural crack is due to Contractor's deficient material or workmanship, the concrete pavement will not be removed and replaced without additional compensation to the Contractor. In 12 of 13 turn, the Contractor's escrowed funds, as described above, will be released. 360.6 Measurement. "Reinforced Concrete Pavement" will be measured by the square yard, or as otherwise shown in the bid documents, of completed and accepted pavement. The price bid for reinforced concrete pavement, as shown on the proposal, will be full payment for furnishing and laying the reinforced concrete pavement, including the foundation course, and for all labor, equipment, materials, tools and incidentals necessary to complete the work. Measurement for reinforced concrete pavement shall be measured in its final position between the lips of the gutters. 360.7 Payment. The work performed and materials furnished as prescribed by this item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard, or as otherwise indicated in the bid documents, which price shall be full compensation for shaping and fine grading the roadbed, including furnishing and applying all water required; for furnishing, loading and unloading, storing, hauling, and handling all concrete ingredients, including all freight and royalty involved; for mixing, placing, finishing and curing all concrete; for furnishing and installing all reinforcing steel; for furnishing all materials and placing longitudinal, warping, expansion, and contraction joints including all steel dowels, dowel caps, and load transmission units required, wire and devices for placing, holding and supporting the steel bars, load transmission units, and joint filler material in the proper position; for coating steel bars where required by the plans; for all manipulations, labor, equipment, appliances, tools, traffic provisions, and incidentals necessary to complete the work. 13 of 13 1 ( tc-I L-E F L_I l 7 F IDENTIFICATION POLYMER CONCRETE COVER — LIFT EYE COHWR__,r1t IB' MIN. 1'CRUSHED MAINTAIN MINIMUM :' `:. s�;; ,. `✓ �J STONE CLEARANCE OF B''` ✓`-i� ��i BETWEEN BOTTOM OF LID AND TOP OF 2' OONDUIT, NOMINAL NOMINAL BOX DIMENSION! COVER DIMENSION6 PULLBO% A 0 C D E SMALL 16114, 22 Im. 12' 113181 1S 1J5' LARDS 20 3W 52 Ire 12- 19 1R' SI 1T GROUND BOX DEZAIL ( PULL BOX) S 112' CONCRETE APRON WITH 2 OS BARB AB SHOWN TO BE INSTALLED FOR STREET LIGHT CONDUIT ONLY ON ARTERIAL 12• ROADS NOT RESIDENTIAL STREETS. - T1,P ALL BIG NAL CONDUIT SHALL HAVE CONCRETE APRONS AT ALL LOCATIONS. I r BOLT TO ATTACH ! 6/0P 1 ' X LIFTING blOT{ — I 1 TO GROUND BOX 1 , I I Bp0 RESIST, L O S ! D I POLYMER CONCRETE I I BOLT TOATTACH COVER — tI TO GROUND BOX I COVER GROUND BOX NOTES GROUND BOXES AND COVERS SHALL BE MANUFACTURED FROM REINFORCED POLYMER CONCRETE [RPM) COMPOSED OF BOROSILICATI GLASS FIBER, A CATALYZED POLYESTER RESIN AND AN AGGREGATE. SIDE WALL.? MAY BE FIBER REINFORCED POLYMER. BOTTOM EDGE OF BOX OR EXTENSION SHALL BE FOOTED WITH A MINIMUM 1 1J1' FLANGE COVER LIFT EYE ----MOLDED VAIN COVER COVER LETTERING--•—V INCISED LET-rERS'UGHT i SIGNAL' GROUND BOX AND COVER Musr BE ABLE TO WITHSTAND A MINIMUM 12,000 LS PER WHEEL LOAD. LOAD REQUIREMENTS SHALL BE TESTED BY AN INDEPENDENT LABORATORY AND A CERTIFICATION OF SUCH TESTS SHALL BE SUBMITTED TO THE ENGINEER FOR APPROVAL. 7HE GROUND BOXES FOR THIS PROJECT SHALL MEET THE REQUIREMENTS 9110M ABOVE. THE CONTRACTOR WILL BE PERMITTED TO FURNISH LIKE j MATERIALS OF ANY MANUFACTURER PROVIDED THEY ARE OF EQUAL QUALITY AND COMPLY WITH THE SPECIFICATIONS. I POLYMER CONCRETE Ir GROUND BOX AND COVER B TYP. CLASS A CONCRETE APRON CLASS A CONCRETE APRON 2. q BARS TYPICAL V OPENING AT ENO OF S' CONDUlIU SHALL BE SSJLLED WITH DUCT SEAL. - J J1111 PVC CONDUIT • • ,, WITH SO•ELBOW �• 1S••22' :. I'CRUSHED STONE. �' � ' _.I_l\_ PVC CONDUIT IMTH iQ ELBOW ySECTION A -A SHOWING DIMENSIONS OF BOX AND ACCOMPANYING FIELD INSTALLATION INSTALL 2' PVC CONDUIT AT ALL DRIVEWAYS WITH f, LOCATOR BALLS. DRIVEMY APPROACH-7 LEGEND J._—__ ___ , ■ GROUNDBOXWTH j TRAFFIC SIGNAL CONCRETEAPRON T CONDUIT FOR o LOCATOR EAII MAJOR ROADWAY S FUTURE SIGNALS--` STREET LIGHT 2' SCHEDULE Ao I PVC CONDUIT STREET LIGHT TRAFFIC SIGNAL 2' CONDUITWITH 4' -- / Y ^- r SCHEDULE IO LOCATOR BALLS—�� /J I MAJOR ROADWAY PVC CONDUIT LOCATOR BALLS SHALL I BE PROVIDED BY CITY. d ■-•---------------- -----rC.ROU.D NOTES INBOX 1.ON ARTERIAL ROADS ALL CONDUIT Ic i CONC_APRON (TYPICAL). SHALL TERMINATE IN A OHOUND BOX WITH A CONCRETE APRON, GROUND BOXES SHALL BE INSTALLED i AFTER THE ROADWAY i LANDSCAPING 1 ARE COMPLETE. SEE GROUND BOX DETAIL TYPICAL CONDUIT PLACEMENT AT NEW ROAD CONSTRUCTION 4i^qy�, DEPT OF TRANSPORTATION FART VI1p(jj'N AND PUBUCMRXS ��swf a•_w.u. ' TMiHC SERNCFA WVISON .. ....-.... ■ *`7••+'--,-���' STREET LUMINAIRE THE SEALA..uuRooNr.ff 1 CONDUIT & GROUND BOX DETAILS a.M oI WT wM AVrl9W= n ADNNIE S MAmoi-- fa10J ON IJI111. I LAC. r, _ JOE MDfIQ''•I.ifu l•"�^ AOMMEWJe r ti0.M l .. CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: NAME OF PROJECT: Street Improvements on South Adams Street between West Magnolia Avenue and West Rosedale Street PROJECT NUMBER: C293-209620135183 IS TO CERTIFY THAT: Dirtco, d/b/a Stvles Contracting is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance (Public Ea. Occurrence: $ Liability) Property Damage: Ea. Occurrence: $ Blasting Ea. Occurrence: $ Collapse of Building or structures adjacent to Ea. Occurrence: $ excavations Damage to Underground Utilities Ea. Occurrence: $ Builder's Risk VMM Comprehensive Bodily Injury: Automobile Liability Ea. Person: $ Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Bodily Injury: Contractual Liability Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Other Locations covered: Description of operations covered: The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. Asencv Insurance Company: Fort Worth Aeent By Address Title no 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. J--:Z3$_ and City of Fort Worth Project No. v/3€"/ CONTRACTOR STATE OF TEXAS § *� COUNTY OF TARRANT § BeXanown me, the undersigned authority, on this day personally appeared �. to me to be the person whose name is subscribed to the fore oing instr� ryrm�Qnt, nd acknow dged to me that he executed the same as the act ! and deed of m,- for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this t4- day of 20 09 Y �1 Notary Pu I and'* -,the State of Texas AMANDA STYLES MY coMMISSION EXPIRES August 1, 2010 i PERFORMANCE BOND _ ( BOND # AS8512580 THE STATE'OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § AMERICAN SAFETY CASUALTY That we (1) Dirteo, d/h/a Stvles Contracting as Principal herein, and (2) INSURANCE COMPANY , a corporation organized under the Iaws of the State of (3)OKLAHOMA , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: One Hundred Twenty-five Thousand Six Hundred Ninty-seven and no/100.......................................................... ($125,697.00) Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. J WHEREAS, Principal has entered into a certain contract with the Obligee dated the 6th of October, 2009 a copy of which is attached hereto and made a part hereof, for the construction of: Street Imnrovements on South Adams Street between West Magnolia Avenue and West Rosedale Street 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 I reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then • this obligation shall be void; otherwise, to remain in full force and effect. r 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 6`h of October, 2009. ATTEST: Dirteo. d/b/a Stvles Contracting. (Principal) Secretary PRINCIPAL ( BY: Title: ►ti 4�( =� YZ cam_ (SEAL) 5625 Egg Farm Rd, Suite 1120 Keller. TX 15248 ���---� AMERICAN SAFETY CASUALTY INSURANCE COMPANY Witness as to I'xincipal �— Surety 5625 EGG FARM RD. #1120 KELLER. TX 76248 Address BY: f ATTEg\ JAY A,P (Attorney -in -fact) (5) (Surety) Secre 2255 RIDGE RD. #333 ROCKWALL TX 75087 (Address) (SEAL) NOTE: Date of Bond must not be prior to date of Contract (1) Confect Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety - Telephone number of surety must be -stated, In addition, an original copy of Power of Attorney shall be attached to Bond by Attorney -in -Fact. The date of bond shall not be prior to date of _ Contract. itness to Sur�ty 2255 RI �RD. #333 ROCKWALL, TX 75087 (Address) BOND # ASB512580 PAYMENT BOND .. THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § AMERICAN SAFETY CASUALTY That we, (1) Dirtco, d/b/a Styles Contracting, as Principal herein, and (2) INSURANCE COMPANY .. a corporation organized and existing under the laws of the State of (3) OKLAHOMA , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of One Hundred Twenty-five Thousand Six Hundred Nintv-seven and no/100................................................. Dollars ($125.697.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 6th day of etober 2009, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if IwJ copied at length, for the following project: j Street lmnrovements on South Adams Street between West MaQuolia Avenue and West Rosedale j Street I NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. ( PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 6th day of, October. 2009. r ATTEST: h +secrWy rmcipal} (S E A ) r � 1 tness as to Principal � I , ATTEST: Secretary {SEAL) Witness a o ure y S Dirtco, d/b/a Stvies Contractinq PRINCIPAL By: -- Name: Title: Address: 5625 Ectq Farm Rd. Suite 1120 Keller. TX 15248 `mY AMERICAN SAFETY CASUALTY INSURANCE COMPANY SURETY By: Name: JAY JORDAN Attorney in Fact Address: 2255 RIDGE RD. #333 ROCKWALL TX 75087 Telephone Number: 972-771-4071 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. f (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney -in -Fact. The date of bond shall not be prior to date of Contract. MAINTENANCE BOND BOND # ASB512580 THE STATE OF TEXAS § COUNTY OF TARPANT § f " AMERICAN SAFETY CASUALTY I That Dirtco, d/b/a Stvies Contractinq ("Contractor"), as principal, and INSURANCE COMPANY a corporation organized under the laws of the State of OKLAHOMA , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of One Hundred Twentv-five Thousand Six Hundred Nintv-seven and . Dollars ($125.697.00), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 6th of October. 2009, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: j Street Improvements on South Adams Street between West Macrnolia Avenue and West Rosedale Street ithe same being referred to herein and in said contract as the Work and being designated as project number(s) C293-209620135183 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) vears; and �l WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in Ed part at any time within said period, if in the opinion of the Director of the City of Fort Worth I Department of Engineering, it be necessary; and, 4 WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 8 counterparts, each of which shall be deemed an original, this 6th day of October, A.D.2009. ATTEST: Secretary ATTEST: (SEAt_j Secretary Dirtco, dlb/a Stvles Contracting Contractor By. � Name: ( !� r�?St�/�� �P Title: © W r� � r �I PCq' V' I— AMERICAN SAFETY CASUALTY INSURANCE COMPANY Surety Name. JAYWORnAN Title: ATTORNEY -IN -FACT 2255 RIDGE RD #333 ROCKWALL. TX 75087 Address ao NUMBER zw POWER OF ATTORNEY ASB-512580 Aura PrioSumbmatew KNOW ALL Affi4 BY TEM , i. !. era+ij I..i , .j�. Bat Amiean Safely Canopy Tasmanca Company has made, coinsid rated and snob" and by these punts does taste. constitute and appoints Richard W. Daiker, Tony Fierro, Johnny Moss, Jay Jordan of Rockwall Texas Randall S. McClelland, Richard W. Daiker, Tony Fierro of El Paso, Texas its true ad lawful amormy-in-fact, for it and its tame, place, and stead eo execute on bebalf of the said Compuy, as surety, bonds. undertaking and ooutracts of suretyship to be given to AUOBIJGBBS provided that no bond or undertaking or contract of smerys* executed order this authority shall exceed in amount the sum of ***FIVE MILLION***($5,000,000.00) DOLLARS*** This Power of Attorney is grated and is signed and sealed by bcdmile utter ad by the authority of the following Resolution adapted by the Board of Ditestots of the Company on the Eighth day of September 2003. RESOLVED. that the President In omjunctiou with the Secretary or say Assistant Secretary may appoint attomeys-ia-fact Of age= wilt anft ty as defined or limited in the Instrument evidencing the appointment in each case, for and on bebaif of the Company, to execute ad deliver and affix the sal of the Company to bondk hmdestakinp, reeognizaoces, turd suretyship obligations of a9 kinds: and said offioras may remove any such attancy-in-fBct or agent and revoke any power of Money previously granted to such persons. RESOLVED FURTHER, that any bond, uadvtating...._r, :. or suretyship obligation shall be valid and binding upon the Company: (r) when signed by the President or any Vice -President and attested and sealed (if a seal be required) by arty Secretary or Assistant Secretary or (u) when signed by the President or any Vice-Fmident or Secretary or Assistant Secretary, and countersigned. and scaled (if a seal be required) by a duly anthtuin d atttmty--ta flex or agent: or (tit► when duly executed and scaled (if a seal be required) by one or more attorney -in -fact or agents pursuant to and within the limits of die authority evidenced by the power of attorney issued by the Company to such prison or persons. RESOLVED FURTHER. that the signs m of any authorized officer and the seal of the Company tray be affixed by facsimile to any power of atom ney or certification thereof adhorizing the execution and delivery of any bond, undertaking, reoophance. or other suretyship obligations of the Company; and such sipnta¢ae and sal when so used shall have the same force and affects as though manully alfized. IN WITNESS WHEREOF, Amenau Safety Casualty hhsura= Company has caused its official seal to be hereunto afracA and these presents to be signed by its President and attested by its Secretary this Flghth day bf September 2003. Attest: Randolph tMto, saerahry STATE OF GEORGIA COUNTY OF COBB } Z►htE,a \ VuAJ ^' r :t1Ntti. o Stephen R. Grit, President 0 On this Eighth day of Seprzmber. 2003, before me personally came Stepben R. Ocim. to me known, who, being by me duly sworn, did depose sad say that he is the President of American Safety Casually insurance Company, the carpoi. described in and which executed the above instrument: that he knows the seal of the said corporation; tbat the sca affixed to the said instrument is such corporate seal: that it was so affixed by order of the Board of Directors of said eorpaatien and that he signed bis name thereto by like order. Z. MBAN,tt /g `w I -T Ruth . Bankston Notary Public Or ry...%j 1, the under ped. Secretary of American Safety Casualty luahsauce Company, a OlMotna cosi mtion, DO HEREBY CERTIFY that the foregoing and attached Power of Attomey remains in full force and has not been revoked; and fmtbermau that the Resolution of the Board of Directors, set forth in the sad Power of Attorney, is now in force. Signed and Sealed at the City of Atlanta, in the State of Georgia. ,I74y Dated the day of DUPLICATE V -% p G I N AL Ra h L Hutto, Secretary ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED WITH RED NUMERICAL NUMBERS DUPLICATES SHALL HAVE THE SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN CONJUNCTION WITH THE ORIGINAL CITY OF FORT WORTH. TEXAS CONTRACT THE STATE OF TEXAS 1-1 KNOW ALL BY THESE PRESENTS M COUNTY OF TARRANT This Contract made and entered into this the 6th day of October A.D., 20099 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 Dirtco, d/b/a Stvles Contracting, ("Contractor"). Owner and Contractor may be referred to herein individually as a "Party" or collectively as the "Parties." WITNESSETH: That said parties have agreed as follows: 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: Street Improvements on South Adams Street between West Magnolia Avenue and West Rosedale Street PJ 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 112 calendar days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General —.-- Conditions, there shall be deducted from any monies due or which may thereafter become due him, the ORD j CITY SECRETARY" Ili FT. WORTH TX foe up 46 M. sum of $210 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 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 anv such iniurv. damage or death is caused. in whole or in Part, by the negligence or alleged negligence of Owner. its officers. servants. or emnlovees. 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 iniury or damage is caused in whole or in Part by the negligence or alleged negligence of Owner, its officers. servants or emnlovees.. 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. VA 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 RF-UURD ZITY SECRETARY F7e WORTH, TX B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the Contract, solely for the protection of all claimants supplying labor and 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 One Hundred Twenty-five Thousand Six Hundred Ninty-seven and no/100.......................................................................................................................Dollars, ($125.697.00). a 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 8 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 8 counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the 6th day of October. A.D., 2009. OFFICIAL RECORD STY SECRETARY ]FT. _ APPROVAL RECOMMENDED: .. William A erkest .E. Transportation Public Works Director ATTEST: Dirtco. d/b/a Stvles Contracting 5625 EeFarm Rd, Suite 1120 Keller. TX 15248 CONTRACTOR .. BY: TITLE M 5(aa 5 665 Ya�m1�.,-6-f-et 12D -Tx -1 L-e 2u t�) ADDRESS November 1960 Revised May 1986 Revised September 1992 CITY OF FORT WORTH FERNANDO COSTA, ASST CITY MANAGER CITY SECRETARY (SEAL) C-a335 contract Authorization I () I 0c) Date APPROVED AS TO FORM AND LEGALITY: *ASS.ATTORNEY OFFICIAL RECORD CITY SECRETARY � FT. WORTH, TX C