Loading...
HomeMy WebLinkAboutContract 39624aw no wo ..r ..r CITY SECRETARY CONTRACT NO. SPECIFICATIONS AND CM SECRETARY CONTRACT DOCUMENTS D.O.E. FILE CONTRACTOR'S BONDING CO. FOR CONSTRUCTION'S COPY rHE CONSTRUCTION OF CLIENT DEPARTMENT SANITARY SEWER REHABILITATION CONTRACT LXX (70). PART 4 Water Project No. P253-609170043987 ftw Sewer Project No. P258-709170043987 City Project No. 00439 No DOE Project No. 6258 ,. ., -- no Michael J. Moncrief Mayor Dale A. Fisseler, P.E. City Manager S. Frank Crumb, P.E. Director, Water Department William Verkest, P.E. Director, Transportation and Public Works Department Prepared for City of Fort Worth Water Department 2009 ftley-Hom and Associates, Inc. Texas Registration No. 928 OFFICIAL RECORD KHA No. 061018025 CITY SECRETARY FT !NORTH, TX I 1-24•0at OA owls, M&C Review Page 1 of 3 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORTWOT11 COUNCIL ACTION: Approved on 11/3/2009 - Ord. No. 18896-11-2009 DATE: 11/3/2009 REFERENCE NO.: C-23893 LOG NAME: 60SS70P4- BURNSCO CODE: C TYPE: NON -CONSENT PUBLIC NO HEARING: SUBJECT: Authorize a Contract in the Amount of $1,758,144.40 with Burnsco Construction, Inc., for Sanitary Sewer Rehabilitation Contract LXX, Part 4, on Monticello Drive, Potomac Avenue, Williamsburg Lane, West Jarvis Street and Two Alleyways and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $1,838,945.00 from the Water and Sewer Fund to the Water Capital Projects Fund in the amount of $731,221.00 and the Sewer Capital Projects Fund in the amount of $1,107,724.00; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund by $731,221.00 and the Sewer Capital Projects Fund in the amount of $1,107,724.00; and 3. Authorize the City Manager to execute a contract with Bumsco Construction, Inc., in the amount of $1,758,144.40 for Sanitary Sewer Rehabilitation Contract LXX, Part 4. DISCUSSION: On March 23, 2004, (M&C C-20000) the City Council authorized an engineering agreement with Kimley-Horn & Associates, Inc. for Sanitary Sewer Rehabilitation Contract LXX (70). This project provides for the replacement of the deteriorated water and sanitary sewer mains as indicated on the following streets and alleyways: Street Monticello Drive Potomac Avenue Williamsburg Lane West Jarvis Street Montgomery Street Alleyway Between Hillcrest Street and Thomas Place Alleyway Between Fourth Street and Hamilton Avenue From Rivercrest Drive Virginia Place Bristol Road South Adams Street Linden Avenue El Campo Avenue Monticello Drive To Scope of Work Hamilton Avenue Water Fourth Street Water Bailey Avenue Water Lipscomb Street Sewer Byers Avenue Sewer Bryce Avenue Sewer Boland Street Sewer The project was advertised for bid on June 18, 2009, and June 25, 2009, in the Fort Worth Star- http://apps.cfwnet. org/council_packet/mc_review. asp?ID=12340&councildate= l 1 /3/2009 12/ 11 /2009 M&C Review Page 2 of 3 Teleqram. On August 13, 2009, the following bids were received: Bidders Bid Amount Texas United Excavators, LLC* $1,723,058.50 Burnsco Construction, Inc. $1,758,144.40 Barson Utilities, Inc. $1,982,268.25 Conatser Construction TX, LP $1,986,343.50 SLC Construction, LLC $2,065,135.04 Time of Completion 240 Calendar Days *The apparent low bidder Texas United Excavators, LLC, (TUE) has been determined by staff to be non -responsive to the contract specifications due to failure to comply with the prequalification pipe size restriction. TUE is prequalified to only install water and/or sanitary sewer mains 12 inches in diameter and smaller. This project includes 370 linear feet of 18 inch diameter sewer pipe. In addition to the contract amount $24,000.00 (Water: $8,000.00 and Sewer: $16,000.00) is required for material testing and inspection and $56,800.60 (Water: $25,000.00 and Sewer: $31,800.60) is provided for change order contingencies. M/WBE - Burnsco Construction, Inc., is in compliance with the City's M/WBE Ordinance by committing to nine percent M/WBE participation and documenting good faith. Burnsco Construction, Inc., identified several subcontracting and supplier opportunities. However, the M/WBE contacted in the areas identified did not submit the lowest bids. The City's goal on this project is 22 percent. This project is located in COUNCIL DISTRICT 7. 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 Water Capital Projects Fund and the Sewer Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1&2) $731.221.00 1) PE45 538040 0609020 $731.221.00 P253 476045 6091700439ZZ 1) PE45 538040 0709020 $1.107.724.00 1&21 $1.107.724.00 P258 476045 7091700439ZZ 2) $4.000.00 P253 511010 609170043980 2) $4.000.00 P253 531200 609170043984 2) $723,221.00 P253 541200 609170043987 2) $8,000.00 P258 511010 709170043980 2) $8,000.00 P258 531200 709170043984 3) P253 541200 609170043987 3) P258 541200 709170043987 $698.221.00 $1.059.923.40 http://apps.cfwnet.org/council_packet/me review.asp?ID=12340&counciIdate=11/3/2009 12/11/2009 M&C Review Page 3 of 3 21 $1.091.724.00 P258 541200 709170043987 Submitted for Citv Manager's Office bv: Originating Department Head: Additional Information Contact: ATTACHMENTS 60SS70P4-BURNSCO AO.doc 60SS7OP4-BURNSCO MAP 1.pdf 60SS7OP4-BURNSCO MAP 2.pdf 60SS7OP4-BURNSCO MAP 3.pdf Fernando Costa (8476) Frank Crumb (8207) Liam Conlon (6824) http://apps.cfwnet.org/council_packet/mc review. asp?ID=12340&councildate=ll/3/2009 12/11/2009 ADDENDUM NO.2 CITY OF FORT WORTH WATER DEPARTMENT Sanitary Sewer Rehabilitation Contract LXX(70), Part 4 City Project No. 00439, DOE No. 6258 Water Project No. P253-609170043987, Sewer Project No. P258-709170043987 Addendum No. 2. Issue Date: August 11, 2009 Bid Receipt Date: August 13, 2009 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. SPECIFICATIONS Part B — PROPOSAL • Replace the existing Proposal Section (pages B-1R to 13-21R) with the attached revised proposal: "PROPOSAL —ADDENDUM No. 2" (pages B-1 R2 to B-21-R2) Notes: Section A Pay Item 1 (CPMS No. BID-00618): Name of pay item was modified. DR-18 was replaced with DR-14 Section A Pay Item 2 (CPMS No. BID-00616): Name of pay item was modified. DR-18 was replaced with DR-14 PLANS Clarification • For Plan Sheets 37A — 40A, the Contractor shall verify the existing sanitary sewer services to be relocated and provide the Engineer with the flowline elevation of the proposed cleanout adjacent to the building. Engineer will review the cleanout elevation and provide the Contractor with the grade and flow line elevations of the proposed sanitary sewer service. All other provisions of the contract documents, plans and specifications shall remain unchanged. This addendum forms a part of the contract documents referenced above and modifies the original Contract Documents and Plans. Acknowledge receipt of this addendum in the space provided below, in the Proposal, and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to be rejected as being non -responsive. RECEIPT ACKNOWLEDGED: I Company:N,�[A Water Department S. Frank Crumb, P.E. Director BY. Tony Sholola, P.E. Engineering Manager ADDENDUM NO.2 ADDENDUM NO.'1 CITY OV ORT WORTH •� WATER DEPARTMENT Sanitary Sewer Rehabilitation Contract LXX(70), Part 4 City Project No. 00439, DOE No. 6258 Water Project No. P253-609170043987, Sewer Project No. P258-709170043987 -Addntttrw , -oa )t ssssue-Date: August 7, 2009 Bid'Receipt.Date: August 13, 2009 i This -addendum forms'part of the -contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by sigrringand attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. SPlEC10CA 0NS ,r Replace the.existing"Proposal:Section,(pages B l to'B=2:1)--vnith- _ . _ _ x• t}re-attaohed 'rEwtsed proposal "PROPOSAL — ADDENDUM.No. l" (pages'B-tR to B-21R) PLANS so .�Plan-and Profile • Remove and Replace Sheet 37 with the attached plan sheet 37-A. • Remove,,and`Replace Sheet 38.wit h the attached ,plan sheetB-A. Remove and"Re-place.Sheet 39 with the attached. plan..sheet 39-A.. • Remove andReplace Sheet 40 with the attached plan sheet 40-A. All other provisions of the contract documents' Plans.and -specifications shall:remain unchanged. This addendum forms a part of the contract documents referenced above and modifies -the original Contract Documents andPlans. Acknowledge receipt of this addendum in the space provided below, in the Proposal, and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to be rejected .as, :beingnon-responsi.ve:: RECEIPT ACKNOWLEDGED: Water Department S. Frank Crumb, P.E. Director By:--�/ J,4�, Company:xctsatS.Gv Tony Sholola, P.E. 'Engineering Manager ADDENDUM NO. 1 MW TABLE OF CONTENTS Part Notice to Bidders A Comprehensive Notice to Bidders A Special Instructions to Bidders A Minority and Women Business Enterprises Specifications B Proposal B General Conditions C Supplementary Conditions to Part C Cl. Special Conditions D Additional Special Conditions DA Special Specifications E Certificate of Insurance F Contractor Compliance with Worker's Compensation Law F Maintenance, Payment and Performance Bonds F Contract G Pavement Cores Appendix A r r no r .r PART A C � mo Im PART A - NOTICE TO BIDDERS no Sealed proposals for the following project: Sanitary Sewer Rehabilitation Contract LXX(70), Part 4 City Project No. 00439, DOE No. 6258, Water Project No. P253-609170043987, Sewer Project No. P258-709170043987 Addressed to the City of Fort Worth Purchasing Office at 1000 Throckmorton Street, Fort Worth, Texas 76102 will be received until 1:30 p.m., 8/13/09 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans, General Contract Documents and Specifications for this project may be obtained at Kimley- Horn and Associates, Inc. office, 801 Cherry Street, Suite 950, Unit 11, Fort Worth, Texas 76102. A or sixty dollar ($60.00) non-refundable fee is required for each set of plans and documents. These documents contain additional information for prospective bidders. 00 The major work on the above referenced project shall consist of the following: Water Line Improvements 8,050 LF 8" Water Line by Open Cut 178 LF 6" Water Line by Open Cut 24 EA 8" Gate Valve 13 EA 6" Gate Valve 12 EA Fire Hydrant Sanitary Sewer Improvements 370 LF 18" Sanitary Sewer Line by Open Cut 6,389 LF 8" Sanitary Sewer Line by Open Cut 502 LF 8" Sanitary Sewer Line by Pipe Enlargement .■ 39 EA Standard 4-foot Diameter Manhole 1 EA Drop Standard 4-foot Diameter Manhole The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. 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. 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. Failure to comply shall render the bid non -responsive. For additional information, please contact Mr. Liam Conlon, Project Manager, City of Fort Worth — Water Department at (817) 392-6824 or Mr. John R. Atkins, P.E., Project Manager, Kimley-Horn and Associates, Inc., at (817) 335-6511. ADVERTISING DATES: 7/23/09 .r 7/30/09 Fort Worth, Texas PART A— COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following project: Sanitary Sewer Rehabilitation Contract LXX(70), Part 4 City Project No. 00439, DOE Project No. 6258, Water Project No. P253-609170043987, Sewer Project No. P258-709170043987 Addressed to the City of Fort Worth Purchasing Office at 1000 Tbrockmorton Street, Fort Worth, Texas 76102 will be received until 1:30 p.m., August 13, 2009 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans, General Contract Documents and Specifications for this project may be obtained at Kimley- Horn and Associates, Inc. office, 801 Cherry Street, Suite 950, Unit 11, Fort Worth, Texas 76102. A sixty dollar ($60.00) non-refundable fee is required for each set of plans and documents. These documents contain additional information for prospective bidders. All Bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance no. 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 paragraph 2 of the Special Instructions to Bidders. The major work on the above referenced project shall consist of the following: Water Line Improvements 8,050 LF 8" Water Line by Open Cut 178 LF 6" Water Line by Open Cut 24 EA 8" Gate Valve 13 EA 6" Gate Valve 12 EA Fire Hydrant Sanitary Sewer Improvements 370 LF 18" Sanitary Sewer Line by Open Cut 6,389 LF 8" Sanitary Sewer Line by Open Cut 502 LF 8" Sanitary Sewer Line by Pipe Enlargement 39 EA Standard 4-foot Diameter Manhole 1 EA Drop Standard 4-foot Diameter Manhole Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. The City reserves the right to reject any and /or all bids and waive any and/or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the date 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 investigation are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form(s). Bidders must also acknowledge receipt of the Addendum on the outside of their bid envelope. Bids that do not acknowledge receipt of all addenda may be rejected as being non -responsive. Information regarding the status of addenda may be obtained by contacting Kimley-Horn and Associated, Inc. at (S 17) 335-6511. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specifications book or face rejection of the bid as non -responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time deadline stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. In accord with City of Fort Worth Ordinance No.15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM 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. Bidders are advised that the City of Fort Worth has not acquired all necessary permits and/or easements for the construction of the project shown in the Plans. Bidders are hereby notified that the City anticipates obtaining the necessary permits and/or easements by the start of construction. In the event the necessary permits and/or easements are not obtained, 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. In addition, Bidders shall hold their unit prices until the City has obtained all permits. The Contractor shall be prepared to commence construction without all executed permits and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not required permits. SUBMISSION OF BID AND AWARD OF CONTRACT The proposal within this document is designed as a package. In order to be considered an acceptable bid, the Contractor is required to submit a bid for the complete proposal. A bid proposal submittal that is received with the proposal incomplete will be rejected as being non -responsive. Award of the contract shall be to the responsive low bidder. Bidders are hereby informed that the Director of the Water 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. Pre -qualification Requirements for Water Department Work The water and/or sanitary sewer improvements must be performed by a contractor who is pre -qualified by the City of Fort Worth Water Department at the time of bid opening. The procedure for pre - qualification is outlined in the "Special Instructions to Bidders". The managing department for this project is the Water Department. For additional information, please contact Mr. Liam Conlon, Project Manager, City of Fort Worth— Water Department at (817) 392-6824 or Mr. John R Atkins, P.E., Project Manager, Kimley-Horn andAssociates, Inc., at (817) 335-6511. DALE A. FISSELER, P.E. MARTY HENDRIX CITY MANAGER CITY SECRETARY By: x � X, Y, Tony Sholola, P.E., Engineering Manager, Water Department ADVERTISING DATES: 7/23/09 7/30/09 Fort Worth, Texas am d= 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 a sole discretion, will determine the adequacy of the proof required herein. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: 09/ 10/04 wo (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 w 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 Right to Audit, under paragraph L of Section C 1: 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 .ff 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 MW contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601 g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. _ "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. 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 525,000.00 or less, the contract amount shall be paid within forty- five (45) calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, .,. Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the bases of "' a bona fide occupational qualification, retirement plan or statutory requirement. 09/10/04 Now 2 no 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 MW 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. .e 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. an Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. .. C. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. 09/10/04 3 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 4 attempt to resolve the differerlces within 30 calendar days. ..q s r 09/10/04 4 s "r ow MW uw -0 PART B .e rs s s ow WNW ., r FORT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $26,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's M/WBE goal on this project is 22 % of the total bid (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications "Sfesa"_eltei,)fi`NI BEST rr �q 1. Subcontractor Utilization Form, if goal is met or exceeded: 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated goal: 3. Good Faith Effort and Subcontractor Utilization Form, if no M/WBE participation: 4. Prime Contractor Waiver Form, if you will perform all subcontracting/supplier work: 5. Joint Venture Form, if utilize a joint venture to met or exceed goal. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104. Rev. 11/11/05 r FORT WORTH PRIME COMPANY NAME: PROJECT NAME: ATTACHMENT IA Page 1 of 4 City of Fort Worth Subcontractors/Suppliers Utilization Form Check applicable block to describe prime MM/DBE I I NON-M/W/DBE BID DATE r City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER Ur % I % no Identify all subcontractors/suppliers you will use on this project Failure to complete this form,. in its entirety with requested documentation, and received by the Managing .. `Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, Will result in the bid being considered non =responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional arld/or knowing, misrepresentation of facts is grounds for consideration of disqualification and :will result in the .. Enid being considered non -responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or .. currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Wntify `each Tier level. Tier is t `61 level 'of subcontracting below the;prim:,e' contractor, i.e., a 'direct payment from the prime contractor, ontractoa subcontractor is considered` 1'st tier,'a `payment by, a subcontractor to its supplier is considered 2na tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification um Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the MNVBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease .. trucks from another M/WBE firm, including M/WBE owner -operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-MNVBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the MANBE as outlined in the lease agreement. Im Rev. 5/30/03 i 1w FORT WORTH ATTACHMENT 1A Page 2 of 4 F .. Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list MNVBE firms first, use additional sheets if necessary. Certification N SUBCONTRACTOR/SUPPLIER T (check one) n Company Name i N T Detail Detail Address e M yy C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B R O B E E C T E A =� Rev. 5/30/03 ATTACHMENT 1A "' FORT WORTH Page 3 of 4 .. Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N "' (check one) SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address e M yy C X M Subcontracting Work Supplies Purchased Dollar Amount T C ow Telephone/Fax r B B E E R O B B C T E A Rev. 5/30/03 11 FORT WORTH ATTACHMENT IA Page 4 of 4 r e-: r in to �r R M A Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name/Title (if different) Company Name Telephone and/or Fax Address E-mail Address City/Statemp Date Rev. 5/30/03 PROPOSAL — ADDENDUM No. 2 on TO: Mr. Dale A. Fisseler, P.E. City Manager Fort Worth, Texas FOR: Sanitary Sewer Rehabilitation Contract LXX(70), Part 4 DOE No. 6258 City Project No. 00439 Water Project No. P253-609170043987 Sewer Project No. P258-709170043987 no 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 ad work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications and subject to the inspection and approval of the Director, Water Department of the City of Fort Worth. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond, and Payment Bond approved by the City of Fort Worth for performing and completing the construction work within the time stated and for the following sum, to - wit: SECTION A (WATER) Sanitary Sewer Rehabilitation Contract LXX(70), Part 4 DOE No. 6258; City Project No. 00439; Water Project No. P253-609170043987 Pay I CPMS I Estimated I Unit I Name of Pay Item with I Unit Bid I Amount Item No. Quantity Unit Price in Words Price Bid 1. BID — 8,050 L.F. Pipe— Pressure— 8-inch (PVC C-900 DR-14 00618 Water Pipe by Open Cut (All Depths) with _ Backfill) — Install @ _r Dollars And AI&4 ` Cents V Per Unit 2. BID — 178 L.F. Pipe — Pressure — 6-inch (PVC C-900 DR-14 00616 Water Pipe by Open Cut (All Depths) with Backfill) — Install @ •-moo Dollars And Cents $ ��.00 $ 3q l l,.ov Per Unit 3. BID- 1 L.S. Water Service — 2-inch — Temporary 00768 Install @ �-� Dollars And N.o Cents $ 58 AGYI. oo $ 58 �. ap Per Unit B - 1-R2 Addendum No. 2 J Pa Y CPMS Estimated Unit Name of Pa Item with Y Unit Bid Amount Item No. Quantity Unit Price in Words Price Bid 4. BID- 40 L.F. Pipe — Pressure — 6-Inch (Pressure Class 00319 350 Ductile Iron Sewer Pipe with Protecto 401 Interior Lining and Polyethylene Encasement by Open Cut (All Depths) with Backfill) — Install @ 00 M - AAA-c- %� Dollars v And N.o Cents $ iI-i.aD $ t$g0.oa Per Unit 5. BID- 20 L.F. Pipe — Pressure — 8-Inch (Pressure Class 00332 350 Ductile Iron Sewer Pipe with Protecto 401 Interior Lining and Polyethylene Encasement by Open Cut (All Depths) with Backfill) — Install @ Dollars And Cents $ j,-a.OD $ 1a40,ca Per Unit 6. BID- 60 L.F. Pipe — Pressure — 10-Inch (Pressure Class 00227 350 Ductile Iron Sewer Pipe with Protecto 401 Interior Lining and Polyethylene Encasement by Open Cut (All Depths) with Backfill) — Install @ Dollars And V ho Cents $ (o y, oo $ 3440.00 Per Unit - 7. BID- 20 L.F. Pipe — Pressure — 12-Inch (Pressure Class 00247 350 Ductile Iron Sewer Pipe with Protecto 401 Interior Lining and Polyethylene Encasement by Open Cut (All Depths) with ' Backfill) — Install @ % Awrc. - .s�,rl Dollars And W-o Cents $ 7 8. oo $ M00- o0 Per Unit 8. BID — 24 EA. Valve — 8-inch — (Resilient Seated) Gate 00749 Valve with Box (Per Detail WTR-002) Install @ _ Ouz- i.Lt,.,..1f Dollars And liw Cents $-looD.00 $ jgoW.W Per Unit ON B - 2-R2 Addendum No. 2 Pay I CPMS I Estimated I Unit I Name of Pay Item with I Unit Bid I Amount Item No. Quantity Unit Price in Words Price Bid 9. BID- 13 EA. Valve — 6-inch — (Resilient Seated) Gate 00745 Valve with Box (Per Detail WTR-002) — Install @ _aA6.8a- Dollars And k0 Cents $ 700. oo $ g 10o. oo Per Unit 10. BID — 12.5 TON Pipe Fittings — Ductile Iron — Less Than 16- 00568 inch Ductile Iron Pipe — Install @ Dollars And U _V_-O Cents $ AZ00. oo $ SS-i so.oc Per Unit 11. BID — 11 EA. Valve — Gate — Remove (12-inch and 00751 Smaller in Separate Trench Per Item D-30) Dollars And Ingo Cents $ 10O'00 $ LtuO. oc Per Unit 12. BID — 12 EA. Fire Hydrant (Per Detail WTR-006) — 00546 Install @ Dollars And 4_0 Cents $ tYae .00 $ 21 t oo. 00 Per Unit 13. BID — 11 EA. Fire Hydrant — Remove (Per Item D-29) @ 00547 . Dollars And in o Cents $ g0.00 $ ggo.co Per Unit 14. BID — 5 EA. Meter Box -Relocate — Install @ 00549 Dollars And Cents $ 13o. oo $ ,L l So . oo Per Unit 15. BID — 114 EA. Water Service — 1 Inch -Tap to Main (Detail 00762 WTR-001) — Install @ M"IQ UA...� Dollars And S -u Cents $ 310.00 $yatga.av Per Unit 16. BID — 2,015 L.F. Water Service — 1 Inch (Type K Copper 00758 Water Service Line to Meter Per Item D- 52.7 and Detail WTR-001) — Install @ Dollars And A.C7 Cents $ IS.Ofl $ 3o.L25.0a Per Unit B - 3-R2 Addendum No. 2 An Pay I CPMS Estimated I Unit Name of Pay Item with I I I Unit Bid Amount I Item No. Quantity, Unit Price in Words Price Bid 17. BID- 1 EA. Cut and Plug Existing Water Main in 00367 Separate Trench @ 40 Dollars -w And yt.o Cents $ tjoo.vo $ 400.0o Per Unit 18. BID - 57 L.F. Curb and Gutter - Replacement (Per Item 00423 DA-24) @ Dollars And 1tio Cents $ a 3.40 $ 111L.00 Per Unit 19. BID - 6 S.Y. Valley Gutter - Replacement (Per Item DA- 00473 31) @ Dollars And lno Cents $ 8 4 i Per Unit 20. BID - 25 S.F. Concrete Sidewalk Replacement (Per Item 00528 D-20) @ Dollars And L%-o Cents $ $ 160.00 i Per Unit 21. BID - 25 S.F. Concrete Driveway Replacement (Per Item 00401 D-20) @ .Q.�ri-•t Dollars And JA-O Cents $ 7.00 $ 115.00 Per Unit 22. BID- 9,298 L.F. Pavement - Permanent HMAC Pavement 00443 and Non -Reinforced Concrete Base Repair (Per Detail STR-028) - Repair @ �u�►t..- a.a.._ Dollars And Cents $ 27.00 $ 2 s I.oyb. of Per Unit 23. BID - 70 L.F. Trench Safety System 5-foot Depth (Per 00372 Item D-26) - Install @ & %tee. Dollars And Y`O Cents $ I•pp $ 7o.oa Per Unit B - 4-R2 Addendum No. 2 Pay I CPMS ( Estimated I Unit I Name of Pay Item with I Unit Bid I Amount Item No. Quantity Unit Price in Words Price Bid 24. BID — 6 S.Y. Grass — St. Augustine Sod (Per Item D-45) 00141 — Insttalll @ — i .I,u..t Dollars And w0 Cents $ Per Unit 25. BID — 1 L.S. Traffic Control (Per Item DA-117) — Install 00181 @ �.2c.......��c..� Dollars And Yt-o Cents $ ll Gay. oc Per Unit 26. BID — 1 L.S. Storm Water Pollution Prevention Plan 00100 (SWPPP) — Install @ �•1ut-4-,1 F, �•.•.-I - .-.f Dollars And 11-0 Cents $ (tOo.AD $ 1100.00 Per Unit TOTAL: SECTION A (WATER) $ (O 9 $ , Aal . DO (Transfer Total to Page B-14-R2) B - 5-R2 Addendum No. 2 List of Ductile Iron Fittings for SECTION A — WATER MAIN RELOCATIONS: Quantity of Fittings Size of Fitting Type of Fitting I Weight per I Total Weight Fitting (lbs.) Obs.) 11 8-inch x 8-inch Tee 2 toO 2,9(00 13 8-inch x 6-inch Tee a L41 3 1 3 3 3 8-inch x 8-inch Cross SOS -1 t 1 8-inch 11 '/ Degree Bend 1400 1 (00 7 8-inch 22 '/z Degree Bend 400 I t a 0 2 8-inch 30 Degree Bend { 160 3,20 53 8-inch 45 Degree Bend 1 lOo 9490 6 8-inch 90 Degree Bend I ( 7-c; 1 b,5U { 1 { 6-inch 11 % Degree Bend ( O"l 10 7 � 1 6-inch 22 '/z Degree Bend I t o o 10 7 1 1 6-inch { 30 Degree Bend 9 6-inch { 45 Degree Bend 107 GjCo� 0 { 6-inch 90 Degree Bend It-) { 5 8-inch Solid Sleeve L 35 9 6-inch Solid Sleeve I g'► $ �?j 11 8-inch x 6-inch { Reducer (3 b 1141 Total Weight 6013 l P(P lbs. ( I 1 . I g Tons) B - 6-R2 Addendum No. 2 SECTION B (SEWER) Sanitary Sewer Rehabilitation Contract LXX(70), Part 4 DOE No. 6258; City Project No. 00439; Sewer Project No. P258-709170043987. IPay I CPMS I Estimated I Unit I Name of Pay Item with I Unit Bid ( Amount Item Number Quantity Unit Price in Words Price Bid 1. BID — 175 L.F. Pipe — Sewer — 18-inch — SDR26 (All 00281 Depths) (PVC SDR26 Pipe by Open Cut with Backfill) — Install @ Bwc �...w.�n.a.� }..�,•t Dollars And V%O Cents $ 105.00 $ 11I375.00 Per Unit 2. BID — 195 L.F. Pipe — Sewer — 18-inch — SDR35 (All 00282 Depths) (PVC SDR35 Pipe by Open Cut with Backfill) — Install @ M w"A;T — f4",4 Dollars And V-0 Cents $ Qy. ao $14;30.00 Per Unit 3. BID — 727 L.F. Pipe — Sewer — 8-inch — SDR26 (All 00350 Depths) (PVC SDR26 Pipe by Open Cut with Backfill) — Install @ Dollars And Cents — Per Unit 4. BID — 5,137 L.F. Pipe — Sewer — 8-inch — SDR35 (All 00351 Depths) (PVC SDR35 Pipe by Open Cut with Backfill) — Install @ 7kA- tv — Dollars And Cents $ S(P-00 $1144454.00 Per Unit 5. BID- 250 L.F. Pipe — Pressure — 8-Inch (All Depths) 00332 (Pressure Class 350 Ductile Iron Sewer Pipe with Protecto 401 Interior Lining, Hydrocarbon Resistant Gaskets and Polyethylene Encasement by Open Cut with Backfill) — Install @ .. �� Dollars And t%AD Cents Per Unit B - 7-R2 Addendum No. 2 0 M ON Pay I CPMS I Estimated I Unit I Name of Pay Item with I Unit Bid I Amount Item Number Quantity Unit Price in Words Price Bid 6. BID- 275 L.F. Pipe — Pressure — 8-Inch (All Depths) 00332 (Pressure Class 350 Ductile Iron Sewer Pipe with Protecto 401 Interior Lining and Polyethylene Encasement by Open Cut with Backfill) — Install @ �.� i Dollars And l w Cents $ S I. oo $ i %It 60.0c , Per Unit 7. BID — 502 L.F. Pipe — 6-inch to — 8-inch — Enlargement — 00222 HDPE — Install @ Dollars And KJO Cents $ S2.00 $ t ifo�{.Oo Per Unit 8. BID- 50 L.F. Pipe — Sag Adjustment for Pipe (Existing 00225 Pipe at Pipe Enlargement Locations) — Rehab @ Dollars And k.o Cents $ S S.00 $ UPS&. 00 Per Unit 9. BID- 13 E.A. Sewer Service - 4 Inch Tap to HDPE by 00961 Pipe Enlargement — Install @ Dollars And '1^0 Cents $ 400.00 $ ►pyao.CV Per Unit 10. BID- 3,108 L.F. Sewer Service — 4 Inch (Per Detail SAN- 00354 019) — Install @ .�.� Dollars And *1L-O Cents $ 1O ofl $ 4Q �2g. a Per Unit 11. BID- 118 E.A Sewer Service — 4 Inch — Service Tap (Per 00355 Detail SAN-019) — Install @ 01.1 Dollars And h.p Cents $ 410, oo $ yq Sbo. oa Per Unit 12. BID - 24 EA. Sewer Service — 4-inch 2-way Cleanouts 00356 (Per Item D-61 and Detail SAN-011) — Install @ —T"4A Dollars And Cents Per Unit B - 8-R2 Addendum No. 2 Pay CPMS I Estimated I Unit I Name of Pay Item with I Unit Bid I Amount I Item Number Quantity Unit Price in Words Price Bid 13. BID - 1,143 L.F. Sewer Plumbing - 4 Inch - SCH 40 - Install 00352 @ -..�-• Dollars V And 44-0 Cents $ 41.Do Per Unit 14. BID - 20 L.F. Sewer Plumbing - 4 Inch - SCH 40 (By 00352 Other Than Open Cut) - Install @ S =J'O Dollars And Cents $ Ta �. Per Unit 15. BID- 2 EA. Manhole - Drop - Std 4-foot Diam. - To 6- 00207 foot Depth (Per Item D-27 and Detail SAN- 005M) - Install @ ��a�c.,.�-w. c �. •-r�+ cQ Dollars And v M-O Cents $ 5ay.00 Per Unit 16. BID- 13 V.F. Manhole - Drop - Std 4-foot Diam. - 00208 Added Depth over 6-foot Deep (Per Item D- 27 and Detail SAN-005M) - Install @ bkQ ,c.'►.. Dollars And Cents $ IID. 0D $ 14 30. c V Per Unit 17. BID- 38 EA. Manhole - Std 4-foot Diam. - To 6-foot 00213 Depth (Per Item D-27 and Detail SAN-003) Install @ 7- f4� Dollars And h o Cents $ 1y5o.ao $ 93100,= Per Unit Md 18. BID- 79 V.F. Manhole - Std 4-foot Diam. - Added Depth 00214 over 6-foot Deep (Per Item D-27 and Detail SAN-003) - Install @ fl,,e Dollars And 14-0 Cents $ 110.00 $ 8/eQD.oc Per Unit 19. BID - 40 EA. Collar - Manhole (Per Item D-27 and Detail 00196 SAN-009) - Install @ i Dollars And 14-0 Cents $ 3Ao.� $ l�aao'oc Per Unit B - 9-R2 Addendum No. 2 Pay CPMS I Estimated I I Unit Name of Pay Item with ( Unit Bid I Amount I Item Number Quantity. Unit Price in Words Price Bid 20. BID- 40 EA. Manhole - Vacuum Test - Services @ 00217 flL4.0- Dollars And M.O Cents _ ��� t� Per Unit �• 21. BID - 7,343 L.F. Inspection - Pre -Construction Cleaning & 00202 TV (Per Item D-35) - Study @ ©-U� Dollars And �.�.�..� Cents Per Unit $ l.lD 22. BID - 7,241 L.F. Inspection - Post Construction Cleaning & 00201 TV (Per Item D-38) - Study @ r. 0 t.-eDollars And �;,7�.,,. Cents $ 1.30 $ Per Unit 23. BID- 5 E.A. Manhole - Abandon (Per Item DA-133 and 00205 Detail 1-47) @ Dollars Md And V-0 Cents $ '500.00 $ 1500.00 Per Unit 24. BID- 16 EA. Manhole - Remove (Per Item DA-133) @ 00206 _TL_%Ax__ Dollars And 4060 Cents $ 3ay.00 $ 4Ycrs.00 Per Unit 25. BID- 1,512 L.F. Pipe - Pressure - Abandon (Existing 6-inch 00587 Sanitary Sewer with Flowable Fill Per Item i DA-134) @ Dollars And Cents $ S.oO $ 754,0xv Per Unit 26. BID- 618 L.F. Pipe - Pressure - Abandon (Existing 8-inch 00587 Sanitary Sewer with Flowable Fill Per Item DA-134) @ �.c. Dollars And 9A.0 Cents $ b.00 $ 3709.co Per Unit B - 10-R2 Addendum No. 2 Pa y CPMS Estimated Unit Name of Pa Item with y Unit Bid Amount Item Number Quantity Unit Price in Words Price Bid 27. BID- 350 L.F. Pipe - Pressure - Abandon (Existing 15- 00587 inch Sanitary Sewer with Flowable Fill Per Item DA-134) @ 71-c-� Dollars And SA-o Cents Per Unit 28. BID- 2 EA. Sewer - Point Repair - Open Cut - Install 01148 @ .. L6e:n" Dollars And vv V-0 Cents S 43Do op $ $loop.vO Per Unit 29. BID - 6,739 L.F. Trench Safety System 5-foot Depth (Per 00372 Item D-26) - Install @ Dollars And yW Cents $ $ v7bq.00 Per Unit 30. BID - 1,147 S.Y. Grass - Hydromulch Seeding (Per Item D- 00134 45) - Install @ D *•� - Dollars .. And Cents $ 1.00 $ tly 7.00 Per Unit 31. BID - 1,169 S.F. Concrete Sidewalk Replacement (Per Item 00528 D-20) @ Dollars And l-0 Cents $ 5.00 $ S$ 4 5.00 Per Unit 32. BID - 2,818 S.F. Concrete Driveway Replacement (Per Item 00401 D-20) @ Dollars And Cents $ `' Oo $ lbgOY•OD Per Unit 33. BID - 200 S.Y. Pavement - Concrete on 2/27 Concrete 00458 Base (Per Detail STR-031) - Repair @ Dollars And wo Cents Per Unit so B - 11-R2 Addendum No. 2 aw Pay CPMS I Estimated Unit I I Name of Pay Item with I Unit Bid I Amount I Item Number Quantity Unit Price in Words Price Bid 34. BID- 2,850 L.F. Pavement - Permanent HMAC Pavement 00443 and Reinforced Concrete Base Repair (Per Detail STR-029) - Repair @ - n,..-..t Dollars .. And P%. > Cents $ L(q• oo $ Per Unit139.V5D.tXi 35. BID- 815 L.F. Pavement - Flexbase (Per Item E2-2) 00121 Repair @ -TuNa ,V - �ra Dollars And kw Cents $ 2a' coco $(,7 9 30. o0 Per Unit 36. BID- 2,187 S.Y. Alley (Concrete Pavement) - Install @ 00415 - � e -( Dollars V And iUO Cents , Per Unit _ 37. BID- 704 S.Y. Alley (Asphalt Pavement) - Install @ 00417 Dollars i And tuc�, Cents $140110.00 Per Unit 38. BID - 385 L.F. Curb and Gutter (Per Item DA-24) - 00423 Replacement @ —r4. ., = . U,.Dollars And �1 V• _a Cents $ Per Unit 39. BID - 1 L.S. Building Floor Repairs (For Sewer Services 00121 under Buildings) @ Dollars And "n O Cents $ 1-lveo oo $17(x�O oO Per Unit 40. BID - 2 E.A. Dehole Exploratory Excavation (Per Item 00542 DA-103) - Study @ _date' Dollars V And Cents $ �'�.� $ IL1oO.QQ Per Unit 41. BID - 100 C.Y. Potentially Petroleum Contaminated 00145 Material Handling (Per Item DA-37) @ Ouk " Dollars And A-V Cents Per Unit $ 120.00 $1aoG1Dr.opi 9 B - 12-R2 Addendum No. 2 Pay I CPMS I Estimated I Unit I Name of Pay Item with I Unit Bid I Amount Item Number Quantity Unit Price in Words Price Bid 42. BID — 100 C.Y. Loading, Transportation, and Disposal of 00145 Contaminated Soil (Per Item DA-38) @ Dollars And vL-^ Cents $ 70-00 $ 70O0.CO Per Unit 43. BID — 1 L.S. Traffic Control — Install @ 00127 o _ Dollars And 9n-0 Cents $ Now -co $ L tow, GD Per Unit 44. BID — 1 L.S. Storm Water Pollution Prevention Plan 00100 (SWPPP) — Install @ Dollars VV And -U-0 Cents $ ;2 qop, 00 $ ,lciap, 00 Per Unit no Lim TOTAL: SECTION B (SEWER) $ 1' O Sq . R a.3 ' 4 O (Transfer Total to Page B-14-R2) B - 13-R2 Addendum No. 2 SECTION A (WATER) SECTION B (SEWER) TOTAL (SECTION A + B) SUMMARY OF BIDS $ (p q 00. a, a. I . co $ I,09sq, ga-3.Lio s 1.15%, thy. yo (Award of contract, if made, shall be to the overall responsible low bidder.) B - 14-R2 Addendum No. 2 Citv of Fort Worth Approved Standard Products List (Revised 2007) Spec Classifientioll Manufacturer Model No. National Spec she NO. WASTEWATER Manhole Inserts E1-14 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. E1-14 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. E1-14 Manhole Insert Southwestern Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. i E1-14 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Manholes & Bases/Frames & Covers/Rectaneular .� Manhole Frames and Covers Western Iron Works, Bass & Hays 1001 24"x40" WD Foundry Manhole Frames and Covers Vulcan Foundry 6780 24"x40"WD Manholes & Bases/Frames & Covers/Standard (Round) E1-14 Manhole Frames and Covers Western Iron Works, Bass & Hays 30024 24" Dia. Foundry E1-14 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. E1-14 Manhole Frames and Covers Neenah Casting 24" Dia. E1-14 Manhole Frames and Covers Vulcan Foundry 1342 ASTM A 48 24" Dia. E1-14 Manhole Frames and Covers Sigma Corporation MH-144N E1-14 Manhole Frames and Covers Sigma Corporation MH-143N E1-14 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. E1-14 Manhole Frames and Covers Neenah Casting 24" dia. E1-14 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. E1-14 30" DI MH Ring and Cover East Jordan Iron Works V1432-2 and V 1483 Designs AASHTO M306-04 30" Dia. E1-14 24" DI MH Ring and Cover Powerseal Model 8200 AASHTO H2O, 24" Dia. (Hinged) ASTM A536 ,.. Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight Manhole Frames and Coven; Pont-A-Mousson Pamtight 24" Dia. Manhole Frames and Covers Neenah Casting 24" Dia. E1-14 Manhole Frames and Covers Vulcan Foundry 2342 ASTM A 48 24" Dia. Manhole Frames and Covers Western Iron Works,Bass & Hays 300-24P 24" Dia. Foundry N Manhole Frames and Coven; McKinley Iron Works Inc. WPA24AM 24" Dia. E1-14 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. E1-14 Manhole Frames and Covers Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Manholes & Bases/New/Components Urethane Hydrophilic Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM Waterstop D2240/D412/D792 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 Profile Gasket for 4' Diam. Press -Seal Gasket Corp. 2504G Gasket ASTM C-143/C- SS MH MH. 361 HDPE Manhole adjustment Ladtech, Inc HDPE Adjustment Ring Non -traffic Ring area Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System B - 15-R2 Addendum No. 2 Spec Classi icistion I►lani faehrrer Model Na. National Spec SUT No. Manholes & Bases/New/Precast Concrete E1-14 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" E1-14 Manhole Wall Concrete Pipe Co. Inc. ASTM C- 43 48" E1-14 Manhole, Precast Concrete Gifford -Hill ASTM C 478 48" E1-14 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone E1-14 Manhole, Precast Concrete The Turner Company 48" I.D. Manhole w/ 24" Cone ASTM C 478 48" E1-14 Manhole, Precast Concrete Oldcastle Various Diameter Precast ASTM C 478 48" - 96" Manholes Manholes & Bases/New/FiberElass Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non -traffic area Fiberglass Manhole L.F. Manufacturing Non -traffic area Manholes & Bases/Rehab Svstems/Cementitious E1-14 Manhole Rehab Systems Quadex E1-14 Manhole Rehab Systems Reliner MSP Standard Cement Materials, Inc. E1-14 Manhole Rehab Systems AP/M Permaform E1-14 Manhole Rehab System Strong -Seal Systems Strong Seal MS2A Rehab System E1-14 Manhole Rehab System Poly -triplex Technologies MH repair product to stop ASTM D5813 infiltration General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use Manholes & Bases/Rehab Svstems/NonCementitious E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane ASTM D639/D790 Coating E1-14 Manhole Rehab Systems Sun Coast Coatings for Corrosion Chesterton Are 791, S1HB, S1, S2 Acid Resistance Sewer Protection Test Applications no Coatings for Corrosion Warren Environmental S-301 and M-301 Sewer Protection Applications Coatings for Corrosion Citadel SLS-30 Solids Epoxy Sewer Protection Applications Pine/New/Centrifugally Cast Fiberelass Reinforced Piue/Polvmer Modified Concrete Hobas Pipe Hobas Pipe USA, Inc. no Flowtite Amitech USA Polymer Modified Concrete Amitech USA Meyer Polycrete Pipe ASTM C33, A276, 8" to 10211, Pipe F477 Class V no Pines/New/Concrete E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL Item #95-Manhole, #98- ASTM C 76 Pipe E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 B - 16-R2 Addendum No. 2 Spec Classification Manufacturer Model No. National Spec sine No. _ Pines/New/Ductile Iron E 1-06 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron AWWA C 150, 3" thru 24" Pressure Pipe, Class 51 CL C 151 E1-06 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe AWWA C 1501C 151 4", 8" & 10" E1-06 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 E1-06 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C 151 Pines/New/HDPE (Pine Burstine/Slinlinins) High -density polyethylene pipe Phillips Driscopipe, Inc. Opticore Ductile Polyethylene ASTM D 1248 8" Pipe High -density polyethylene pipe Plexco Inc. ASTM D 1248 8" High -density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High -density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Pines/New/PVC* E1-31 PVC Corrugated Sewer Pipe Contech Construction Products, Inc. Contech A-2000 Sewer Pipe ASTM F 949 8" thm 36" E1-31 PVC Corrugated Sewer Pipe Uponor ETI Company Ultra corr 24" to 36" only E1-25 PVC Sewer Pipe Can -Tex, Industries ASTM D 3034 4" thru 12" E1-25 PVC Sewer Pipe Certain -Teed Products Corp ASTM D 3034 4" thru 15" E1-25 PVC Sewer Pipe Napco Manufacturing Corp ASTM D 3034, D 4" & 8" 1784 E1-25 PVC Sewer Pipe J-M Manufacturing Company, Inc. ASTM D 3034 4" - 15" E1-27 PVC Sewer Pipe Diamond Plastics Corporation ASTM F 789, 4" thru 15" ASTM D 3034 E1-27 PVC Sewer Pipe Lamson Vylon Pipe ASTM F 789 4" thru 15" E1-25 PVC Sewer Pipe Extrusion Technologies, Inc ASTM D 3034 8", 10" E1-28 PVC Sewer Pipe Diamond Plastics Corporation "S" Gravity Sewer Pipe ASTM F 679 18" to 27" E1-28 PVC Sewer Pipe J-M Manufacturing Company, Inc. ASTM F 679 18" - 27" E100-2 PVC Sewer Pipe Lamson Vylon Pipe ASTM F 794 E1-29 PVC Truss Pipe Contech Construction Products, Inc Contech PVC Truss Pipe ASTM D 2680 8" through 15" - E100-2 Closed Profile PVC Pipe Diamond Plastics Corporation ASTM 1803/17794 18" to 48" E1-28 PVC Solid Wall Pipe Diamond Plastics Corporation PS 46 ASTM F-679 18" to 48" E1-25 PVC Sewer Fittings Harco SDR-26 and SDR-35 Gasket ASTM D-3034, D- 4" - 15" + Fittings 1784, etc E1-27 PVC Sewer Pipe PipeLife Jetstream SDR-26 and SDR-35 PVC ASTM D3034, 4" - 15" Pipe D3212, F477 Pines/New/Ribbed Onen Profile Laree Diameter E100-2 PVC Sewer Pipe, Ribbed Lamson Vylon Pipe Carlon Vylon H.C. Closed ASTM F 679 18" to 48" Profile Pipe, E 100-2 PVC Sewer Pipe, Ribbed Extrusion Technologies, Inc. Ultra -Rib Open Profile Sewer ASTM F 679 18" to 48" Pipe E100-2 PVC Sewer Pipe, Ribbed UponorETI Company Pines/Rehab/CIPP Cured in Place Pipe Insituform Texark, Inc ASTM F 1216 Cured in Place Pipe National Envirotech Group National Liner, (SPL) Item #27 ASTM F-1216/D- 5813 Cured in Place Pipe Inliner USA Inliner ASTM F 1216 B - 17-R2 Addendum No. 2 no Spec~ cht9sificatiolt MHnufacturer ModeJ No. National Spec Size No. Pines/Rehab/Fold & Form Fold and Form Pipe Cullum Pipe Systems, Inc. Fold and Form Pipe Insituform Technologies, Inc. Insituform "NuPlpe" ASTM F-1504 Fold and Form Pipe American Pipe & Plastics, Inc. Demo. Purpose Only Fold and Form Pipe Ultraliner Ultraliner PVC Alloy Pipeliner ASTM F-1504, 1871, 1867 Fold and Form Pipe Miller Pipeline Corp. EX Method ASTM F-1504, F- Up to 18" 1947 diameter Pine Enlacement Svstem (Method) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Approved r Way, N.J. Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Pine Casing Spacers Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model Si Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI Casing Spacers Cascade Waterworks Manufacturing Casing Spacers Coatings Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210- 1.33 Epoxy Lining System Rinker Materials Ertech 2030 and 2100 Series Interior Ductile Iron Pipe Induron Protecto 401 ASTM B-117 Ductile Iron Coating Pipe Only rr WATER mob PinesNalves & Fittings/Combination Air Release E1-11 Combination Air Release GA Industries, Inc. Empire Air and Vacuum ASTM A 126 Class 1" & 2" Valve Valve, Model 935 B, ASTM A 240 - float, ASTM A 307 - Cover Bolts E1-11 Combination Air Release Multiplex Manufacturing Co. Crispin Air and Vacuum 1/2", V & 2" Valve Valves, Model No. A5, A10 & A20 E1-11 Combination Air Release Valve and Primer Corp. APCO #143C, #145C and 1", 2" & 3" Valve #147C PinesNalves & Fittings/Ductile Iron Fittings E1-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & Clio E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110 E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Mechanical Joint Fittings, SSB AWWA C 153, C Division Class 350 110, C In E1-07 Ductile Iron Fittings Uni-Flange Series 1500 Circle Lock Pipe Restraints �+ E1-07 MJ Fittings Sigma, Co. Compact DI Fittings AWWA C153 4" - 24" E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint AWWA 4" to 12" Fitting Cl I I/C116/C 153 B - 18-R2 Addendum No. 2 no Spec -Classifocadon ManuC8eturer Mode[ No. National Spec Size No. E1-07 Sigma Om * Lok Mechalural Sigma, Co. Sigma One-Lok Mechanical AWWA Cl l [' 153 4" to Z4' Joint Retainer Glands Joint Restrainer El-07 Mechanical Joint Fittings SIP Industries Mechanical Joint Fittings AWWA C153 4" to 24" Pines/Valves & Fittines/Resilient Seated Gate Valve* E1-26 Resilient Seated Gate Valve Clow Valve Co. ANSI/AWWA C 16" 509, ANSI 420 - stem, ASTM A 276 Type 304 - bolts & nuts E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Metroseal 250, requirements 3" to 16" SPL #74 E1-26 Resilient Seated Gate Valve American AVK Company AWWA C 509, 4" - 12" On ANSI 420 - stem, Hold ASTM A 276 Type 304 - Bolts & nuts E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, 4" - 12" ANSI 420 - stem, ASTM A 276 Type 304 - Bolts & nuts E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" E1-26 Resilient Seated Gate Valve M&H 4" - 12" E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" E1-26 Resilient Seated Gate Valve American Flow Control Waterous-AFC 4" - 12" Clow Resilient Seat Valve Clow Valve Co. Drawing # D-21652 24" or w/Spur Gear Smaller Resilient Wedge Gate Valve American Flow Control American Flow Control Series 20" & 24" w/Spur Gear 2500 Drawing # 94-20255 Muller Resilient Wedge Gate Muller Company Drawing # 6647 16" Valve Resilient Wedged Gate Valve American Flow Control American Flow Control Series 16" w/no Gears 2500 Drawing # 94-20247 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" s Resilient Wedge Gate Valve American Flow Control Series 2520 and Series 2524 AWWA C515 20" and 24" Resilient Wedge Gate Valve American Flow Control Series 2516 AWWA C515 16" E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 AWWA C509 4" to 12" rr Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" E1-26 Resilient Wedge Gate Valve American AVK Company AWWA C509 4" to 12" Resilient Wedge Gate Valve Mueller Co. Series A2361 AWWA C515 16" Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18" - 24" Dia. AWWA C515 24" and smaller E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" Resilient Wedge Gate Valve Clow Valve Co. AWWA C515 16" Resilient Wedge Gate Valve Clow Valve Co. AWWA C515 24" and smaller Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" Resilient Wedge Gate Valve American AVK Company 20" and smaller Resilient Wedge Gate Valve Muller Company Mueller 30" & 36", C-515 AWWA C515 30" and 36" Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48" Pines/Valves & Fittines/Rubber Seated Butterflv Valve E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWA C-504 24" E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24" E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWA C-504 24" and larger E1-30 Valmatic American Butterfly Valmatic Valve and Manufacturing Valve &Equipment AWWA C-504 Up to 84" Valve Corp. Consultants, Inc. diameter E1-30 Rubber Seated Butterfly Valve M&H M&H Style 4500 and 1500 AWWA C-504 Up to 48" B - 19-R2 Addendum No, 2 Spec classification Manufncturer Mode[ No, National Spec sin No. diameter Samoline Station Water Sampling Station Water Plus B20 Water Sampling Station Dry Barrel Fire Hvdrants E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94- AWWA C-502 18560 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 E1-12 Dry Barrel Fire Hydrant American AVK Company Model2700 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, AWWA C-502 B20506 s E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D- AWWA C-502 80783FW E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant Miller Company Shop Drawings No. 6461 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant Waterous Company Shop Drawing No. SK740803 AWWA C-502 Water ADDurtenanceS El-18A Plastic Meter Boxes East Jordan Iron Works, Inc. Meter Box (Plastic) w/ CI lid Class A, B, C Double Strap Saddle Smith Blair #317 Coated Double Strap Saddle SS Tapping Saddle JCM Industries, Inc. #406 Double Band SS Saddle 1" to 12" taps Tapping Saddle JCM Industries, Inc. #405 Coated Tapping Saddle 1" to 12" taps Plastic Meter Box w Cl Lid ACCUCAST Class "A" Plastic Box w/ CI Class "A" Lid Plastic Meter Box w/ Plastic DFW Plastics Inc. Class"A" Plastic Box w/ Plastic Class "A" Lid Lid Polvethvlene Encasement E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Standard Hardware AWWA C105 8 mil LLD Ind. E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & AWWA C 105 8 mil LLD _ Gasket Meters E101-5 Detector Check Meter Ames Company Model 1000 Detector Check AWWA C550 4" - 10" Valve Magnetic Drive Vertical Hersey Magnetic Drive Vertical AWWA C701, 3/4" - 6" Turbine Class 1 No B - 20-R2 Addendum No. 2 PROPOSAL Within ten (10) days of notification by City, the undersigned will execute the formal contract and deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of this Contract. The attached bid security in the amount of $ is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth as liquidated damages for the delay and additional work caused thereby. The undersigned bidder verified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents, and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing of referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by the City Ordinance No. 7400. The bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract by 240 calendar days as set forth in the written work order to be furnished by the _ Owner. The work order will be issued no later than 90 days after the award of the contract. A. The principal place of business of our company is in the State of Non-resident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident bidders in the State of required to underbid resident bidders. . our principal place of business, are not B. J The principal place of business of our company or our parent company or majority owner is in the �� State of Texas. Receipt is acknowledged of the following addenda: Addendum No. 1 (initials) Addendum No. 2 (initials) Addendum No. 3 (initials) (SEAL) if Bidder is Corporation Date: $ 'I 3 ! a vq B - 21-R2 Addendum No. 2 Respectfully submitted. By: V Name: Jt>L.N 6 us;LN4. . Title: Address: IP331 SorrTHwrssr J�L�. gEMaRmk- 0Tx 716.13:;L Telephone: 1511-73$— 3.-X00 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications. The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. BIDDER: 8t42%6e.0 •sTczus-r-1 1�.1C. By: 1blam PLIIIP-I.tc, Company (Please print) �031 you-r-r-�rc�E�r 'BEND _ Signature: q Address }SR.a�K�—fSC ?%l3s Title:g��t? City/State/Zip (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION PART C No aw 1W .. am No r vow PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER 1, 1987 TABLE OF CONTENTS C1-1 DEFINITIONS C1-1 (1) C 1-1.1 Definition of Terms Cl-1 (1) C 1-1.2 Contract Documents Cl-1 (2) C 1-1.3 Notice to Bidders Cl-1 (2) C1-1.4 Proposal C1-1 (2) C1-1.5 Bidder C1-1 (2) C 1-1.6 General Conditions Cl-1 (2) C 1-1.7 Special Conditions Cl-1 (2) C 1-1.8 Specifications Cl-1 (2) C1-1.9 Bonds C1-1 (2) 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 (3) C1-1.16 City Attorney C1-1 (3) C1-1.17 Director of Public Works C1-1 (3) C 1-1.18 Director, City Water Department Cl-1 (3) C1-1.19 Engineer C1-1 (3) C 1-1.20 Contractor CIA (3) C1-1.21 Sureties C1-1 (4) C1-1.22 The Work or Project C1-1 (4) C1-1.23 Working Day C1-1 (4) C 1-1.24 Calendar Days Cl-1 (4) C1-1.25 Legal Holidays Cl-1 (4) C 1-1.26 Abbreviations Cl-1 (4) C 1-1.27 Change Order Cl-1 (5) C1-1.28 Paved Streets and Alleys C1-1 (5) C 1-1.29 Unpaved Streets or Alleys Cl-1 (6) C1-1.30 City Street C1-1 (6) C1-1.31 Roadway C1-1 (6) C 1-1.32 Gravel Street Cl-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 Proposal Form C2-2 (1) C2-2.2 Interpretation of Quantities C2-2 (1) C2-2.3 Examination of Contract Documents and Site of Project C2-2 (2) C2-2.4 Submitting of Proposal C2-2 (2) C2-2.5 Rejection of Proposals C2-2 (3) no (1) C2-2.6 Bid Security C2-2 (3) C2-2.7 Delivery of Proposal C2-2 (3) C2-2.8 Withdrawing Proposals C2-2 (3) C2-2.9 Telegraphic Modifications of Proposals C2-2 (3) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2.11 Irregular Proposals C2-2 (4) C2-2.12 Disqualification of Bidders C2-2 (4) C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.1 Consideration of Proposals C3-3 (1) C3-3.2 Minority Business Enterprise/Women Business C3-3 (1) Enterprise Compliance C3-3.3 Equal Employment Provisions C3-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (1) 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 (3) C3-3.9 Failure to Execute Contract C3-3 (3) C-3-3.10 Beginning Work C3-3 (4) C3-3.11 Insurance C3-3 (4) C3-3.12 Contractor's Obligations C3-3 (6) C3-3.13 Weekly Payrolls C3-3 (6) C3-3.14 Contractor's Contract Administration C3-3 (6) C3-3.15 Venue C3-3 (7) 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 C44 (1) C4-4.4 Alteration of Contract Documents C44 (2) C4-4.5 Extra Work C4-4 (2) C4-4.6 Schedule of Operation C4-4 (3) 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 (1) C5-5.4 Cooperation of Contractor C5-5 (2) C5-5.5 Emergency and/or Rectification Work C5-5 (2) C5-5.6 Field Office C5-5 (3) C5-5.7 Construction Stakes C5-5 (3) C5-5.8 Authority and Duties of City Inspector C5-5 (3) 00 aw EW No wo a* me .R RM ow M (2) low VMW .. .. .. No S W 2W r .. No .. vow C5-5.9 Inspection C5-5 (4) C5-5.10 Removal of Defective and Unauthorized Work C5-5 (4) C5-5.11 Substitute Materials or Equipment C5-5 (4) C5-5.12 Samples and Tests of Materials C5-5 (5) C5-5.13 Storage of Materials C5-5 (5) C5-5.14 Existing Structures and Utilities C5-5 (5) C5-5.15 Interruption of Service C5-5 (6) C5-5.16 Mutual Responsibility of Contractors C5-5 (7) C5-5.17 Clean -Up C5-5 (7) C5-5.18 Final Inspection C5-5 (8) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6 (1) C6-6.2 Permits and Licenses C6-6 (1) C6-6.3 Patented Devices, Materials, and Processes C6-6 (1) C6-6.4 Sanitary Provisions C6-6 (1) C6-6.5 Public Safety and Convenience C6-6 (2) C6-6.6 Privileges of Contractor in Streets, Alleys, C6-6 (3) and Right -of -Way C6-6.7 Railway Crossings C6-6 (3) C6-6.8 Barricades, Warnings and Flagmen C6-6 (3) C6-6.9 Use of Explosives, Drop Weight, Etc. C6-6 (4) C6-6.10 Work Within Easements C6-6 (5) C6.6.11 Independent Contractor C6-6 (6) C6-6.12 Contractor's Responsibility for Damage Claims C6-6 (6) C6-6.13 Contractor's Claim for Damages C6-6 (8) C6-6.14 Adjustment or Relocation of Public Utilities, Etc. C6-6 (8) C6-6.15 Temporary Sewer and Drain Connections C6-6 (8) C6-6.16 Arrangement and Charges for Water Furnished by the City C6-6 (9) C6-6.17 Use of a Section or Portion of the Work C6-6 (9) C6-6.18 Contractor's Responsibility for the Work C6-6 (9) C6-6.19 No Waiver of Legal Rights C6-6 (9) C6-6.20 Personal Liability of Public Officials C6-6 (10) C6-6.21 State Sales Tax C6-6 (10) 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 Limitation 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 (3) C7-7.8 Extension of Time Completion C7-7 (3) C7-7.9 Delays C7-7 (4) (3) MW C7-7.10 Time of Completion C7-7 (4) C7-7.11 Suspension by Court Order C7-7 (5) " C7-7.12 Temporary Suspension C7-7 (5) C7-7.13 Termination of Contract due to National Emergency C7-7 (6) C7-7.14 Suspension or Abandonment of the Work C7-7 (6) and Annulment of the Contract: C7-7.15 Fulfillment of Contract C7-7 (8) C7-7.16 Termination for Convenience of the Owner C7-7 (8) C7-7.17 Safety Methods and Practices C7-7 (11) 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) C8-8.6 Withholding Payment C8-8 (3) C8-8.7 Final Acceptance C8-8 (3) �. C8-8.8 Final Payment C8-8 (3) C8-8.9 Adequacy of Design C8-8 (4) C8-8.10 General Guaranty C8-8 (4) +� C8-8.11 Subsidiary Work C8-8 (4) C8-8.12 Miscellaneous Placement of Material C8-8 (4) C8-8.13 Record Documents C8-8 (4) *" W Im M so im (4) r r SECTION C1-1 DEFINITIONS PART C - GENERAL CONDITIONS Cl-1 DEFINITIONS C1-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the o` 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 in 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 on the General Contract .. Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract No Documents govern all Water Department Projects and Include the following Items %W PART A - NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL (Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS El -White E2-Golden Rod E2A-White ,,. PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the .. General Contract Documents and include the following items: PART A - NOTICE TO BIDDERS (Advertisement) same as above .. PART B - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) C1-1 (1) C 1-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published ON in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. or C1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially ow received by the Owner, has been publicly opened and read and not rejected by the Owner. C1-1.5 BIDDER: Any person, persons, firm, partnership, company, association, " corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. C1-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be ON carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. ow Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence.. to C1-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed an useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C1-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following: on a. Performance Bond (see paragraph C3-3.7) b. Payment Bond (see paragraph C3-3.7) RM C. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2.6) In W C1-1 (2) M C 1-1.10 CONTRACT: The Contract is a 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. r C1-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross -sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from the other parts of the Contract Documents, but they are part of the Contract Documents just as though they were bound therein. r C1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its .. City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of the Contracts involving the City of Fort Worth is r by Charter vested in the City Manager. The terms City and Owner are synonymous. C1-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. C1-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern of the City of Fort Worth, Texas. C 1-1.1 5 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. C 1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. C1-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City ., of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly authorized representative. .. C1-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. C1-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, •• or superintendents, acting within the scope of the particular duties entrusted to them. C 1-1.20 CONTRACTOR: The person, person's, partnership, company, firm, association, •• or corporation, entering into a contract with the Owner for the execution of work, acting directly or through a duly authorized representative. A sub -contractor is a person, firm, C1-1 (3) MW corporation, supplying labor and materials or only labor, for the work at the site of the *" project. C1-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are mr 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. wo C1-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all at labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. C 1-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which 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: qW 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 Forth 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 is declared by the City Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar as the holiday. C1-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents, the intent and meaning shall be as follows: in W C1-1 (4) IM .. 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 form, which ow 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 aw of the City Water Department one week prior to the hour for Menine 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 no more than one (1) year old. In the case that bidding date falls within the time a new statement is being prepared, the — previous statement shall be updated by proper verification. Liquid assets in the amount of ten (10) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must _ reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been 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. C2-2.2 INTERPRETATION OF OUANTITIES: The quantities of work and materials UM 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(1) 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. Bidders are required, prior to filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary to gain a complete knowledge .. of the conditions which will be encountered during 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 is prima -facie evidence that the bidder has made the investigation, 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. The logs of Soil Borings, if any, on the plans are for general information only and may ftm not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. Wr C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form famished by the Owner. All blank spaces applicable to the project contained in the AM 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 work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy ow between price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member of the firm, association, or partnership, or by person duly authorized. If a proposal is submitted by a company or corporation, the company or corporation 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 4W C2-2(2) 4" of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. U0 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, erasures, or irregularities of any kind, or contain unbalanced value of any items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to 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 marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City .. Manager, City Hall, Fort Worth, Texas. aw 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 must be made in writing, addressed to the City Manager, and filed with him prior to the time set for 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 pjay, at the option of the Owner, be .. returned unopened. C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify us his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is " satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2(3) C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly Now 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 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 "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, aw unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which .R can not be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their Wo 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 ftmr 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 financial statement, experience statement, 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. a.,+ 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. 4. W C2-2(4) fto up V' PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF a. 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 bringing items to a common basis as may be established in the Contract Documents. .w The total obtained by taking the sum of the products of the 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 ward 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) and/or a Woman -owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE. aw 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. MW C3-3.3 EOUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site, and at his +� request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. an C3-3 (1) s .V C 3-3.5 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 award is made, will be to the lowest and best res»onsive ema 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 WW 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 wo 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. ow 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 ow following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in "rt the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal 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 Wt or 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. wo b. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the aw prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. C. PAYMENT BOND: A good and sufficient payment 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 payment of all claimants as defined in Article WW W C3-3 (2) 4M t 1, 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill i 344, Acts 56`h Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed �- under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved t surety company doing business in the City of Fort Worth, Texas, and which is acceptable 40 to the Owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Is Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has r appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner, the Contract and such bonds as may be required in the Contract Documents. No Contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the owner as an abandonment of his proposal, and the owner may annual the Award. By reason of the uncertainty of the Is 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 Is accompanying the proposal shall be the agreed amount of damages which the Owner will a C3-3 (3) jo L C5-5.18 FINAL INSPECTION: Whenever the work provided for in and �► contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final Inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. I t t a 49 AB a M* 4M M AM C5-5 (8) PART C - GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY r, 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 or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, .. regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and ftF licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. "" C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost 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 trade -mark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the .. Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 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 M C6-6(1) an AW 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 placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to the property contiguous tot he 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 or 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 WF approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer, If diversion of traffic is approved by the Engineer at any location, the Contractor may make arrangements satisfactory to the Engineer for 4W the diversion of traffic, and shall, at his 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. The materials excavated and the construction materials such as pipe used in construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the r. Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the to cost of such work or materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall noti l' , 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 placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. C6-6(2) 4� ON The Contractor shall at all times conduct his operation and use of construction machinery so as not to damage or destroy trees and scrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement t, showing all such claims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be .. stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or staked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad 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 Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work. Where the railroad tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public. Negotiations with the railway companies for the permits shall be done .by and through the City. The Contractor shall _ give the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra compensation for such railway crossings unless .,� specifically set forth in the Contract Documents. C6-6.8 BARRICADES. WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights, and danger signals, shall provide such watchman, and shall take all such other precautionary -� measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under C6-6(3) Im construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways",` codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos. 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8075), to remove the sign. In case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referred manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re- installed, the Contractor shall again contact the Signs and Markings Division to re -install .. the permanent sign and shall leave his temporary sign in place until such re -installation is completed. JW The Contractor will be held responsible foe all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the Work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in advance of the use am C6-6(4) of any activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Conditions Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights -of - way or work area considered necessary by the Contractor shall be provided by him at his expense. Such additional rights -of -way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission 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 tress, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the work. The Contractor shall notify the proper representatives of the owners or occupants of the public or private lands of 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 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 non -execution thereof on the part of the Contractor, he shall restore or have restored as his 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 .. C6-6(5) .9 replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross -braced posts at the point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. MP In case of failure on the part of the Contractor to restore such property or to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due to 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 the 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 exclusive right to control the details of all work and services performed hereunder, and all persons performing the same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractor, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its 4, officers, agents, servants, and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of —• officers, agents, employees, contractors, subcontractors, licensees or invitees of the C6-6(6) -~ Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers, agents, servants, and employees for property damage or loss, and/or personal injuries, including death, to any and all person of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents, employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a _ claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. a If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the C6-6(7) am Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. `'N 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 25`h day of the month succeeding that in which ant such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and the amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for „k compensation shall be waived, and he shall not be entitled to payment on account of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have �. been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to the 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 divisions. The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6(8) No IV C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be made 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 ordinances applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. i C 6-6.17 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 notice 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 deficient operations on the part of the Contractor, shall be performed by the Contractor at his expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or _ from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any ., order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6(9) a 4r C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, n- either personally or other wise 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, and organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly -owner 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 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. Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX MW dw w WN k" C6-6(10) 6M no PART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS i 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 superintendance, work of a value of not less than fifty (50%) percent of the value embraced on 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 tot he same requirements as to character .. and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, 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 states, 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 operations, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of 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 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. C7-7(1) WE The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from 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 `d a change in the contract time. C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the 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 proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EOUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring 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 and tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or to be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction 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 om work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. i The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjacent property will result from its use. C7-7(2) hm C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in C 1-1.23 "WORKING DAYS" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. _ Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later that the preceding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the .. timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work .. on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C1-1.24 and the Contractor may work as he so desires. C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as MW 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 ,W as may be properly authorized. 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 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 .. unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes, or delays of sub -contractors due to such causes. C7-7(3) I" When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, `� then the contract time mat 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 the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final .. approval or disapproval; and the action thereon by the City 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 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 .r 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 increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per r„ day given in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. RM C7-7(4) M .. AMOUNT OF CONTRACT AMOUNT OF LIQUIDATED _ DAMAGES PER DAY Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive $ 45.00 $ 15,001 to $ 25,000 inclusive $ 63.00 ,r $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 .. $ 500,001 to $ 1,000,000 inclusive $ 315.00 $ 1,000,001 to $ 2,000,000 inclusive $ 420.00 $ 2,000,000 and over $ 630.00 .. The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract no Documents would be incapable or very difficult to calculate due to lack of accurate information, 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. MW 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 vent 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 unsuitable 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 the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor Wo shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage No 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 C7-7(5) MW 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. r No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. No 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: r, 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 +=d investigations, the owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than 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 my request the owner to terminate the contract and the owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include. But not be limited to the payment for all work executed but not anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT Imm OF THE CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the City Council for any good and sufficient y 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 the Contractor is insufficient to complete the work within the specified time. .. C7-7(6) .r Wo C. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. MW d. Substantial evidence that the Contractor has abandoned the work. No e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has MW been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a No contract or perpetrating fraud on the City in the construction of work under contract. i. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. s j. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. sr 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 canceled, 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 written consent of the owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has .. been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the .. Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. .. IM C7-7(7) r .. In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such work 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 ow 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 MW the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work wo In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue +� the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the 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. me C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: 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. r A. NOTICE OF TERMINATION: Any Termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the Owner. Further,.it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any C7-7(8) low 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: 1. Stop work under the contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities 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 the work terminated by notice of termination; 4. transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: a. the fabricated or unfabricated parts, work in progress, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of the termination; and b. The completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. 5. complete performance of such work as shall not have been terminated by the notice of termination; and 6. Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of C7-7(9) kmp which has been directed or authorized by Engineer, Not later than 15 days thereafter, the owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 days after the notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. `o 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 C7-7.1(C), the Contractor and the 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 the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price 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 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 the work pursuant to this section, the Owner shall determine, on the basis of '~ information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. .. F. DEDUCTIONS: In arriving at the amount due the Contractor under this section there shall be deducted; 1. all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; .t C7-7(10) tw ow .. 2. any claim which the Owner may have against the Contractor in connection with this contract; and 3. the agreed price for, or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or r 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 notice of termination), such equitable adjustment as may be agreed upon shall be •• made in such price or prices; noting contained herein, however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. ow H. NO LIMITATION OF RIGHTS: Noting 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 ANNULMENT OF CONTRACT" or any other right which the Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be .o responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage .. in connection with the work. No aw .. aw C7-7(11) MW No PART C - GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.1 MEASUREMENT OF OUANTITIES: 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 item 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, finishing costs, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other clauses, 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 MW 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 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, No C8-8(1) 7-1 LI 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 one 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. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1" and the 5 h day of each month, the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the 10t' day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of the work performed since the last partial payment was made exceeds one hundred dollars ($100.00) r inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000.00, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimates 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 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 partial estimates from month to month will be approximate only, 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 quantity 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 s provisions of this Contract. C8-8(2) ow 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 .r the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all .. approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlines in paragraph C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. 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 the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; MW A. all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, .. B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and No C. 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 the Contract Documents or any act or neglect of said City relating to or connected with the Contract. Im C8-8(3) MW r.. The making of the final payment by the Owner shall not relieve the Contractor of any No guarantees or other requirements of the Contract Documents which specifically continue thereafter. sw 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 thereof 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 Contract Documents, approved modifications thereof, and all alterations thereof. wo C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the 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 the other MOM 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 bw contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. aw 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 MW 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. U. 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 MW 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 ow the General Contract Documents regardless of the actual amount used for the Project. C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy +� of all specifications, plans, addenda, modifications, shop drawings and samples at the C8-8(4) .r .r .. No .. MW .. "0 OW wr site, in good order and annotated to show all changes made during the construction process. These shall be delivered to the Engineer upon completion of the work. C 8-8(5) PART Cl VMW SECTION Cl: 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 V' (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 aw 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. No 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. aw 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 (5): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" r Revised Pg. l 10/24/02 1W E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (6), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their MW 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 OW 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 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 QUANTITIES: Part C - General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and WE6 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. ME Revised Pg. 2 10/24/02 v/ G. C3-3.11 INSURANCE: Page C3-3 (6): Add subparagraph "h. ADDITIONAL INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance r coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract wo 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. am 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. MW 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. aw 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. WM Revised 10/24/02 Pg. 3 .. 1. Contractor's liability shall not be limited to the specified amounts of insurance "' required herein. in. 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 „p 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. I. C8-8.10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor 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 am Revised Pg. 4 10/24/02 MW 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 'r observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the .. specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C - General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL. Page C2-2 (3) 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 No Revised 10/24/02 Pg. 5 UW Wr 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 Mf read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of Wo 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 bw 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 •W to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(4) Paragraph C3-3.11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(5), Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". low a. L. RIGHT TO AUDIT: Part C - General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: No 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. ow (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 1W 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. Revised Pg. 6 10/24/02 UW (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: r 1. 50 copies and under - 10 cents per page 2, More than 50 copies - 85 cents for the first page plus fifteen cents for each page thereafter r M. SITE PREPARATION: go 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(5), 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 .o 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: 4W 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. %W O. MINORITYIWOMEN 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 ow 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 No relating to false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being Revised Pg. 7 10/24/02 determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. P. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or 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. 1W low Revised Pg. 8 10/24/02 7, y Li 2n PART D - SPECIAL CONDITIONS so ow ww .. w .r .. s .. .. �j .. qw .. D-1 GENERAL.....................................................................................................................3 DD=2 COORDINATION MEETING..........................................................................................4 DD=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..............................................................7 D-7 CONSTRUCTION TRAFFIC OVER PIPELINES............................................................8 D-8 TRAFFIC CONTROL.....................................................................................................8 D-9 DETOURS.....................................................................................................................9 D-10 EXAMINATION OF SITE................................................................................................9 D-11 ZONING COMPLIANCE.................................................................................................9 D-12 WATER FOR CONSTRUCTION..................................................................................10 D-13 WASTE MATERIAL.....................................................................................................10 D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ......... :............................................ 10 D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK.................................10 D-16 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES ............................10 D-17 BID QUANTITIES.........................................................................................................11 D-18 CUTTING OF CONCRETE..........................................................................................11 D-19 PROJECT DESIGNATION SIGN.................................................................................11 D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT......................................12 D-21 MISCELLANEOUS PLACEMENT OF MATERIAL........................................................12 D-22 CRUSHED LIMESTONE BACKFILL............................................................................12 D-23 2:27 CONCRETE.........................................................................................................12 D-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION.........................................12 D-25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ............ 14 D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................15 D-27 SANITARY SEWER MANHOLES................................................................................15 D-28 SANITARY SEWER SERVICES..................................................................................18 D-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES................20 D-30 DETECTABLE WARNING TAPES...............................................................................22 D-31 PIPE CLEANING..........................................................................................................22 D-32 DISPOSAL OF SPOIL/FILL MATERIAL.......................................................................22 D-33 MECHANICS AND MATERIALMEN'S LIEN.................................................................23 D-34 SUBSTITUTIONS........................................................................................................23 D-35 PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER.............23 D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES..........................................26 D-37 BYPASS PUMPING.....................................................................................................27 D-38 POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ..........28 D-39 SAMPLES AND QUALITY CONTROL TESTING.........................................................29 D-40 TEMPORARY EROSION, SEDIMENT. AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE)................................................................30 D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................31 D-42 PROTECTION OF TREES, PLANTS AND SOIL..........................................................31 D-43 SITE RESTORATION:.................................................................................................32 D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST..............................................32 D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING.............................................32 D-46 CONFINED SPACE ENTRY PROGRAM.....................................................................37 D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................37 D-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ......................38 D-49 CONCRETE ENCASEMENT OF SEWER PIPE..........................................................38 D-50 CLAY DAM...................................................................................................................38 D-51 EXPLORATORY EXCAVATION (D-HOLE)..................................................................39 02114107 SC-1 %w PART D - SPECIAL CONDITIONS D-52 52.1 52.2 52.3 52.4 52.5 52.6 52.7 52.8 52.9 52.10 52.11 52.12 D-53 D-54 D-55 D-56 D-57 D-58 D-59 D-60 D-61 D-62 D-63 D-64 D-65 D-66 D-67 D-68 D-70 D-71 D-72 D-73 02/14/07 INSTALLATION OF WATER FACIL Polvvinvl Chloride (PVC) Water Pip( Blocking.......................................... Tvve of Casinq Pipe ........................ Tie -Ins ............................................. Connection of Existinq Mains .......... Valve Cut -Ins .................................. Water Services ................................ 2-inch Temporary Service Line ....... Puraina and Sterilization of Water L Work Near Pressure Plane Boundai Water Sample Station ..................... Ductile Iron and Grav Iron Fittings... SPRINKLING FOR DUST CONTRC DEWATERI NG................................ TRENCH EXCAVATION ON DEEP TREE PRUNING ............................. TREE REMOVAL ............................ TEST HOLES .................................. TIES....................................................................39 ............................................................................ 39 ............................................................................ 39 ............................................................................ 39 ............................................................................40 ............................................................................40 ............................................................................40 ............................................................................41 ............................................................................43 les......................................................................44 es........................................................................44 ............................................................................44 ............................................................................45 L..........................................................................45 ............................................................................45 rRENCHES.........................................................45 ........................................................................45 ............................................................................46 ............................................................................46 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION........................................................................................................47 TRAFFIC BUTTONS....................................................................................................48 SANITARY SEWER SERVICE CLEANOUTS............................................ ..............48 TEMPORARY PAVEMENT REPAIR ........... :................................................................ 48 CONSTRUCTION STAKES.........................................................................................48 EASEMENTS AND PERMITS......................................................................................49 PRE -CONSTRUCTION NEIGHBORHOOD MEETING................................................49 WAGERATES.............................................................................................................50 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE......................................51 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN1 ACRE)............................................................................................................52 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS....................................................................................53 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD............................................54 EARLY WARNING SYSTEM FOR CONSTRUCTION.................................................54 AIR POLLUTION WATCH DAYS.................................................................................55 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS......................................55 SC-2 .+ .: "w w ow jw "w w w- ftV 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: SANITARY SEWER REHABILITATION CONTRACT LXX(70). PART 4 FORT WORTH, TEXAS DOE PROJECT NO. 6258 WATER DEPARTMENT PROJECT NO. P253-609170043987 SEWER DEPARTMENT PROJECT NO. P258-709170043987 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, MW follow the guidelines listed below: 1. Plans 2. Contract Documents -80 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated .� above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project .. which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, ' performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre - qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: MW 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRALTEXAS " 02114107 SC-3 PART D - SPECIAL CONDITIONS aw 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, aw Texas 76102. The specifications applicable to each pay item are indicated by the call -out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non -responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to w+ 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 T 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. ar C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said .. proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received �.► within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings. •■ s 02114107 SC-4 sir �- PART D - SPECIAL CONDITIONS D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a 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 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. 02114107 SC-5 PART D - SPECIAL CONDITIONS ae 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. s 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 9W 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 .w 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 wo coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. .. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and ..� 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom sW 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 02114107 SC-6 PART D - SPECIAL CONDITIONS misleading information may subject the contractor to administrative, criminal, civil •+ penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by ,m the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: 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 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)440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the '" required coverage, or to report an employer's failure to provide coverage". D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, 4 existing lines. The Contractor shall be required to coordinate with the Water Department to r determine the best times for deactivating and activating those lines. D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. i 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 02114107 SC-7 sw PART D - SPECIAL CONDITIONS considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall aw make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection and/or temporary relocation of ail utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other .•r utilities and structures both above and below ground during construction. It is understood that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. .. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such ..+ property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on �. the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. Aw D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Anv damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's " expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. D-8 TRAFFIC CONTROL 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 02114107 SC-8 Ur ItPART D - SPECIAL CONDITIONS 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 6701 d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Enqineer at (817) 871-8770. at the pre -construction conference. Althouqh work will not beqin until the traffic control plan has been reviewed. the Contractor's time will beqin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. if it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above -referenced manual and such temporary sign must be i, �► 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. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The cost of the traffic control is subsidiary work and the cost of same shall be included in the price bid for pipe complete in place as bid in the Proposal, and no other compensation will be ow allowed. x' D-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D-11 ZONING COMPLIANCE 4 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. ~ 02114107 SC-9 1r PART D - SPECIAL CONDITIONS D-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth Department of Engineering shall give final acceptance of the completed project work. D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup. The Contractor shall not commence with, water and/or sanitary.sewer installation until such time that the survey cut -sheets have been received from the City inspector. D-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 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." 02114107 SC-10 9W PR *. W PART D - SPECIAL CONDITIONS 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating .. cage -type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCORE) who will erect temporary mechanical barriers, de - energize the lines, or raise or lower the lines. The work done by the power company shall _ not be at the expense of the City of Fort Worth. The notifying department shall maintain .. an accurate log of all such calls to ONCORE, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCORE company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). .. D-17 BID QUANTITIES .. .. Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D-18 CUTTING OF CONCRETE 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 1'-0° by 2'-0" in size. The information box .. shall have the following information: For Questions on this Project Call: (817) 871-8306 M-F 7:30 am to 4:30 p.m. or (817)871-8300 Nights and Weekends .. Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. No 02114107 SC-11 PART D - SPECIAL CONDITIONS D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one -tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D-22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 - Materials and Division 2 Item 208.3 - Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents. D-23 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call - out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections El -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 PW JW Im "W !7 .. ►W ar w .. 02114107 SC-12 1W - PART D - SPECIAL CONDITIONS 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 No easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back -fill material is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure A. Sand material specified in Figure A shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: • Less than 10% passing the #200 sieve .. P.I. = 10 or less Additionally, the crushed. limestone embedment gradation specified in Section E1-3 No 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. r„ 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. '� 02114107 SC-13 PART D - SPECIAL CONDITIONS The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of 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. ■s 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. D-25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 2000-1 through 2000-3. " The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. 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 Am existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date. A permit must be obtained from the Department of Engineering Construction Services Section by �- the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Department of Engineering will inspect the paving repair after construction. This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Department of Engineering. 02114107 SC-14 W. PART D - SPECIAL CONDITIONS D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) s 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 am series of horizontal level or steps, usually with vertical or near -vertical surfaces between levels. am 3. SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined away from the excavation. we 4. SHIELD SYSTEM - Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. �, Shields can be either pre -manufactured or job -built in accordance with OSHA standards. 5. SHORING SYSTEM - Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave-ins. Shoring systems are generally comprised of cross -braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT - Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety •• systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT - Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D-27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract .. Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract 02114107 SC-15 PART D - SPECIAL CONDITIONS Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted and installed according to the manufacturer's recommendations. Stainless Steel manhole inserts shall be required for all pipe diameters 18" and greater. 3. LIFT HOLES: All lift holes shall be plugged with a pre -cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. Covers shall set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use where locking lids are specified. 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be 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. aw 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness. ar 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 02114107 SCA 6 Aw PART D - SPECIAL CONDITIONS joints using a trapped type performed O-ring rubber gasket shall require Bitumastic joint .w sealants as per Figure M. This sealant shall be pre -formed and trowelable Bitumastic as manufactured by Kent - Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross -sectional area or flat -tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre -formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. .W B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above -specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. 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. 02114107 In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint SC-17 PART D - SPECIAL CONDITIONS T material along the inside and outside edge of each joint, or use trowelable material in lieu of pre -formed gasket material. Position the butt joint of each length of joint material on ~` opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and .,. finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre -cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. 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 aK 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. A. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection 02114107 SC-1 8 !r PART D - SPECIAL CONDITIONS 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. B. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the „ replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de -holing at the building clean -out) the elevations (shown on the plans) at the building clean -out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route. All applicable sewer mains, laterals and affected service lines that are installed without pre -construction de - holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de -holing is conducted. All elevation information obtained by the Contractor shall be .. submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different M 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 I the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of .w 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 " 02114107 SC-19 PART D - SPECIAL CONDITIONS beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean -outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. D-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method .as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box 02114107 SC-20 .. PART D - SPECIAL CONDITIONS in place to a point not less than 18 inches below final grade. Concrete shall then be used as •r backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable .. excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in 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. 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. K. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be .• responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. 02114107 SC-21 PART D - SPECIAL CONDITIONS Once this determination has been made, the existing main will be abandoned as indicated above in Item I. D-30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2Y2 pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Tvpe of Utilitv Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D-31 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. D-32 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Engineering Department, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. 02114107 SC-22 Opp 0 aw PART D - SPECIAL CONDITIONS D-33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. D-34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes • necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. ` Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub -section as related to "substitutions" shall be applicable to all sections of these specifications. D-35 PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured -in -place pipe, fold and form pipe, slip -line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high -velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high -velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high -velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. if sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent ., flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high -velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If 02114107 SC-23 �r PART D - SPECIAL CONDITIONS a - RE -SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re -seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit -seeding equipment will be able to cut through the turf and achieve adequate soil penetration. "Slit -seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: S. If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. BE MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted ` or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry+ and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place. 10 Acceptable material for "Sodding" will be measured by the linear foot, complete in place. A 02114107 SC-36 - PART D - SPECIAL CONDITIONS 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. D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 1 Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. Im 2. 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. 3. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 02114107 SC-37 MW PART D - SPECIAL CONDITIONS - 4. Payment for substantial completion inspection as well as final inspection shall be im subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 5. Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" of PART C - GENERAL CONDITIONS. D-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. %* 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized. W 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. 40 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. r 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D-49 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D-50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an 02114107 SC-38 PART D - SPECIAL CONDITIONS impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. D-51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by 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). 52.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting, No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 52.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe, coal -tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. 02114107 SC-39 PART D - SPECIAL CONDITIONS 1A 2. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line. When relocation of service meter and meter box is required, payment for all work and = materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as r. required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. 4. NEW SERVICE: When new services are required the contractor shall install tap saddle when required), cor oration stop,t e K copper service line, curb stop with r (P type PP p lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E1-18A — Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. � Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. at 5. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). L.Z 6. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during ae 02114107 S C-42 an PART D - SPECIAL CONDITIONS construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 52.8 2-Inch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4- inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. The out -of -service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re -install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. When the temporary service is required for more than one location the 2-inch temporary service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location. Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre -construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations. After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may 02114107 SC-43 PART D - SPECIAL CONDITIONS am need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. " 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The City will provide all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de -chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours `~ apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project - and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 52.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations am Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials VW 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. a. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the 'r price bid for Service Taps to Main. 02114107 SC-44 a. PART D - SPECIAL CONDITIONS Payment for all work and materials necessary for the installation of the sampling station, as modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 52.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings: E2-7.11 DUCTILE -IRON AND GRAY -IRON FITTINGS: All ductile -iron and gray -iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie -down concrete blocking, and concrete cradle necessary for construction as designed. All ductile -iron and gray -iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie - down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie -down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed. D-53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D-54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the t 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. Wd 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 r 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 .L 02114107 SC-45 PART D - SPECIAL CONDITIONS 2. Vermeer V-1550RC Root Pruner .• C. NATURAL RESOURCES PROTECTION FENCE 1. Steel "T" = Bar stakes, 6 feet long. 2. Smooth Horse -Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 1W 3. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 4. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 1. Survey and stake location of root pruning trenches as shown on drawings. 2. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 3. Backfill and compact the trench immediately after trenching. 4. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 5. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 6. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on }- areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. .. D-57 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, .. pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. �. D-58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. 02114107 SC-46 "_I PART D - SPECIAL CONDITIONS Whether prospective bidders perform this subsurface exploration jointly or independently, and an whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and — maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's _ letterhead and shall include the following information: Name of Project, DOE No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre -construction notification' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each MW 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 7. construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: ., The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the project, DOE number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached - No am PART D - SPECIAL CONDITIONS A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Construction office at (817) 871-8306. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D-60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 871-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. D-61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways, streets, sidewalks, etc. whenever possible. When it is not possible, the cleanout stack and cap shall be cast iron. Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. D-62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized. The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. D-63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, 02114107 SC-48 an .. No ■. .. .o s PART D - SPECIAL CONDITIONS transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. D-64 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right -of -entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right -of -entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or manholes. For locations where the City was unable to obtain the easement or right -of -entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the plans desk at the Department of Engineering, City of Fort Worth. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer OEM service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original go condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing, understanding and complying with all provisions of such permits, including obtaining the requisite .w insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits, any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen, shall 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 "" 02114107 SC-49 .. PART D - SPECIAL CONDITIONS following the pre -construction conference but in no case will construction be allowed to begin until this meeting is held. D-66 WAGE RATES Compliance with and Enforcement of Prevailing Wage Laws Duty to pay 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. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 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 worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. ov14i07 SC-50 M ww .. M .. ow PART D - SPECIAL CONDITIONS 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. ,. 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) 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. 02114107 SC-51 b. PART D - SPECIAL CONDITIONS am D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator' by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management _' Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management �- Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. .. NOTICE OF INTENT (NOI): if the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre -construction meeting a TCEQ Notice of Intent (NOI) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOI shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 .. P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOI shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. " The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 rm r STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and fto 02114107 SC-52 .. PART D - SPECIAL CONDITIONS techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas .. Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY — DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOI) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of _ construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the 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 MW 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 .R 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 02114107 SC-53 r ■. PART D - SPECIAL CONDITIONS the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. .. D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre -qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested 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 No 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: 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 the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council no members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested .• individuals will distributed by the Engineering Department's Public Information Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. NNW 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. no 02114107 SC-54 •- PART D - SPECIAL CONDITIONS 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: wo 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. No 1aw am 02114107 SC-55 FORTWORTH w+ Date: DOE NO. XX= 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: mw MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) M OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR am mw r F TEXAS DEPARTMENT OF HEALTH DEMOLITION t RENOVATION 10 '* NOTIFICATION FORM r NOTE: CIRCLE ITEMS THAT ARE AMENDED T D H NOTIFICATION# t) Abatement Contractor: TDH License Number. I` Address; City: Stale: Zip: r a. Office Phone Number ( i Job Site Phone Number: a; Site Supervisor. TDH ticertw Number. U Site Supervisor: TAH Licensee Number. Trained On -Site NESHAP Individual Certification Drale:. ftd Demolition Contractor. Office Phone Numbed 1 Address: City. State: Zip: Y 2) Project Consultant or Operator TIDH License Number Mailing Address: City: Slow: Zip_ Office Phmna Number: j 1 3) Facility Owner. .. H Attention: P Mailing Address; A City: State. Zip: Owner Phone Numberf ) "Note: The Invoice for the notlficardon fee will be sent to the owner of the building and time billing address for the invoice will be ❑ obtained from the Information that is provided In this section. 4) Description or Facaity Name: Physical Address: Count City: Zip: Facility Phone Number( l FacH4 Contact Person: _ A Description of AreaJRoom Number. 0 Prior Use; Future Use Age of Buildin�g&acility: Size: Number of Floonr School (K - i2). ❑ YES Ef NO _ Q 5) Type of Work: 0 Demolition ❑ Renovation (Abatement) o Annual Consolidated r Work will be during. 0 Day ❑ Everting ❑ Night u Phi"d P1103 r. �©t Description of work schedule. r 5) is this a Public Building? Q YES D NO Federal Facility? D YES 0 NO industrial Site? p YES 0 NO NESHAP-Only Facility? ❑ YES ❑ NO Is Fmillding/Facility OccupieV a YES 0 NO L 7) Nofificatbn Type CHECK ONLY ONE V 1 © Original (10 Working flays) Q Cancellation O Amendment D EmergencylOrdt:rod o If this is an amendment, which amendmeni number is this? (Enclose copy of original anchor last amendment) I Emerilertcyr If an emergency, v+itio did you talk with at TDH? a, Date and Hour of Emergency (HHIMWDD". Description of the sudden, unexpected event and explanation of how the event caused unsafe conditions or WoOd cause equipment damage (computers, machinery, etc ... 0 B) Description of procedure3 to be folIcAved in the event that unexpected .asbestos is found or previously non -friable Y asbestos maierial becomes crumbled, pulM&tiasd, or reduced to powder. S 0) Was an Asbestos survey performed? D YES li NO Date: 1 f TDH Inspector License No: 4 Analytical Method. ❑ PLM ❑ TEM ❑ Assumed TDH Laboratory License No: N- (For TAHPA (public building) projects: an assumption must be made by a TDiH Licensed Inspector) 10) Description of planned demolition or renovation work, type of m$te I, and method(s) to be used � 11) Description of work preclion and engineering contorts to be used to pravent emissions of asbestos at the OMA demotltionlrenovaiion. F F 02/14/07 12) ALL applicable Items In the following table must be completed; IF NO ASBESTOS PRESENT CHECK HERE Asbestos -Containing Building Material Type +I RACM to be removed I RACM NOT removed Interior Category I non -friable removed Extarior Category I non -friable removed Category I non -friable NOT removed Interior Cat"ory 11 non -friable removed Exterior Category 11 non -friable removed Category it non friable NOT removed RACM Off -Facility Component Approximate amount of Check unit of measurement Asbestos Pipes Surface Area 13) Waste Transporter Name: TDH Lipense Number Address. CRY, State: Zip. contact Petsdmm Phone Number, 1 1 14) Waste Disposal Site Name7 Addraes CityP state., Zip. Tellephone l l TNRCCPermit Number 15) For structurally unsound facilities, attach a copy of demolition order and identify Governmental Official below. Name: Registration No: now Date of order (MM0DJYY) I I Date order to begin (MW ODfM f f+ 16) Scheduled Dates of Asbestos Abatement (MMIDDIYY) Stark I I complete: t 1 17) Scheduled Dates DemolillonlRenovation (MNVDDIYY) Start: I I Complete: 1 I Note: If the start date an this neliticallon Gan not be mak the TDH Regional or Local Program office Must be contacted by phone prior to the start date. Fallure to do so Is a vlotauon In accordaneo to TA"PA. Section 295.61. 1 hereby certify that all Information I hove provided Is correct. complete, and true to the best of my knowledge. I acknowledge that I Ern responsible for all aspects of the notification form, including, but not limiting, content and submission dates. The maximum penalty is $10,000 per day per violation. f 1 (Signature of Building Owned Operator (Printed Name) (Date) (Telephone) or Delegated ConsuflantlConvactor) IFax umber) MAIL TO: ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT OF HEALTH *Faxes are not accepted` PO BOX 143538 "faxes am not accepted' AUSTIN. TX 78714-36M PH- 512-834-6600, 1-8DO-572-5548 Farm APB#5, dated 0712"2, Replaces TDH foam dated 07/13/01. Far assistance in compteling form. caN 1-800.572-5548 SC-58 No MW ow sm .. so No ■w ow .w am .w Am No HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 { Air Tool Operator $10.06 { Asphalt Distributor Operator $13.99 Asphalt Paving Machine Operator $12.78 Asphalt Raker $11.01 { Asphalt. Shoveler $ 8.80 Batching Plant Weigher $14.15 Broom or Sweeper Operator $ 9.88 Bulldozer Operator Carpenter $13.22 1 $12.80 Concrete Finisher, Paving $12.85 j Concrete Finisher, Structures $13.27 Concrete Paving Curbin'g Machine Operator $12.00 { Concrete Paving Finishing Machine Operator $13.63 Concrete Paving Joint Sealer Operator $12.50 j Concrete Paving Saw Operator $13.56 { Concrete Paving Spreader Operator $14.50 Concrete Rubber $10.61 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator $14.12 Electrician $18.12 Flagger $ 8.43 Form Builder/Setter, Structures $11.63 f Form Setter, Paving & Curb $11.83 Foundation Drill Operator, Crawler Mounted $13.67 { Foundation Drill Operator, Truck Mounted $16.30 { Front End Loader Operator $12.62 Laborer, Common $ 9.18 { Laborer, Utility $10.65 Mechanic $16.97 Milling Machine Operator, Fine Grade $11.83 Mixer Operator $11.58 j Motor Grader Operator, Fine Grade $15.20 { r I Motor Grader Operator, Rough $14.50 Oiler $14.98 Painter, Structures $13.17 Pavement Marking Machine Operator $10.04 Pipelayer $11.04 { Reinforcing Steel Setter, Paving $14.86 Steel Setter, Structure $16.29 , 'Reinforcing Roller Operator, Pneumatic, Self -Propelled $11,07 { Roller Operator, Steel Wheel, Flat Wheel/Tamping $10.92 I Roller Operator, Steel Wheel; Plant Mix Pavement $11.28 I j Scraper Operator $11.42 Servicer $12.32 Slip Form Machine Operator $12.33 Spreader Box Operator $ l 0.92' { Tractor Operator, Crawler Type $12.60 1 Tractor Operator, Pneumatic $12.91 { TravelN Mixer Operator $12,03 Truck Driver, Lowboy -Float $14.93 Truck Driver, Single Axle, Heavy $11.47 Truck Driver, Single Axle, Light $10.91 I j Truck Driver, Tandem Axle, Semi -Trailer Truck Driver, Transit -Mix $11.75 $12.08 { Wagon Drill, Boring Machine, Post Hole Driller Operator $14.00 j Welder $13.57 { { Work Zone Barricade Servicer $10.09 Compliance with and Enforcement of Prevailine Waae Laws (a) Duty to pav Prevailing Wale 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 31" 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 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 1 Ith 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. n n U-A M6 No (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 r 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 Waae Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. _- (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. am Y PART DA - ADDITIONAL SPECIAL CONDITIONS mw I" .. No .. DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMITTED) ...5 DA-2 PIPELINE REHABILITATION CURED -IN -PLACE PIPE (OMITTED).........................5 DA-3 PIPE ENLARGEMENT SYSTEM...............................................................................5 DA-4 FOLD AND FORM PIPE (OMITTED).......................................................................12 DA-5 SLIPLINING (OMITTED)..........................................................................................12 DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT...................................................12 DA-7 TYPE OF CASING PIPE..........................................................................................16 DA-8 SERVICE LINE POINT REPAIR I CLEANOUT REPAIR (OMITTED).......................16 DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ...............19 DA-10 MANHOLE REHABILITATION.................................................................................21 DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION ............................32 DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM (OMITTED)...............................................................................................................33 DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM (OMITTED) .......................33 DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM..................................33 DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM................................36 DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER (OMITTED)..................................................................................:............................38 DA-17 INTERIOR MANHOLE COATING -STRONG -SEAL -SYSTEM (OMITTED)...............38 DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMITTED)............................................38 DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMITTED).........................38 DA-20 PRESSURE GROUTING..........................................................................................39 DA-21 VACUUM TESTING OF REHABILITATED MANHOLES.........................................42 DA-22 FIBERGLASS MANHOLES (OMITTED)..................................................................46 DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES (OMITTED) .................................................................................................................................45 DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER.........................................45 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS.................................................45 DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE.........................................45 DA-27 GRADED CRUSHED STONES................................................................................46 DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE (OMITTED)....................................46 DA-29 BUTT JOINTS - MILLED (OMITTED)................................................................ ..46 DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX).................................................46 DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER.........................................47 DA-32 NEW 7" CONCRETE VALLEY GUTTER (OMITTED)..............................................47 DA-33 NEW 4" STANDARD WHEELCHAIR RAMP... ......................................................... 47 DA-34 8" PAVEMENT PULVERIZATION (OMITTED)........................................................48 DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT).......................48 DA-36 RAISED PAVEMENT MARKERS.............................................................................49 DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING..............50 DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL ..... 54 DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC (OMITTED).......................................66 DA-40 CONCRETE RIPRAP (OMITTED)............................................................................55 DA-41 CONCRETE CYLINDER PIPE AND FITTINGS (OMITTED)....................................65 DA-42 CONCRETE PIPE FITTINGS AND SPECIALS (OMITTED).....................................56 DA-43 UNCLASSIFIED STREET EXCAVATION (OMITTED).............................................65 DA-44 6" PERFORATED PIPE SUBDRAIN (OMITTED)....................................................55 DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS.................................................55 DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION (OMITTED).........................65 11102104 ASC - 1 ..r PART DA - ADDITIONAL SPECIAL CONDITIONS DA-47 PAVEMENT REPAIR IN PARKING AREA (OMITTED)............................................65 DA-48 EASEMENTS AND PERMITS,... .............................................................................. 55 DA-49 HIGHWAY REQUIREMENTS (OMITTED)...............................................................55 DA-50 CONCRETE ENCASEMENT....................................................................................55 DA-51 CONNECTION TO EXISTING STRUCTURES.......:.................................................56 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITTED) ........... 66 DA-53 OPEN FIRE LINE INSTALLATIONS (OMITTED).....................................................66 DA-54 WATER SAMPLE STATION (OMITTED).................................................................56 DA-55 CURB ON CONCRETE PAVEMENT.......................................................................56 DA-56 SHOP DRAWINGS..................................................................................................56 DA-57 COST BREAKDOWN...............................................................................................57 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY...............................57 DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP................................................................58 DA-60 ASPHALT DRIVEWAY REPAIR..............................................................................58 DA-61 TOP SOIL.............................................................................................I..................58 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT...............68 DA-63 BID QUAN'l MES.....................................................................................................a DA-64 WORK IN HIGHWAY RIGHT OF WAY....................................................................59 DA-65 CRUSHED LIMESTONE (FLEX-BASE)...................................................................69 DA-66 OPTION TO RENEW (OMITTED)............................................................................69 DA-67 NON-EXCLUSIVE CONTRACT (OMITTED)............................................................59 DA-68 CONCRETE VALLEY GUTTER (OMITTED)............................................................69 DA-69 TRAFFIC BUTTONS................................................................................................59 DA-70 PAVEMENT STRIPING............................................................................................59 DA-71 H.M.A.C. TESTING PROCEDURES........................................................................60 DA-72 SPECIFICATION REFERENCES.............................................................................60 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK -FLOW PREVENTER/CONTROL VALVEAND BOX..................................................................................................60 DA-74 RESILIENT -SEATED GATE VALVES......................................................................61 DA-75 EMERGENCY SITUATION, JOB MOVE -IN (OMITTED)..........................................61 DA-76 1 1/2" & 2" COPPER SERVICES..............................................................................61 DA-77 SCOPE OF WORK (UTIL. CUT) (OMITTED)...........................................................61 DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) (OMITTED)................................61 DA-79 CONTRACT TIME (UTIL. CUT) (OMITTED)............................................................61 DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMITTED) ..........61 DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMITTED) .............................61 DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (OMITTED).............:...................................61 DA-83 PAVING REPAIR EDGES (UTIL. CUT) (OMITTED)................................................61 DA-84 TRENCH BACKFILL (UTIL. CUT) (OMITTED)........................................................61 DA-85 CLEAN-UP (UTIL. CUT) (OMITTED).......................................................................61 DA-86 PROPERTY ACCESS (UTIL. CUT) (OMITTED)......................................................61 DA-87 SUBMISSION OF BIDS (UTIL. CUT) (OMITTED)..................:.................................61 DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (OMITTED) .........................62 DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT III (UTIL. CUT) (OMITTED) .......62 DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (OMITTED).......................................62 DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (OMITTED)...............................................................................................................62 DA-92 MAINTENANCE BOND (UTIL. CUT) (OMITTED)....................................................62 DA-93 BRICK PAVEMENT (UTIL. CUT) (OMITTED)..........................................................62 11102104 ASC - 2 so ur 4w w w w w imo ;+m IN PART DA - ADDITIONAL SPECIAL CONDITIONS DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (OMITTED)......................................62 "o DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMITTED)................................62 DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (OMITTED) ..................62 DA-97 "QUICK -SET" CONCRETE (UTIL. CUT) (OMITTED)..............................................62 "" DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (OMITTED) .................. ........62 DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (OMITTED)...............................................................................................................62 DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMITTED) ................62 DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMITTED)..................................62 DA-102 PAYMENT (UTIL. CUT) (OMITTED)........................................................................62 DA-103 DEHOLES (MISC. EXT.)..........................................................................................62 DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMITTED)....................................62 DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.)...........................................63 DA-106 BID QUANTITIES (MISC. EXT.) (OMITTED)...........................................................63 DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMITTED).....................................................63 DA-108 FLOWABLE FILL (MISC. EXT.)...............................................................................63 DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) (OMITTED).......................................64 DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMITTED) .......... 64 DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMITTED)..........................64 DA-112 MOVE IN CHARGES (MISC. REPL.) (OMITTED)....................................................64 DA-113 PROJECT SIGNS (MISC. REPL.)............................................................................64 DA-114 LIQUIDATED DAMAGES (MISC. REPL.) (OMITTED).............................................64 DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMITTED)..........................64 DA-116 FIELD OFFICE (OMITTED)......................................................................................64 DA-117 TRAFFIC CONTROL PLAN.....................................................................................64 DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS (OMITTED)...............................................................................................................64 DA-119 DUCTILE IRON PIPE...............................................................................................64 DA-120 CONCRETE PRESSURE PIPE, BAR -WRAPPED STEEL CYLINDER TYPE (OMITTED)...............................................................................................................71 DA-121 BURIED STEEL PIPE AND FITTINGS (OMITTED).................................................71 DA-122 CATHODIC PROTECTION.....................................................................................71 DA-123 GRAVEL DRIVEWAY REPAIR................................................................................72 DA-124 REPLACEMENT OF TREES (OMITTED)................................................................72 DA-125 PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING, TUNNELING OR OPEN CUT...................................................................................72 DA-126 BUTTERFLY VALVES (OMITTED)..........................................................................80 DA-127 GATE VALVES........................................................................................................80 " DA-128 AIR RELEASE VALVES (OMITTED) DA-129 CONSTRUCTION COORDINATION WITHIN UNION PACIFIC RAILROAD PERMIT AREA (OMITTED)....................................................................................................83 DA-130 FIBERGLASS SEWER PIPE - GRAVITY SERVICE (OMITTED)............................83 DA-131 JUNCTION SANITARY SEWER MANHOLE (OMITTED)........................................83 DA-132 SUBSURFACE EXPLORATION..............................................................................83 DA-133 ABANDON EXISTING WATER AND SANITARY SEWER STRUCTURES..............84 DA-134 ABANDON EXISTING PIPE LINE............................................................................84 DA-135 REMOVE AND REPLACE EXISTING PIPE AND CABLE FENCE (OMITTED) .......84 DA-136 SANITARY SEWER AND WATER LINE MARKERS...............................................84 w 11102104 ASC - 3 r PART DA - ADDITIONAL SPECIAL CONDITIONS DA-137 CONSTRUCTION COORDINATION WITHIN TARRANT REGIONAL WATER DISTRICT AREAS (OMITTED)...............................................................................86 DA-138 SPECIAL PROVISIONS FOR ACTIVITIES INSIDE TRWD RIGHT-OF-WAY (OMITTED)...............................................................................................................86 DA-139 GROUTING PROCEDURE......................................................................................86 DA-140 TUNNELING (OMITTED).........................................................................................87 ow .. M. ■w w wo .w .. ■. .. 11102104 ASC - 4 w PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMITTED) DA-2 PIPELINE REHABILITATION CURED -IN -PLACE PIPE (OMITTED) DA-3 PIPE ENLARGEMENT SYSTEM A. GENERAL: MW No V_ 11102104 Description: This specification includes requirements to rehabilitate existing sanitary sewers by the pipe enlargement system, herein called Pipe Bursting or Pipe Crushing (Pipe Bursting/Crushing). This system includes splitting or bursting the existing pipe to install a new polyethylene pipe and reconnect existing sewer service connections. 2. Methods: This section specifies the approved system method or process to include all labor, materials, tools, equipment and incidentals necessary to provide for the complete rehabilitation of deteriorated gravity sewer lines by the Pipe Bursting/Crushing systems. Approved methods include: the PIM Corporation (PIM System), Piscata Way, New Jersey; McLat Construction (McConnell System for Pipe Crushing), Houston, Texas; and Trenchless Replacement Systems, (TRS System), Calgary, Canada. Refer to Part D - SPECIAL CONDITIONS D-34 SUBSTITUTIONS for information regarding pre -approval procedures for alternative processes. 3. Definition: The Pipe Bursting/Crushing system is defined as the reconstruction of gravity sewer pipe by installing an approved pipe material, by means of one of the pre -approved methods set forth in Section A.2 of this specification. The process involves the use of a static, hydraulic or pneumatic hammer "moling" device, suitably sized to break out the old pipe or using modified boring "knife" with a flared plug that implodes and crushes the existing sewer pipe. Forward progress of the "mole" or the "knife" may be aided by the use of hydraulic equipment or other apparatus, as specified in the approved methods. The replacement pipe is either pulled or pushed into the bore. The method allows for replacement of pipe sizes from 8" through 21" and/or upsizing in varying increments up to 21". This specification is based on the precedent that the Pipe Bursting/Crushing system used has been pre -approved by the City of Fort Worth Department of Engineering, and Fort Worth Water Department. Quality Assurance: The Contractor shall be certified by the particular Pipe Bursting/Crushing system manufacturer that such firm is a licensed installer of their system. No other Pipe Bursting/Crushing system other than those listed in Section A.2. of these specifications is acceptable. a. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing, handling, and installing the polyethylene pipe. Training shall be performed by a qualified representative as determined by the pipe manufacturer. ASC-5 Ll - W PART DA - ADDITIONAL SPECIAL CONDITIONS b. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing, handling, and installing the polyethylene pipe. Training shall be performed by a qualified representative as determined by the pipe manufacturer. 5. Submittals: Submit for review and acceptance, the following Contractor's Work Plan and Drawings to the Department of Engineering (DOE): a. Shop drawings, catalog data, and manufacturer's technical data showing complete information on material composition, physical properties, and dimensions of new pipe and fittings. Include manufacturer's recommendation for handling, storage, and repair of pipe and fittings if damaged. b. Location and number of insertion or access pits shall be planned by Contractor and submitted in writing prior to excavation for approval by DOE. C. Method of construction and restoration of existing sewer service connections. This shall include: 1) Detail drawings and written description of the entire construction procedure to install pipe, bypass sewage flow and reconnection of ow sewer service connections. 2) Working drawings for information only showing sewage flow „ bypass, and maintenance of traffic. Contractor shall provide for continuous sewerage flow. Dewatering shall be the Contractor's responsibility. .. 3) Certification of workmen training for installing pipe. 4) Television inspection reports and video tapes made after new pipe am installation. 6. Delivery, Storage, and Handling: *0 a. Transport, handle, and store pipe and fittings as recommended by manufacturer. am b. If new pipe and fittings become damaged before or during installation, it shall be repaired as recommended by the manufacturer or replaced as required by the Project Manager at the Contractor's expense, before proceeding further. C. Deliver, store and handle other materials as required to prevent damage. �• B. MATERIALS: ow 11102104 ASC - 6 -- MW PART DA - ADDITIONAL SPECIAL CONDITIONS 1. Polyethylene Piping Material: The pipe and fitting material shall be high density, extra molecular weight (EHMW) polyethylene pipe material conforming to ASTM D1248, Type III, Class C, Category 5, Grade P34, and have a PPI (Plastic Pipe .. Institute) recommended designation of PE3408 and cell classification 345434C per ASTM D3350. The molecular weight category shall be extra high (250,000 to 1,500,000) as per the Gel Permeation Chromatography determination procedure .. with a typical value of 330,000. a. The interior of the pipe shall be a light reflective color to facilitate closed circuit television inspection. low b. The pipe material shall be listed by the Plastic Pipe Institute (PPI) in PPI TR-4. The pipe material shall have as hydrostatic design basis of 1600 psi "' at 73 F and 800 psi at 140 F. C. The manufacturer's certification shall state that the pipe was manufactured from one specific resin and shall state the resin used and its source. All pipe shall be made of virgin material. No rework, except that obtained from the manufacturer's own production of the same formulation, shall be used. d. Pipe supplied under this specification shall have a nominal Ductile Iron Pipe Size inside diameter. The Standard Dimension Ratio (SDR) and minimum pressure ratinq of the pipe shall be SDR 17 - 100 psi. Pipe with a lower SDR ratio and higher pressure rating may be used in lieu of the _ minimum specified. 2. Tests: The Contractor shall be required to send submittals to the City of Fort Worth on the production material. MW a. The pipe manufacturer shall provide certification that samples of the production product meets these specifications. The certification will state that production product has been tested in accordance with ASTM D2837, .. and validated in accordance with the latest revision of PPI TR-3. b. The pipe manufacturer shall provide certification that stress regression I .. testing has been performed on the specific product. Certification shall include a stress life curve per ASTM D2837 and testing shall have been performed in accordance with ASTM D2837. C. Rejection: Polyethylene plastic pipe and fittings may be rejected for failure I' to meet any of the requirements of this specification. C. SEWER SERVICE CONNECTIONS: ' 1. Sewer Service Connections: Sewer service connections shall be connected to the new pipe by mechanical or fusion methods. Once the saddle is secured, a hole shall be drilled in the pipe the full inside diameter of saddle outlet. o- 2. Pipe Saddles: Mechanical saddles shall be made of polyethylene pipe compound that meets the requirements of ASTM D1248, Class C, have stainless steel straps "W 11102104 ASC - 7 MW r0 fol PART DA - ADDITIONAL SPECIAL CONDITIONS and fasteners, neoprene gasket and backup plate. Mechanical saddles shall be Strap -on -Saddle Type as manufactured by Driscopipe or Tapping Saddle manufactured by DuPont, or approved equal. Fusion saddles shall be electrofusion branch saddles as manufactured by Central Plastics Company, or approved equal. 3. Connection to Existing Service: Connections to the existing sewer service �. connections pipe shall be made using flexible couplings. All flexible couplings shall conform to ASTM C425 and shall be as manufactured by Fernco Joint Sealer Co., DFW Plastics, Inc. or approved equal. Backfill at service connections shall be cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the service lateral to trench intersection and shall be in accordance with these specifications. The Contractor shall, upon request, permit the Engineer to take elevations on both the existing and new portions of the service connection pole to determine final grade and invert elevations. Elevation changes greater than 0.10 feet from the house lateral piping and shall be reconnected as directed by the Engineer. 4. Service Interruptions: Service interruptions to homes shall not exceed 18 hours. PREPARATION: Bypassing Sewage: a. The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to '~ the sewer. b. The Contractor shall be responsible for continuity of sanitary sewer service "" to each facility connected to the section of sewer during the execution of the work. w If sewage backup occurs and enters buildings, the Contractor shall be responsible for clean-up, repair, property damage costs and claims. .. 2. Line Obstructions: If pre -installation (TV) inspection reveals an obstruction in the existing sewer (heavy solids, dropped joints, protruding service taps or collapsed pipe) which will prevent completion of the pipe bursting/crushing process, and cannot be removed by conventional sewer cleaning equipment, then an obstruction removal shall be made by the Contractor, with the approval of the Engineer. 3. Sags in Sewer Line: ALL SAGS AND GRADE PROBLEMS IN EXISTING SEWER LINES SHALL BE CORRECTED AS PART OF THIS CONTRACT. If the pre - construction television inspection reveals a sag in the sewer line, the Contractor shall be responsible for bringing the proposed sewer pipe to an acceptable grade 11102104 ASC - 8 w PART DA - ADDITIONAL SPECIAL CONDITIONS UM without a sag. A sag is defined as any sewer line segment more than 3 feet in length which ponds water in the absence of sewage flow. The contractor shall take the necessary measures to eliminate the sag by the method of: pipe .o replacement, digging a sag elimination pit and bringing the bottom of the pipe trench to a uniform grade in line with the existing pipe invert or by other measures that shall be acceptable to the Engineer and the City. a. Identification of Sags: Sags shall be identified by television inspection in the absence of sewage flow. If available, the Contractor shall be furnished television tapes from the City identifying the sag location. Flow shall be blocked at an upstream manhole and diverted to another sewer line or downstream manhole below the segment of pipe to be inspected. TV inspection shall be performed in accordance with television inspection of sanitary sewer lines. Video tapes shall be submitted to the Department of Engineering for review. b. Correction of Sags: Sags shall be corrected by open cut and by adding additional bedding material to bring the sag back to grade where access is available. For pipe enlargement methods, all sags identified on the pre - construction video tapes shall be corrected prior to commencing with pipe enlargement. In instances where sags are located under existing structures, the existing sewer line may be relocated using open cut or boring methods. The Department of Engineering shall specifically review potential relocation's and evaluate the constructability, economics and engineering feasibility prior to construction work. C. Measurement and Payment: Measurement and payment to correct sags shall be per linear foot of pipe construction to correct the sag. For pipe bursting methods, open -cut or bore construction, the applicable bid prices in the proposal section shall apply. 4. Television Inspection: Inspection of the pipelines shall be performed by experienced personnel trained in locating breaks, obstacles and service .. connections by closed circuit color television. Television inspection shall be in accordance with the specifications contained herewith for "Pre- and Post - Construction Television Inspection of Sanitary Sewer Lines", Part D - Special .. Conditions D-35 and D-38, respectively. E. PIPE ENLARGEMENT SYSTEM AND PIPE INSTALLATION: .� 1. Site Organization: a. Insertion or access pits shall be located such that their total number shall be minimized and the length of replacement pipe installed in a single pull shall be maximized. .. b. Existing manholes shall be utilized wherever practical. Manhole inverts and bottoms may be removed to permit access for installation equipment. r, 11102104 ASC - 9 PART DA - ADDITIONAL SPECIAL CONDITIONS w C. Equipment used to perform the work shall be located away from buildings so as not to create a noise impact. Provide silencers or other devises to reduce machine noise as needed to meet requirements. d. The actual pipe enlargement procedure shall commence prior to 11:00 AM in order to afford the contractor ample time to complete all related work .� within the allotted workday, which is defined as the hours between 7:00 AM and 6:00 PM, so as not to impose on the peace and comfort of persons in the immediate vicinity. No actual pipebursting work shall be started after 11:00 AM; all actual pipebursting activity shall cease at 6:00 PM. Other activities other than the actual pipebursting may continue after 6:00 PM. 2. Finished Pipe: The installed replacement pipe shall be continuous over the entire length of each pipe segment from manhole to manhole and shall be free from visual defects such as foreign inclusions, concentrated ridges, discoloration, pitting, varying wall thickness, pipe separation, other deformities. Replacement pipe with gashes, nicks, abrasions, or any such physical damage which may have occurred during storage and/or handling, which are larger/deeper than 10% of the wall thickness shall not be used and shall be removed from the construction site. The replacement pipe passing through or terminating in a manhole shall be carefully cut out in a shape and manner approved by the Engineer. The invert and benches shall be streamlined and improved for smooth flow. The installed pipe shall meet the leakage requirements of the pressure test specified later. 3. Pipe Jointing: a Sections of polyethylene replacement pipe shall be assembled and joined on the job site above the ground. Jointing shall be accomplished by the heating and butt -fusion system in strict conformance with the manufacturer's printed instructions. AW The butt -fusion system for pipe jointing shall be carried out in the field by W9 operators with prior experience in fusing polyethylene pipe with similar equipment using proper jigs and tools per standard procedures outlined by the pipe manufacturer. These joints shall have a smooth, uniform, double .. rolled back bead made while applying the proper melt, pressure, and alignment. It shall be the sole responsibility of the Contractor to provide an acceptable butt -fusion joint. All joints shall be made available for .-• inspection by the Engineer before insertion. The replacement pipe shall be joined on the site in appropriate working lengths near the insertion pit. The maximum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any one time shall be 600 linear feet. For situations where the replacement pipe is not pulled all the way to the "W manhole or if it is impossible to pull the missle all the way through, the following shall apply: At the direction of the Engineer, a 12°-18" full circle steel clamp shall be utilized to connect segments of the HDPE pipe. ASC - 10 WM PART DA - ADDITIONAL SPECIAL CONDITIONS -- 4. New Pipe Installation: •r a. Thread winch cable or chain and associated lines through sewer section to be rehabilitated. Keep lines away from pedestrian and vehicular traffic. b. Existing manholes may be used for launch and receiving access. Remove manhole invert and bottom as required. Pull winch chain through sewer section and attach to cutter and machine head. Lower into launching manhole, apply winch tension pulling the cutter and head into the sewer until the rear of the machine is flush with the manhole wall. Attach steel starter pipe and advance assembly until the rear of the steel starter pipe is flush with the manhole wall. Lower hydraulic jack into the manhole and align. Insert new pipe by simultaneous operation of the jack and winching the cutter and head forward. 5. Anchoring New Pipe and Sealing Manholes: a. After the new pipe has been installed in the entire length of the sewer section, anchor the pipe at manholes. The new pipe shall protrude in the manholes for enough distance to allow sealing and trimming. b. Sealing the new pipe at manholes shall not begin for a minimum of ten (10) hours after installation. Provide a flexible gasket connector in the manhole wall at the end of the new pipe, centered in the existing manhole wall. Grout flexible connector in the manhole, filling all voids the full thickness of the manhole wall. C. Restore manhole bottom and invert. ` & 6. Field Testing: a. Low Pressure Air Test of Replacement Pipe: After a manhole -to -manhole section of sanitary sewer main has been pipe burst/crushed and prior to any service lines being connected to the replacement pipe, the pipe shall be plugged at each manhole with pneumatic plugs. The design of the .. plugs shall be such that they will hold against the test pressure without requiring external blocking or bracing. One of the plugs shall have three air hose connections; one for the inflation of the plug, one for reading the air pressure in the sealed line, and one for introducing air into the sealed line. Low pressure air shall then be introduced into the sealed line until the internal air pressure reaches 4.0 psig greater than the average back pressure resulting from any ground water that may be over the pipe. At .. least two minutes shall elapse to allow the pressure to stabilize. The time required for the internal pressure to decrease from 3.5 to 2.5 psig greater than the average back pressure resulting from any ground water that may be over the pipe, shall not be less than the time shown for a given pipe diameter in the following table: `" Carrier Pipe Minimum Elapsed Diameter (inches) Time (minutes) o, 11102104 ASC - 11 .n r PART DA - ADDITIONAL SPECIAL CONDITIONS 8 4 10 5 12 6 15 7 b. Post -Construction Television Inspection of New Pipe: Refer to Special Condition for Post -Construction Television Inspection of Sanitary Sewer. F. MEASUREMENT AND PAYMENT: 1. Pipe Installation: Pipe installation will be measured for payment by the linear foot of pipe actually installed in the various diameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes. Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed. 2. Service Reconnections: Installation of sewer service connections will be measured for payment by each actually reconnected to the installed pipe. Payment will be made for the quantities measured at the unit price per each listed. Payment shall include required excavation and backfill, saddles, flexible connections, and all other incidentals necessary to successfully reconnect sewer service lines to the rehabilitated sewer. Payment shall not include pavement replacement, which if required, shall be paid separately. 3. Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic jet cleaning shall be performed by bucket machines. The payment for such cleaning shall be included in the bid item for Pre -Construction Television Inspection of Sanitary Sewer Lines. 4. By-pass Pumping: The Contractor shall provide diversion for the flow of sewage around the section or sections of pipe designated for rehabilitation. The pumps and by-pass lines shall be of adequate capacity and size to handle all flows. All costs for by-pass pumping required during installation of the pipe shall be subsidiary to pipe enlargement. 5. Subsidiary Work: Any damage to utilities and property, resulting repairs, temporary service costs, etc. shall be borne by Contractor. Repair and/or replacement of fences, sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment will be allowed. 6. Testing: All cost for testing the replacement pipe by a pressure method will be incidental to pipe installation. DA-4 FOLD AND FORM PIPE (OMITTED) DA-5 SLIPLINING (OMITTED) DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT 11102104 ASC - 12 .n so two .. .w f.. Now .. .. "W No PART DA - ADDITIONAL SPECIAL CONDITIONS WW A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, .. and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation, or railroad company, as applicable. B. MATERIALS: on 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI B36.10 and the following: a. Field Strength: 35,000 psi minimum. b. Wall thickness: 0.312 in. minimum (0.5 for railroad crossings). C. Diameter: As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS D1.1. .. 2. Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. Im 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu. ft. of .. fine sand with sufficient water added to provide a free flowing thick slurry. C. EXECUTION 1. Where sewer pipe is required to be installed under railroad embankments or under highways, streets or other facilities in other than open cut, construction shall be performed in such a manner so as to not interfere with the operation of the .. railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site. 2. Pits and Trenches: MW 11102104 ASC - 13 3 PART DA - ADDITIONAL SPECIAL CONDITIONS a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. b. The location of the pit shall meet the approval of the Engineer. C. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place. a. The boring shall proceed from a pit provided for the boring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. b. In unconsolidated soil formations, a gel -forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. Allowable variation from the line and grade shall be as specified under paragraph A.2. All voids between bore and outside of casing shall be pressure grouted. Installation of Carrier Pipe in Casing: a. Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. b. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. ASC - 14 r s .. XW o. Mr ow MW ow r. "W MW .n .. PART DA - ADDITIONAL SPECIAL CONDITIONS C. The Contractor shall prevent over -belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. d. At all bored, jacked, or tunneled installations, the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe. The backfill material will not be required unless specified on the plans and specified by the Engineer. e. Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. 5. Boring and Jacking Ductile Iron Pipe without Casing Pipe: a. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe. .. b. When a casing pipe is not designated on the drawings, the contractor shall provide a casing pipe if necessary to achieve line and grade. Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. C. Bore and jack in accordance with paragraph C.3. above. d. Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted. IN 6. Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory .e than jacking or boring, or when shown on the plans, a tunneling method may be used, with the approval of the Engineer or railroad/highway officials. .. a. When tunneling is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. `b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud -jacked. C. Access holes for placing concrete shall be space at maximum intervals of 10 feet. D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe, complete in place. Such measurement will be made 11102104 ASC - 15 PART DA - ADDITIONAL SPECIAL CONDITIONS between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials' required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract •�• Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately. DA-7 TYPE OF CASING PIPE 1. WATER: s No The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: A. For the inside and outside of casing pipe, coal -tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non - concrete pipes when installed in casing. Installation shall be as recommended by the manufacturer. 2. SEWER: Aw ow AW ,.r 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. aw 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. 4W DA-8 SERVICE LINE POINT REPAIR / CLEANOUT REPAIR (OMITTED) A. GENERAL: The work covered by this item consists of furnishing all labor, material, ow equipment, supervision, etc. necessary to construct a point repair on the portion of a service line located within a utility easement, street right-of-way or on private property. Point repairs on private propertv shall oniv be addressed after the Contractor has received .w written permission from the propertv owner to do the work. A blank Right -of -Entry Agreement form to be completed by the Contractor and the individual property owners is 11/02/04 ASC - 16 r. V" PART DA - ADDITIONAL SPECIAL CONDITIONS 0.0 included at the end of this section. The Contractor shall keep a record copy of all Right - of -Entry forms obtained and have it on hand at all times during construction. The street addresses and approximate location of service line repairs are shown in Table _ and the Field Survey Forms in Attachment _. It shall be the Contractors responsibility to accurately field locate the exact point of repair. B. MATERIALS: The pipe replacement material shall be gasketed joint, gravity PVC sewer pipe (ASTM D- 3034, SDR 26) and have a minimum cell classification of 12454 A or B as defined in ASTM D-1784. Installation shall be in strict compliance with the manufacturer, recommendations and the Uni-Bell Plastic Pipe Association. The method of jointing the ends of the replaced pipe with the existing pipe shall be water tight. C. EXECUTION: 1. After the location of the point repair is determined, the Contractor shall excavate and remove the damaged pipe and replace with new pipe. The minimum length of .., pipe replaced shall be three (3) feet. All work shall be performed by a licensed plumber. Determine whether additional lengths of line beyond "minimum length" criteria need replacement. Report need for additional replacement to City and obtain approval before proceeding. 2. The Contractor shall excavate, shape the bottom of the trench and place the required pipe bedding so that the grade of the replaced pipe matches the existing " service line grade. 3. Numerous service line point repairs along with lateral line point repairs and obstruction removals are located in areas which in many instances will require the removal of existing landscaping, structures, sidewalks, driveways, etc. Items removed or disturbed shall replaced or restored to original conditions or better. 4. Removal of Debris: Excess excavated material and debris are to be removed from the work site daily. Cost of hauling excess excavation and debris is to be included �,. in the price bid for "Service Line Point Repair". 5. Roof and Yard Drains: At the locations indicated in Table _ of the Attachments. �. The Contractor shall disconnect roof and yard drains from the sanitary sewer service line. For yard drains, the Contractor shall excavate and remove the drain from the yard and plug the line at the property line. For roof drains, the Contractor shall remove the downspout from the drain line and plug the line to prevent inflow. VIM In addition, the Contractor shall install an elbow fitting at the bottom of the downspout to direct runoff, away from the building, and a concrete splash pad to prevent erosion. 6. Disconnected Service Lines: At the locations indicated in Table_ of Attachments to the Special Contract Documents, the Contractor shall remove the service line no longer in use by excavating at the property line and plugging the service line. 4. 1 1/02/04 ASC - 17 ,. E 11102104 PART DA - ADDITIONAL SPECIAL CONDITIONS 7. Abandonment of Point Repair: If a pipe is exposed and found in good condition, not requiring a point repair, notify City Engineer who will record abandonment of point repair. a"' Backfill the excavation, replace pavement or sidewalk and repair and seed or sod unpaved areas. 8. Ceeanout Repair: The Contractor shall make appropriate repairs to cleanouts as indicated in Table _ and as shown on the PLANS. All cleanout repair work shall W be performed by a licensed plumber. a. General ow This special condition describes the repair of sanitary sewer cleanouts located on private property as designated on the 1/1 Elimination Repair plans. Repair of the cleanouts shall consist of replacing defective cleanout caps or installing new caps where none exist, such that inflow is eliminated. There will be no repairs made to the existing cleanouts that require excavation, other than what is required to expose the top of the cleanout so that the new caps can be installed. b. Materials +� Replacement cleanout caps shall be Dal -Caps as manufactured by Dallas Specialty & Mfg. Company, or equal. The rubber caps are held down by stainless steel clamps. C. Excavation 1) The Contractor shall submit shop drawings on all materials and equipment to be installed_ 2) The Contractor is responsible for obtaining right of entry from the property owners prior to performing any work. Property owners should be notified 48 hours in advance of any work on their property. .. 3) The Contractor shall restore any disturbed surface to its original or better condition at no separate pay. W MEASUREMENT AND PAYMENT: .a. 1. Payment for service line point repair shall be on a unit price basis for each repair performed on all sizes of service lines for the respective depths. The minimum length of service line point repair shall be three (3) feet. No separate pay if the work is done within the limits of a service line reconnect as defined in Special Condition, D-28, "Sanitary Sewer Services". 2. Measurements for extra length repair is on a linear foot basis for repairs in excess of the minimum 3 foot replacement length. ASC - 18 +� .. PART DA - ADDITIONAL SPECIAL CONDITIONS N. 3. All pipe fittings, adapters, concrete collars, bedding, and removal and replacements of grass sodding required shall be considered incidental to service .o line point repair. 3. If no pay item is included for any work required to properly complete a service line point repair as specified, the cost to perform said work, including any required removal and replacement of materials, shall be considered incidental to the service line point repair. 5. Depth of Bury is to be measured from Natural Ground Level to the Flow Line of the Sanitary Sewer Service Line at the Point of Replacement. The minimum trench width shall be 3'-0". 6. All excavation, backfill, removal and replacement of grass sodding and landscaping, plugs, fittings, and splash pads shall be considered incidental to removal of yard drains, disconnecting roof drains and plugging disconnected service lines. ,. 7. No separate payment will be made for the Contractor to obtain written permission to enter private property. 00 8. Payment will be made for Abandonment of Point Repairs at the Contract Unit Price for Excavation and Backfill Abandoned Point Repairs. 9. Payment shall be made at the Contract Unit Price for each sanitary sewer cleanout .. successfully repaired. Payment shall be full compensation for all materials, equipment, and labor required to perform the work. "a DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL: 1. Scope: This section governs all work, materials and testing required for the application of interior protective coating. Structures designated to receive interior coating are listed on the construction drawings. The structures are to be coated, including interior wall, top and bench surfaces. Protective coating for corrosion protection shall meet the requirements of this Specification (and items DA-14 and .. DA-15) and the Manufacturers recommendations and specifications. 2. Description: The Contractor shall be responsible for the furnishing of all labor, .. supervision, materials, equipment, and testing required for the completion of protective coating of structures in accordance with manufacturer's recommendations. 3. Manufacturer's Recommendations: Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. 4. Corrosion Protection: Corrosion protection may be required on all structures where high turbulence or high 1-12S content is expected. 11102104 ASC - 19 A Lei PART DA - ADDITIONAL SPECIAL CONDITIONS MATERIALS: 1. Scope: This section governs the materials required for completion of protective coating of designated structures. 2. Protective Coating: The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. or a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement (If required for leveling or filling): The specialty cement -based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification: The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows: Property Standard Long Term Value Tensile Strength ASTM D-638 5,000 psi Flexural Stress ASTM D-790 10,000 psi Flexural Modulus ASTM D-790 550,000 psi 5. Mixing and Handling: Mixing and Handling of specialty cement material and protective coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. EXECUTION: 1. General: Protective coating shall not be installed until the structure is complete and in place. 2. Preliminary Repairs: a. All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). b. All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application. It s "0 .o ow e9 ow Aw ow .. am 11/02/04 ASC - 20 .. ftw PART DA - ADDITIONAL SPECIAL CONDITIONS C. After all repairs have been completed, remove all loose material. ,o 3. Protective Coating: a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The top of the .. structure shall also be coated. b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and .. matter. 2) Place covers over the invert to prevent extraneous material from .w entering the sewers. 3) If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 .. inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the walls are coated, the wooden bench covers shall be removed. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application. 4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Section D-36 - VACUUM TESTING OF SANITARY SEWER MANHOLES. D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Pressure grouting, if necessary to stop active infiltration prior to application of the protective coating, shall be included in the above unit price, Grouting of the pipe seals, bench and trough, and lower portion of a particular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION. DA-10 MANHOLE REHABILITATION 11102104 ASC - 21 PART DA - ADDITIONAL SPECIAL CONDITIONS A. GENERAL 1. Scope. This section covers the rehabilitation of sanitary sewer manholes and other appurtenances in accordance with the Manhole Rehabilitation Details in the specifications. The rehabilitation requirements for each manhole are listed in the Manhole Rehabilitation Schedule in the specifications. Manhole rehabilitation includes repairing, replacing, or restoring manhole frame & cover, frame seal, chimney, corbel, wall, bench, invert and/or pipe seal(s). The Contractor shall furnish all labor, supervision, materials, equipment and testing required to complete the rehabilitation of the manholes listed in these Contract Documents. 2. General: Contractor is responsible for locating all manholes scheduled for rehabilitation. Contractor shall notify City Engineer if a manhole cannot be located. Contractor shall contact City Engineer to determine if materials removed from rehabilitated manholes will remain the property of the Owner. If so, Contractor shall coordinate when and where to deliver salvaged material to the Fort Worth Water Department. If not, Contractor shall be responsible for disposal of material. Contractor shall provide watchmen, barricades and warning signs to protect his workers, —, inspectors, and the public. Contractor shall, at no additional cost to the Owner, replace any portion of an existing manhole that is damaged during rehabilitation of the manhole. Contractor shall provide necessary means to prevent wastewater flow from contacting r material used for rehabilitation prior to fully curing. Loose and broken brick and mortar shall be removed immediately from the manhole to eliminate the possibility of pieces entering the sewer lines. 3. Submittals: a. Product Information. Contractor shall submit manufacturer's information on products proposed to be used that are not specifically named in the Contract Documents. .. b. Personnel Qualifications. Prior to starting manhole coating, Contractor shall submit qualifications of personnel that will be performing wall repairs and coating procedures. Proposed personnel shall verify certification within the last two years .m by the coating manufacturer and verify working on at least three projects with similar coating within the previous 12 months. c. Work Schedule. Prior to beginning work on bench and invert replacements, complete manhole replacements, or construction of new maintenance manholes, Contractor shall submit for review by Owner's Representative a plan for JW maintaining wastewater flow without any interruptions. Contractor shall maintain wastewater flow at all times. 4. Quality Assurance. Contractor will be responsible for all testing laboratory services in 1W connection with data required for review of materials proposed to be used in the Work. Contractor shall obtain Engineer's acceptance of the testing laboratory before having services performed and shall pay for all costs for testing. Owner may, at his discretion, aw perform quality control tests on materials during and after their incorporation in the 11102104 ASC - 22 00 .. PART DA - ADDITIONAL SPECIAL CONDITIONS Work. If any of these tests fail, Contractor will be responsible for correcting situation and shall pay for any retest. All costs for quality assurance testing will be subsidiary to the Work. s 5. Delivery, Storage, and Handling. Upon delivery, all material shall immediately be stored and protected until installed in the Work. All material shall be labeled and stored in accordance to the manufacturer's recommendations and all local, state, and federal .. regulations. i M .. ow %No w Wr 6. Testing. All rehabilitated manholes shall be tested in accordance with Section D-63. B. MATERIALS 1. Cleaners: Water Clean and free from deleterious substances. Cleaners Detergent, muriatic acid or approved equal. 2. Wall, Bench, Trouqh, Groutinq, and Pige Seal Repair Hydraulic Cement Strong -Seal Plug, Penny Grout, IPA "Octocrete", or approved equal. Quick -setting Mortar Strong -Seal QSR, Rapid Set, or approved equal. Urethane Gel Grout Scotch -Seal "5610 and 5612" or approved equal. Cementitious Grout Material Sauereisen Cements "F-100 Grout" or approved equal. Activated Oakum 3M Scotch Seal "5600" or approved equal. Two -Part Epoxy Adhesive Coating American Chemical Corp. "Aquatapoxy" or approved equal. Concrete Bonding Agent ThoroSeal "Acryl 60" or approved equal. Concrete Material in accordance with City of Fort Worth Water Department General Contract Documents. 3. External Manhole Coatinq Coal Tar Tnemec "46-450 Heavy Tnemecol", Kop Coat "Bitumastic Black Solution", or approved equal. 4. Internal Manhole Coatings Non-cementitious Sprayroq "Spray Wall" or Raven 405. Cementitious Standard Cement Materials "Reliner MSP" or Quadex "QM-1 s". 5. Frames. Covers, and Inserts Manhole Frames and Covers McKinley "Type N with indented top", Neenah "R1726A", or approved equal. Watertight Manhole Frames and Neenah "R1915-E, Type L" or approved 11102104 ASC - 23 a► PART DA - ADDITIONAL SPECIAL CONDITIONS Covers Manhole Insert — Polyethylene Manhole Insert - Stainless Steel 6. Fiberglass Manhole Liner 7. PVC Lined Concrete Wall Reconstruction 8. Joint Material Adjustment Rings Bitumastic Gasket Material Bitumastic Trowelable Material 9. Miscellaneous Root inhibitor C. EXECUTION equal. Corrosion -proof high density polyethylene, 1/8" thick in accordance with Fort Worth Water Department General Standards E100- 4. Southwestern Packing & Seals, Inc., "TetherLok". Material in accordance with Section DA-15 of these specifications. Material in accordance with Section DA-16 of these specifications. Single -piece, precast concrete, ASTM C478, 2" min. thickness. RAM-NEK, EZ-STIK or approved equal. GS-702 compound or approved equal. Dichlobenil 2,6 - dichlorobensonitrile, or approved equal. 1. Inspection. Prior to beginning the Work on a manhole, the Contractor shall inspect the manhole and notify City Engineer if actual conditions are in conflict with Manhole Rehabilitation Schedule. After City Engineer revises schedule, Contractor shall commence with Work. 2. Manhole Rehabilitation Repairs. Each manhole listed in the Manhole Rehabilitation Schedule will be repaired with at least one of the following repair methods. The requirements for each repair shall be completed as described in this section and as indicated on the Manhole Rehabilitation Details in the specifications. a. Cover/Frame/Frame Seal Replacement. 1) Paved Areas: Make square full depth saw cut and remove the pavement to expose the entire manhole frame and exterior of manhole a minimum of 6 inches below the top of the structurally sound structure, keeping trench sides as vertical as possible. Remove the pavement by breaking out from saw cut toward the manhole to avoid breaking the frame. Non -paved Areas: Excavate adjacent to the manhole to expose the entire frame to a minimum depth of 6 inches below the top of the structurally sound structure, keeping trench sides as vertical as possible. Limit excavation to a 6-foot by 6-foot working area. 2) Remove and replace the existing frame, cover, and sealing material. Furnish bolt down frame and cover, if required by Manhole Rehabilitation 11102104 ASC - 24 40 w an a� .r aw MW .0 w am wM am .. PART DA - ADDITIONAL SPECIAL CONDITIONS r. Schedule in the Specifications. If grade rings are broken, deteriorated, or loose, Contractor shall notify Engineer prior to placing manhole frame. Also, if manhole contains brick grade adjustments on top of concrete corbel ,o or chimney, Contractor shall replace the brick grade adjustments with precast concrete rings in accordance with manhole grade ring replacements. 3) Clean exposed interior and exterior surfaces of the existing chimney and inspect .for reuse. Wire brush and apply a concrete bonding agent and quick setting hydraulic cement to the top surface of the manhole to provide a smooth surface prior to installing new grade rings and bitumastic material. 4) Surfaces between the frame, adjustments, and corbel sections shall be free of dirt and debris. Bitumastic gasket material (minimum '/2 inch thick) shall be placed in two concentric rings along the inside and outside edge of •r each joint or use bitumastic trowelable material. Butt joints of the two rows of bitumastic material shall be positioned opposite of each other. No steel shims, wood, stones, or any material not specifically accepted by the .. Engineer may be used to obtain final surface elevation of the manhole frame. .. 5) In paved areas, frames shall be installed so the top of the casting will conform to the slope and finish elevation of the paved surface. Allowances for the compression of the bitumastic material shall be made to assure a proper final grade elevation. Manhole rims in parkways, lawns, or other improved lands shall be at an elevation not more than one (1) inch nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the manhole frame for not less than three (3) feet each direction to existing ground elevations. I., am .. 6) In drainage areas, frames shall be installed so the top of the casting will be at the same elevation that existed prior to rehabilitating the manhole. 7) If the inside diameter of the manhole is too large to safely support new grade adjustments or frame, the corbel shall be replaced or a flattop installed prior to placing frame. 8) The exposed, exterior surfaces of manhole corbel, chimney, and frame shall be wire brushed and coated with two coats of coal tar, 14 mils DFT. The grade adjustments shall be wrapped with a 6 mil polyethylene sheet. 9) In unpaved areas, backfill with excavated material and compact with mechanical equipment. In paved areas, backfill with granular material meeting requirements of Item 402 and Section E1-2 to the limits shown on figures in Section H. 10) A concrete collar shall be constructed in accordance with Figure 121. Concrete collars will be required on rehabilitated manholes and new replacement manholes as listed in the manhole rehabilitation schedule. 11102104 ASC - 25 UW PART DA - ADDITIONAL SPECIAL CONDITIONS Construction of concrete collar will be paid for separately for each manhole and shall include surface restoration (including seeding/sodding) and permanent pavement repair. Repair of pavement outside of 4 foot by 4 foot concrete collar shall be equal to or superior in composition, thickness, etc., to existing pavement and/or as detailed in the Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 1 through 5. Non-standard concrete collars shall be constructed at locations authorized by the Engineer. b. Reseating/Sealing of Existing Frame - Work shall be done in accordance with Section D-27, with the exception that the existing frame shall be reused. The frame and cover shall be inspected for any defects and notify the Owner's representative if it is damaged or deteriorated. All scale, dirt, and debris shall be removed from the existing casting with a wire brush. .. a. Grade Adjustment - All Work shall be done in accordance with Section D-27, with the exception that the existing frame shall be raised or lowered to surrounding surface elevations in accordance with the Grade Adjustment Detail. 1) In brick manholes, remove and replace the defective chimney up to a maximum of 24 inches below the frame. If chimney is defective below 24 inches, Contractor shall notify Engineer prior to completing manhole •. rehabilitation. 2) Existing defective concrete grade ring adjustments and all brick or block adjustments shall be replaced with precast concrete adjustment rings. 3) Where partial manhole replacement is required on the Manhole Rehabilitation Schedule, the following shall apply: a) The extent of partial manhole replacement shall be based on the depth of deterioration as determined by the Owner's "' Representative. The remaining structure shall be capable of supporting the newly constructed portions of the manhole. .. b) Excavate the work area to expose the entire depth of deterioration in the existing manhole to a minimum depth of 6 inches below the top of structurally -sound structure. c) Perform reconstruction to allow easy access into the manhole. No more than 12 inches of depth of precast concrete grade adjustment rings shall be allowed to obtain proper grade. Perform reconstruction in accordance with the Partial Manhole Replacement Detail. d) Seal manhole joints in accordance with Section D-27. e) Precast corbel or barrel sections may be used as necessary. The ' diameter of the precast sections shall be consistent with the existing ASC - 26 PART DA - ADDITIONAL SPECIAL CONDITIONS t, remaining structure. Place a flattop section on existing manhole structure prior to setting precast sections. Flattop sections shall not overhang existing manhole structures by more than 6 inches. If the .o clearance from the underside of the proposed flattop to the manhole invert is less than 4 Y2 feet, the manhole shall be completely replaced. f) Partial Manhole Replacement shall also include replacement of frame, cover, and sealing of frame and grade adjustments. .. g) Remove all debris from reconstruction from the manhole and dispose of properly. aw d. Interior Manhole Coating - Interior manhole coating shall meet the requirements of Section DA-12, DA-13, DA-14, DA-15, DA-16 and DA-17. + e. Bench and Invert Rehabilitation 1) Remove existing deteriorated bench and invert material to solid material. Care shall be taken to avoid allowing broken pieces of brick and mortar to enter the sewer lines. 2) Apply concrete bonding agent and quick setting concrete to form a smooth surface and continuous invert with the sewer pipe. New bench and invert shall be formed in accordance with repair Bench and Invert Rehabilitation Detail. .. f. Bench and Invert Replacement 1) Remove the existing bench and trough completely. If the existing trough is No formed of sewer pipe laid continuously through the manhole, special care shall be taken to ensure that the pipe seal and the sewer pipe to remain is not damaged. Contractor shall, at no additional cost, replace any portion of the existing manhole or sewer pipe to remain that is damaged during bench and invert replacement. .., 2) Install new bench and trough with Class A concrete in accordance with repair detail. Surface shall be troweled smooth and the invert of the trough shall form a continuous smooth flow path from pipes entering the manhole to where they exit. The bench and invert shall form a watertight seal with the manhole wall, pipe, and bench/trough area. 11102104 3) If the manhole base is deteriorated or nonexistent, the minimum thickness of the bench/trough shall be six inches. g. Removal of Existing Manhole - Work shall be conducted as specified in Section D- 29. h. Construct New Manhole 1) Completely remove the existing manhole structure. ASC - 27 u 4 PART DA - ADDITIONAL SPECIAL CONDITIONS 2) Construct new manhole in accordance with Section D-27 of these specifications. Connect to existing sewers using flexible couplings. am 3) Contractor shall maintain existing wastewater flows at all times. Contractor shall submit a plan for maintaining wastewater flows to the Engineer prior to beginning work. -} Pressure Grout Pipe Seals, Bench and Trough, and Lower Portion of Manhole 1) All work shall be done in accordance with Section DA-19 of these specifications. 2) Remove all foreign materials from the manhole walls around the pipe seal .. and within the pipe seal itself, including all loose and protruding brick, mortar and concrete. Stop active leaks using products specifically for that purpose. qW 3) Remove deteriorated area of the pipe seal to sound material. Apply bonding agent to area and place hydraulic cement to fill voids to form a watertight seal around pipe. 4) Drill holes around the pipe seal, bench/trough and lower portion of the A, manhole and inject urethane gel grout into holes in accordance with repair detail. Activated oakum rope shall be used to fill the injection hole after removal of the grouting probe. Patch the injection hole with hydraulic cement and apply a water resistant two-part epoxy coating to the patch. Clean all grout from interior of manhole. j. Manhole Step Removal - Remove existing manhole steps and fill voids with hydraulic cement in accordance with repair detail. k. Patch Holes - Clean and remove loose debris from holes to be patched. Apply —' bonding agent to surface of holes and fill voids with hydraulic cement in accordance with repair Patch Holes Detail. I. Watertight Manhole Insert - Install watertight gasketed manhole inserts as specified in Fort Worth Water Department Standard E100-4. er m. Grout Flattop to Wall Joint - Injection holes shall be drilled through the manhole at 90 degree angles from each other within 4 inches of the bottom of the flattop. Provide additional holes near observed defects, if necessary. Urethane gel grout shall be injected through the holes under pressure with a probe designed for this purpose. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grouting from the ground surface will not be allowed. Grout travel shall be verified by observation of grout at defects or adjacent injection holes. Provide additional injection holes, if necessary, to ensure grout travel. Injection holes shall be cleared with a drill and patched with a waterproof quick setting mortar. The flattop to wall joint shall be pressure washed, ' cleaned, filled with a non -shrink grout, and finished smooth. ASC - 28 a► PART DA - ADDITIONAL SPECIAL CONDITIONS no am. n. Fiberglass Manhole Insert - Work shall be conducted as specified in Section DA-18. o. PVC Lined Concrete Wall Reconstruction - Work shall be conducted as specified in Section DA-19. p. Point Repair to Replace Sewer Line, 6"-15" Diameter - This item shall apply at those locations indicated in the Manhole Rehabilitation Schedule and those additional locations authorized by the Engineer. The Contractor shall excavate adjacent to the manhole to uncover the damaged sewer pipe. This pipe shall be carefully removed from the manhole to the first sound joint (maximum of 5 feet) of pipe. This pipe shall be replaced with SDR 35 PVC pipe of the same nominal size. This pipe shall be connected to the existing sewer using flexible connectors approved by the City. The connection of the new pipe to the manhole shall be made using flexible gaskets meeting the requirements of ASTM C-923, grouted .• into the manhole wall using non -shrink grout. Embedment material shall be installed around the pipe up to the pipe springline. Backfill material conforming to City specifications shall be placed and compacted as required. This item shall .. include surface restoration and permanent pavement repair. q. Bypass Pumping - The Contractor shall furnish and operate pumping equipment and piping as required for bypass pumping necessary to complete any manhole replacement or rehabilitation work. D. MEASUREMENT AND PAYMENT s 1. Frame and Cover Replacement: Payment for installation of new manhole frames and covers shall be based on the Contract unit price and the actual quantity w installed. The Contract unit price shall be full payment for the new manhole frame and cover, excavation, installation of the manhole frame and cover, minor grade adjustment, backfill, and demolition and disposal of waste materials. 2. Grade Ring Replacement: Payment for installation of new grade rings shall be based on the Contract unit price and the actual quantity of new grade rings ,. installed. The Contract unit price shall be full payment for the new grade rings. All costs for installing and sealing grade rings shall be included in the applicable Contract unit price for sealing of frame and grade rings. 3. Paved Frame and Grade Adjustment Sealing: Payment for sealing manhole frames and grade adjustment rings in paved areas shall be based on the Contract unit price and the actual number of manholes where sealing of the manhole frame and/or grade adjustments in paved are required. The Contract unit price shall be full payment for excavation, pavement removal, sealing materials, installation of grade rings, sealing, minor grade adjustment, backfill, and demolition and disposal of waste materials. 4. Non -Paved Frame and Grade Adjustment Sealing: Payment for sealing manhole .m frames and grade adjustment rings in non -paved areas shall be based on the Contract unit price and the actual number of manholes where sealing of the 11102104 ASC - 29 w U0.. L11102104 PART DA - ADDITIONAL SPECIAL CONDITIONS manhole frame and/or grade adjustments in non -paved are required. The Contract unit price shall be full payment for excavation, sealing materials, installation of grade rings, sealing, minor grade adjustment, backfill, surface restoration, and demolition and disposal of waste materials. 5. Interior Manhole Coating: Payment for interior manhole coating shall be based on the Contract unit price where interior manhole coating is applied. The Contract unit price shall be full payment for surface preparation, interior coating of the corbel, wall and bench, and cleanup. 6. Pressure Grout Pipe Seals, Bench and Trough, and Lower Portion of Manhole: Payment for grouting pipe seals, bench and trough, and lower portion of the manhole shall be based upon the Contract unit price and the actual quantity of manholes where pipe seals, bench and trough and lower portion of the manhole were grouted. The Contract unit price shall be full payment for the preliminary repairs, rehabilitating the pipe seals, grout material, installation of the grout materials and cleanup. 7. Bench and Invert Rehabilitation: Payment for bench and invert rehabilitation shall be based upon the Contract unit price and the actual number of manholes where the bench and invert were rehabilitated. The Contract unit price shall be full payment for materials and bench and invert rehabilitation. 8. Bench and Invert Replacement: Payment for bench and invert replacement shall be based upon the Contract unit price and the actual quantity of manholes where the bench and invert were replaced. The Contract unit price shall be full payment for materials, installation of materials, and demolition and disposal of waste materials. 9. Patch Holes: Payment for patching holes shall be based upon the Contract unit price and the actual number of manholes that. were patched. The Contract unit price shall be full payment for surface preparation, patching of the holes, and cleanup. This item is allowed for payment only when it is included in the Manhole Rehabilitation Schedule. Patching holes prior to interior coating of manholes is not a pay item. 10. Manhole Step Removal: Payment for manhole step removal shall be based upon the Contract unit price per manhole and the actual number of manholes that had steps removed. The Contract unit price shall be full payment for removal and disposal of the steps and patching of the voids created by step removal. 11. Watertight Manhole Insert: Payment for watertight manhole inserts of the respective type shall be based upon the Contract unit price and the actual number of inserts of each type installed. The Contract unit price shall be full payment for the watertight manhole insert and installation of the insert in the manhole. 12. New Sanitary Sewer Manhole: Payment shall be made as indicated in Measurement and Payment, Section D-27 in these specifications. This item shall include up to five (5) linear feet of new PVC pipe at each manhole pipe connection and connecting to the existing sewer. ASC - 30 4W up "• 4- W im %. 0 PART DA - ADDITIONAL SPECIAL CONDITIONS 13. Concrete Manhole Collars: a. Paved Areas. Payment for manhole collars in paved areas shall be based on the Contract unit price and the actual quantity installed. The Contract unit price shall be full payment for labor, materials, pavement sawing, excavating and disposal of waste materials. Payment shall not include pavement replacement, which if required, shall be paid separately. b. Non -Paved Areas. Pavement for manhole collars in non -paved areas shall be based on the Contract unit price and the actual quantity installed. The Contract unit price shall be full payment for labor, materials, excavation, disposal of waste materials, and surface restoration. 14. Partial Manhole Replacement: Payment for partial manhole replacement shall be based on the Contract unit price per vertical foot measured from the top of the �► frame to the top of the structurally sound existing manhole. The Contract unit price shall be full payment for furnishing all labor and materials necessary, including excavation and removal of the existing structure, replacement of the frame and cover, installation of new adjustment rings, flattop, corbel or wall sections, sealing, backfilling, and unpaved surface restoration. Payment shall not include pavement replacement, which if required, shall be paid separately. 15. Interior Corrosion Protection: Payment shall be made as indicated in Measurement and Payment, Section DA-9 in these specifications. .. 16. Grout Flattop to Manhole Wall Joint: Payment for grouting the flattop to manhole wall joint shall be based upon the Contract unit price and the actual number of joints grouted. The Contract unit price shall be full payment for all material, labor and cleanup required to complete each joint grouting. 17. Fiberglass Manhole Insert: Payment shall be made as indicated in Measurement and Payment, Section DA-18 in these specifications. 18. PVC Lined Concrete Wall Reconstruction: Payment shall be made as indicated in Measurement and Payment, Section DA-19 in these specifications. 19. Point Repair to Replace Sewer Line, 6" - 15" Diameter: Payment for each point repair shall be based upon the Contract unit price for each manhole connection actually repaired. The Contract unit price shall be full payment for all material, labor, and cleanup required to complete each manhole connection repair. 20. Flattop Replacement: Payment for each flattop replacement shall be based on the Contract unit price for each flattop actually replaced. The Contract unit price shall be payment in full for all labor, material, and cleanup required to complete each flattop replacement. Payment for frame and cover replacement, grade rings, sealing, and concrete manhole collar as required to complete the manhole rehabilitation will be paid for separately at the applicable Contract Unit Prices. s 11102104 ASC-31 wo .8 PART DA - ADDITIONAL SPECIAL CONDITIONS 21. Bypass Pumping: All bypass pumping shall be a subsidiary obligation of the Contractor. All costs for bypass pumping shall be included in the Contract unit price for the items requiring bypass pumping. a DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION A. GENERAL: This item shall govern the preparation of surfaces for manhole rehabilitation. B. CLEANING: rr» 1. Covers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system. 2. All concrete that is not sound or has been damaged by chemical exposure shall be removed from the manhole. Loose and protruding brick, mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them flush with the wall of the manhole. 3. All contaminates including but not limited to: oils, grease, waxes, form release, curing compounds, efflorescence, sealers, salts, incompatible existing coatings, and all other contaminants shall be removed. 4. Surfaces to receive protective coating shall be cleaned and abraded to produce a sound concrete/brick surface with adequate profile and porosity to provide a strong bond between the protective coating and the substrate. All foreign materials shall be removed from the manhole interior using high pressure water spray (3500 psi to 4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. 5. Detergent water cleaning, muriatic acid, and hot water blasting shall be used, if necessary, to remove dirt, oils, grease, and other matter which may prevent a good bond of sealing material to the manhole surface. A mild chlorine solution (household bleach) may be used to neutralize the surface to diminish microbiological bacteria growth prior to final rinse and coating. r+ C. PRELIMINARY REPAIRS 1. All unsealed lifting holes, unsealed step holes, voids larger than approximately one- half (1/2) inch in thickness shall be filled with patching compound at least one hour (1) prior to application of the first spray coat. 2. Active leaks shall be stopped using City approved products specifically for that purpose and according to manufacturer's recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with op City specifications and Section DA-20 - PRESSURE GROUTING. 3. Bench area shall be built up if required to provide a uniform slope from the circumferences to the manhole trough. City approved cementitious patching compounds or epoxy grout as recommended by manufacture shall be used. 11102104 ASC - 32 ON No PART DA - ADDITIONAL SPECIAL CONDITIONS 4. After all repairs have been completed, all loose material shall be removed from the manhole. Contractor shall insure no material is allowed to enter the sewer system. 5. Contractor shall ensure the manhole is clear of all detergents and cleaners and that all active infiltration has been stopped prior to application of protective manhole coatings for rehabilitation. D. INSPECTION Applicator shall carefully inspect all surfaces prior to application of protective coating and shall notify Owner of any noticeable disparity in the surface which may interfere with the proper performance of the repair mortar and protective coating. E. MEASUREMENT AND PAYMENT Payment for Surface Preparation shall be considered subsidiary to the cost for Interior Manhole Coating or Protective Manhole Coating for Corrosion Protection. DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM (OMITTED) DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM (OMITTED) DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM A. GENERAL 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-13, DA-15, DA-16 or DA-17. 2. Description r The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of .nv manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations .. Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 11/02/04 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) inch specialty cement -based coating material ASC - 33 PART DA - ADDITIONAL SPECIAL CONDITIONS (Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. MATERIALS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating The interior coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. 3. Specialty Cement The specialty cement -based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification The interior manhole coating material sprayed onto the surface of the manhole shall be a urethane resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the physical properties as follows: Propertv Standard Lonq Term Value Tensile Strength ASTM D-638 5,000 psi Flexural Stress ASTM D-790 10,000 psi Flexural Modulus ASTM D-790 550,000 psi 5. Mixing and Handling Mixing and handling of specialty cement material and interior coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating IIIIIIIII0 installations. C. 11102104 EXECUTION 1. General ASC - 34 so to s 10 ON r 4W ow 40 s PART DA - ADDITIONAL SPECIAL CONDITIONS Manhole coating shall not be installed until sealing of manhole frame and grade adjustments, or partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule, is complete. 2. Temperature Normal interior coating operation shall be performed at temperatures of 40OF or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the bottom of the frame to the bench, down to the top of the trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. No 1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip), cleaning with muriatic acid, degreaser, or other solvents as needed in order to remove any film or residue on the surface. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) Apply a minimum of one-half (1/2) inch specialty cement product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. 4) Spray the urethane onto the manhole wall and bench/trough with a minimum thickness of 125 mils (0.125 inches). Thickness to be �. verifiable through the use of methods acceptable to the Engineer. 5) Coat trough area with specialty cement product (Quadex QM-1 s or .. Reliner MSP). 1. Testing of Rehabilitated Manholes MW a. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21. .. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment .. and material testing required to complete the work. Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower ,., 11/02104 ASC - 35 PART DA - ADDITIONAL SPECIAL CONDITIONS Lion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or uired to be done by the Engineer, shall be paid for separately at the Contract Unit Price. =RIOR MANHOLE COATING - RAVEN LINING SYSTEM W JERAL Scope This section governs all work, materials and testing required for the application of } interior manhole coating. Manholes designated for interior coating are listed of the Manhole Rehabilitation Schedule, listed in Section I. Interior manhole coating shall meet the requirements of this Section, or of Section DA-12, DA-13, DA-14, DA-16 or , DA-17. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. Manholes W s 6" Manholes to be coated are of brick, block, or concrete construction. All manholes ,PW shall have a minimum of one-half (1/2) specialty cement -based coating material (Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. �r 'ERIALS Scope W section governs the materials required for completion of interior coating of manholes. Interior Coating Raven Ultra High -Build epoxy Coating, a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. Specialty Cement %W w The specialty cement -based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard 40 Cement Materials. ASC - 36 s No PART DA - ADDITIONAL SPECIAL CONDITIONS 4. Material Identification Contractors will completely identify the types of grout, mortar, sealant, and/or root • control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance. These grouting materials shall be compatible with Raven 405 interior coating. The contractor shall be responsible for getting approval from Raven Lining systems and/or the grout manufacturers for the use of these grouting materials. 5. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under aw control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Coating shall be performed only by certified applicators approved by the manufacturers. C. EXECUTION .. 1. General .40 Manhole coating shall not be performed until sealing of manhole from frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2. Temperatures Normal interior coating operation shall be performed at temperatures of 40OF or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating •• a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule. The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough, including the .. bench/trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE RESTORATION. 2) Apply a minimum of one-half (1 /2) inch specialty cement -based product (Quadex QM-1 s or Reliner MSP) smooth surface for the urethane coating material. 11/02/04 ASC - 37 .. PART DA - ADDITIONAL SPECIAL CONDITIONS 3) The surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water. Material shall be spray applied per manufacturer's recommendations with a minimum thickness of 125 mils (0.125 inch). 4) After the walls are coated, the wooden bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required for the walls. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application. 4. Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to touch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brushing the lining material over the area. All blisters and evidence of uneven cover a. shall be repaired according to the manufacturer's recommendations. Spot check of coating thickness may be made by Owner's Representative, and the contractor shall repair these areas as required, at no additional cost to the Owner. b. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 —VACUUM TESTING OF REHABILITATED MANHOLES. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full .■ for performing the work and for furnishing all labor, supervision, materials, equipment all testing necessary to complete the work. Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole low actually grouted. DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER (OMITTED) DA-17 INTERIOR MANHOLE COATING -STRONG -SEAL -SYSTEM (OMITTED) VW DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMITTED) DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMITTED) ar 11102104 ASC - 38 "0 No PART DA - ADDITIONAL SPECIAL CONDITIONS DA-20 PRESSURE GROUTING A. GENERAL 1. Scope. This Section governs all work, materials and testing required for the pressure grouting of manhole defects. Manholes or sections of manholes with active leaks shall be repaired as indicated in the Manhole Rehabilitation Schedule. 2. Description. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of pressure grouting of manhole defects in accordance with the Contract Documents. 3. Manufacturer's Recommendations. Materials, additives, mixture ratios, and procedures utilized for the grouting process shall be in accordance with manufacturer's recommendations. 4. Manholes. Manholes to be grouted are of brick, concrete, or fiberglass construction. 0" A. MATERIALS .. 1 Grouting Materials: a. Urethane Gel Grout: Urethane gel grout, such as Scotch -Seal 5610 gel or equal shall be a hydrophilic polymer. The chemical shall be mixed within the range of from 8 to 10 parts of water and shall contain a reinforcing agent supplied by the same manufacturer. The material shall gel and cure to a tough flexible elastomeric condition. When wet, the gel shall exhibit strength properties of at least 25 psi tensile at 150 percent elongation. The material shall not change in linear dimension more than eight percent when subjected to wet and dry cycles. b. The chemical grout shall be applied so as to have the grout material flow freely into the defects. To avoid any wastage of the material flowing through the defects, a gel control agent may be added. The following properties shall be exhibited by the grout: 1) Documented service of satisfactory performance in similar usage. 2) Controllable reaction times and shrinkage through the use of chemicals supplied by the same manufacturer. The minimum gel set time shall be established so that adequate grout travel is achieved. 3) Resistance to chemicals; resistant to most organic solvents, mild acids and alkali. 4) Compressive recovery return to original shape after repeated deformation. 5) The chemical shall be essentially non -toxic in a cured form. ASC - 39 ,w VO4 PART DA - ADDITIONAL SPECIAL CONDITIONS 6) Sealing material shall not be rigid or brittle when subjected to dry atmosphere. The material shall be able to withstand freeze/thaw and moving load conditions. so 7) Sealing material shall be noncorrosive. a. A reinforcing agent such as Scotch -Seal Brand 5612 reinforcing agent or �. equivalent shall be utilized in accordance with manufacturer's recommendations. Any 5612 reinforcing agent which contains lumps must be discarded. Care must be taken to be sure that the pH of the water in the tank is from 5 to 9. As a precaution against the possibility of the pH being outside this range, take a small amount of water from the tank to which Gel Reinforcing Agent 5612 is to be added. Add a few drops of 5612 to this test sample. Scotch -Seal Brand Gel Reinforcing Agent 5612 should disperse readily. If precipitation occurs, drain the tank and retest. Repeat as necessary until dispersion occurs. If dispersion does not occur, do not use the water source. b. A filler material such as Celite 292 (diatomaceous earth) from Johns Mansville or equivalent shall be utilized. The addition of the filler material shall not exceed the quantity specified by the manufacturer, and continuous agitation of the water side of the mixture is required. The filler material may also be utilized as a reinforcing agent in accordance with the urethane gel +� grout manufacturer's recommendations. 1. Additives: Grout additions may be utilized for catalyzing the gel reaction, inhibiting r„ the gel reaction, buffering the solution, lowering the freezing temperature of the solution, acting as a filler, providing strength or for inhibition of root growth. 2. Root Control: A root inhibiting chemical such as dichlobenil shall be added to the chemical grout mixture at a safe level of concentration and shall have the ability to remain active within the grout for a minimum of 12 months. r� 3. Material Identification: Contractor shall completely identify the types of grout, mortar, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling: Mixing and handling of chemical grout and forming constituents, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize ,. hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that chemicals or gels produced by the chemicals are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the grout material and additives shall perform the grouting operations. a• EXECUTION ASC - 40 wr nr PART DA - ADDITIONAL SPECIAL CONDITIONS 1. General. Manhole grouting shall not be performed until sealing of manhole frame and grade adjustments, partial manhole replacement, or manhole repairs are .a complete. 2. Preliminary Repairs: a. Seal all unsealed lifting holes, unsealed step holes, voids larger than approximately one-half (1/2) inch in thickness. All cracked or deteriorated material shall be removed from the area to be patched and replaced with Octocrete, as manufactured by IPS Systems, Inc. or equal, in accordance with manufacturer's specifications. no b. Cut and trim all roots within the manhole. 3. Temperature_ Normal grouting operations including application of interior coating so shall be performed in accordance with manufacturer's recommendations. 4. Grouting Material Usage. Grouting of the manhole may include corbel, wall, pipe .. seals, manhole joints, wall to flattop joint, and/or bench/trough. Areas of the manhole designated to be grouted will be directed by the Engineer. If entire manhole is scheduled for grouting, grouting shall include the entire manhole including corbel, wall, pipe seals and bench/trough. Pipe seal grouting shall include all pipe seals in the specified manhole and grouting of the specified manhole including the bench/trough to the maximum height of 18 inches from the crown. No 5. Drilling and Injection: a. Injection holes shall be drilled through the manhole wall at locations indicated in the appropriate detail(s). b. Grout shall be injected through the holes under pressure with a suitable probe. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grout shall be injected through the lowest holes first. The procedure shall be repeated until the manhole is externally sealed with grout. C. Grouting from the ground surface shall not be allowed. d. Grout travel shall be verified by observation of grout to defects or adjacent injection holes. Provide additional injection holes, if necessary, to ensure grout travel. e. Injection holes shall be cleaned with a drill and patched with a waterproof quick setting mortar for brick and concrete manholes. 6. Testing of Rehabilitated Manholes. Testing of rehabilitated manholes for water tightness shall be performed by the Contractor in the presence of the Engineer in accordance with the requirement of Section DA-21, VACUUM TESTING OF REHABILITATED MANHOLES of these specifications. 11102104 ASC - 41 .w PART DA - ADDITIONAL SPECIAL CONDITIONS D. MEASUREMENT AND PAYMENT If the entire manhole is grouted, the Contract Unit Price shall be per vertical foot grouted as +" indicated on the Manhole Rehabilitation Schedule included in these specifications or as required by the Engineer. Payment for grouting pipe seals, bench and trough, and 18 inches above crown of pipe, and grouting flattop to wall joint, shall be based on the Contract Unit Price per each manhole rehabilitated as indicated on the Manhole Rehabilitation Schedule. The Contract Unit Price a. shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment, preliminary repairs and testing necessary to complete the work including grouting with urethane grout. DA-21 VACUUM TESTING OF REHABILITATED MANHOLES A. GENERAL 11102104 Scope. This section describes manhole testing to effectively confirm the watertight integrity of existing manholes following structural ,infiltration and inflow related repairs and that the appearance of the work is acceptable. Description: s Infiltration may be observed in manhole defects at manhole walls, pipe seals or bench/trough areas. Infiltration related repairs are intended to eliminate leakage of so groundwater into manholes. Inflow may be observed in manhole defects at manhole frames, covers, frame seals, grade adjustments, grade adjustment seals, corbels, or walls. Inflow related repairs are intended to eliminate sources of surface water entry that become active during rainfall events. Structural repairs may be required when making 1/1 related manhole repairs. Structural repairs may include defects in any manhole components but not displaying 1/1. Testing, Observations and Guarantee Periods: "" The testing required shall be performed by the Contractor at locations designated by the Engineer and documented to the satisfaction of the Engineer. Any new or rehabilitated manholes that are observed to be leaking by the Engineer during periods of high groundwater or during inflow conditions shall be subject to additional repairs. �. The Contractor shall be responsible for all additional repairs required on these unsatisfactory manholes during the guarantee period. All manhole rehabilitation work shall be warranted to be free of defects and of good workmanship for a minimum of three (3) years from the date of final acceptance of the project. Any manhole repairs completed by the Contractor which fail during the warranty a+ period shall be repaired to the satisfaction of the City at no additional cost to the City. ASC — 42 "0 sm PART DA - ADDITIONAL SPECIAL CONDITIONS B. MATERIALS - Not specified. C. EXECUTION Infiltration Testing: All interior coated manholes and all partial replacement manholes shall be observed (tested) by the Contractor in the presence of the Engineer for sources of infiltration. Observations will be made during high groundwater conditions, wherever possible. Manholes shall be tested after installation with all connections (existing and/or proposed) in place. Drop -connections and gas sealing connections shall be installed prior to testing. The lines entering the manhole shall be temporarily plugged with the plugs braced to prevent them from being drawn into the manhole. The plugs shall be installed in the lines beyond drop -connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole (so that the manhole frame seal is tested) and inflated in accordance with the manufacturer's recommendations. A vacuum of 10 inches of mercury shall be drawn, and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. If the drop in the level is less than 1-inch of mercury (final vacuum greater than 9-inches of mercury), the manhole will have passed the vacuum test. After a successful test, the temporary plugs will be removed. The required test time is determined from Table I. Table I MINIMUM TIME REQUIRED FOR A VACUUM DROP OF 1" Hg (10"Hg - 9"Hg) (SEC) DEPTH OF M.H. 48-Inch Dia. 60-Inch Dia. 72-Inch Dia. (FT.) Manhole Manhole Manhole 8 20 sec. 26 sec. 33 sec. 10 25 sec. 33 sec. 41 sec. 12 30 sec. 39 sec. 49 sec. 14 35 sec. 45 sec. 57 sec. 16 40 sec. 52 sec. 67 sec. 18 45 sec. 59 sec. 73 sec. ** T=5 sec. T=6.5 sec. T=8 sec. **For all Manholes over 18 feet in depth, add "T" seconds as shown for each respective ' diameter for each two feet of additional depth of manhole to the time shown for that 18 foot depth. [Example: A 30 (thirty) foot deep, 48 (forty-eight) inch Manhole Total Test Time would be 75.0 seconds. 45.0+6(5.0)=75.0 seconds] (Values listed above are extrapolated from •• ASTM C924-85). Manhole vacuum levels observed to drop greater than 1-inch of mercury (Final vacuum less than 9-inches of mercury) will have failed the test and will require additional rehabilitation. The Contractor shall make the necessary repairs to the already completed rehabilitation work at no additional compensation. If the failure of the vacuum test is determined to be due to preexisting conditions not on the manhole rehabilitation schedule for that manhole, .. this additional work may be authorized by the Owner's Representative. After completion of the additional rehabilitation the manhole shall then be re -tested as described above until a 11102104 ASC - 43 ❑C 11102104 PART DA - ADDITIONAL SPECIAL CONDITIONS successful test is made. Only one payment for manhole vacuum testing will be made on each manhole. Vacuum testing is required on all manholes having interior rehabilitation. Inflow Testing: All partially rehabilitated manholes shall be dyed water tested unless the manhole has successfully passed the vacuum test. Manholes shall be dyed water tested in the presence of the Engineer. The dye test shall consist of applying a concentrated dye solution around the manhole frame. Dyed water shall be applied for at least ten minutes. Manholes observed to be actively leaking greater than one drip per five seconds will have failed the test and will not be acceptable. Manholes failing the test will require additional rehabilitation by the Contractor at no additional compensation. Other Testing: One (1) rehabilitated manhole will be randomly selected for further testing. A laboratory selected by the City will take core samples of wall sections of manholes with wall coatings. Testing of the core samples will be done to evaluate material thickness, compressive strength, flexural strength and slant shear bond strength. The following are the minimum required strengths for cementitious and non-cementitious wall coatings: Compressive Strength. Compressive strength shall conform to ASTM C 495 and C 109 and shall meet or exceed a minimum 28-day break of 4,000 psi. Flexural Strength. Flexural strength shall conform to ASTM C 348 and shall meet or exceed a minimum 28-day break of 1,200 psi. Slant Shear Bond Strength. Slant shear bond strength shall conform to ASTM 882 modified and shall meet or exceed a minimum 28-day break of 2,400 psi. If the manhole tested fails to pass any of these requirements, another manhole shall be selected and tested. If the second manhole fails, the City may, at its option, stop work until the Contractor can provide assurance that testing requirements can be met. Guarantee: Contractor shall warrant that the workmanship and materials are free from defects and that the manholes are sealed from inflow and infiltration for a period of three (3) years from the date of final acceptance of the project. MEASUREMENT AND PAYMENT Payment for manhole vacuum testing shall be made at the Contract Unit Price bid for each Manhole Vacuum Test actually performed and passed and the appearance of the completed manhole is visually acceptable. Payment shall be full compensation for all labor ASC - 44 W Wk ... No .. .. !M. ma. PART DA - ADDITIONAL SPECIAL CONDITIONS and materials necessary to complete each test. No payment will be made for additional vacuum tests or any dyed water testing. Payment for manhole core testing, including all labor and materials necessary to complete each test, shall be made at the Contract Unit Price bid for each Manhole Core Test actually performed and passed. DA-22 FIBERGLASS MANHOLES (OMITTED) DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES (OMITTED) DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to - removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul -off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C. "Type D" mix as per specification No. 300 "Asphalts, Oils and Emulsions", Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities and top soil as per specification item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion. If the contractor fails to complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and �- incidentals necessary to complete the work. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul -off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work. DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE �. 11102104 ASC - 45 r.� PART DA - ADDITIONAL SPECIAL CONDITIONS The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable sub -base. The total depth of excavation could range from a couple of inches to include the surface -base -some sub -base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with "Type D" surface mix. This item will always be used even if no base improvements are required. The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 6". Before the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions", 304 "Prime Coat", and 312 "Hot -Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No. 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0- WIDE (OMITTED) DA-29 BUTT JOINTS — MILLED (OMITTED) DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications, Item Nos. 312 "Hot -Mix Asphaltic Concrete", 300 "Asphalts, Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling -Asphalt Concrete" shall apply to the construction methods for this portion of the project. ar 1. .. ZI Am P" tr -ft W a■ Of e• 11102104 ASC - 46 no i 6 PART DA - ADDITIONAL SPECIAL CONDITIONS - Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field: Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and o* necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot -Mix Asphaltic Concrete", Item No. 104, 'Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non -reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". .� Asphalt base material may be required at times as directed by the Engineer to expedite the work at locations identified in the field. •• The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. .. If the contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. DA-32 NEW 7" CONCRETE VALLEY GUTTER (OMITTED) DA-33 NEW 4" STANDARD WHEELCHAIR RAMP ,� 11102104 ASC - 47 PART DA - ADDITIONAL SPECIAL CONDITIONS The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed `F details, or as directed by the Engineer. The removal of existing substandard wheelchair ramps and sidewalk as required for the Im installation of new wheelchair ramps shall be subsidiary to this pay item. The removal and replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in Pay Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for +* laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR-1). The pay limit will extend from 9" outside the lip of gutter to 15" back from the face of curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk. All applicable provision of standard Specifications Item 104 'Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry -shake type, and shall be used in accordance with manufactures instructions. Concrete stain may be applied after concrete is poured (Product sold by BAER). "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." WA The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to compete the work. DA-34 8" PAVEMENT PULVERIZATION (OMITTED) DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) Aw The following specifications are for the furnishing and placing of reinforced concrete pavement or "' base as shown on detail and as directed by the Engineer. A. GENERAL: No Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except for finishing and curing. .. B. FINISHING: The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The surface shall be flush with the adjacent pavement and shall have a finish similar to the surrounding pavement. The surface shall be even and shall provide a smooth ride. C. CURING: 11102104 ASC - 48 ■m PART DA - ADDITIONAL SPECIAL CONDITIONS The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing compound conforming to the requirements of ASTM C-309, Type 2, white -pigmented compound, which shall not produce permanent discoloration of the concrete. Concrete shall be allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades. D. EXECUTION: Included in this item will be the removal of the existing reinforced concrete pavement. The existing pavement shall be sawed so as to maintain an even, straight pavement cut. The existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before lapping. The following work method will be performed on each utility cut: 1. Place safety signs, barricades and/or other warning devices where necessary and as required. .. 2. Replace pavement to nearest joint. 3. Mark out the damaged area with keel, chalk line or paint being sure to include all areas requiring repair. 4. Saw cut along marked lines a minimum of two (2) inches deep. 5. Remove existing concrete. 6. Form joints and place reinforcing steel and Dowel Bars (as required) according to standard specifications. 7. Place and finish concrete. 8. Clean up job site, removing all debris. 9. Maintain traffic control devices to protect the area until the concrete has cured seven days or concrete reaches 3000 psi compressive strength. E. PAYMENT: Payment shall be made at the unit price per linear foot as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment tools and incidentals necessary to complete the work. DA-36 RAISED PAVEMENT MARKERS All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply. The Contractor shall install standard roadway markers according to city specifications as shown on plan sheet or as directed by the Engineer. Please refer to "Roadway Markers Specifications". 11102104 ASC - 49 .. r PART DA - ADDITIONAL SPECIAL CONDITIONS DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL: r. Where known by the design engineer, the locations of potentially petroleum contaminated material (soil) that may be encountered during excavation and/or construction activities will be shown on the plans. For all locations where material is excavated and suspected of .o being contaminated with petroleum products, whether known or not, these special conditions are to be followed. The contractor is also to follow all applicable Federal. State and Local regulations when handling known or suspect contaminated materials (soils). .. 1. WORK INCLUDED a. Excavation, stockpiling and testing of Potentially Petroleum Contaminated Material. b. Removal, testing, and disposal of petroleum contaminated groundwater. c. Obtaining and paying for required permits. d. Hiring of qualified environmental professional consultant(s). Contractor will be required to submit the environmental consultant's experience and qualifications to the City prior to beginning work in areas of Potentially Petroleum Contaminated Material. e. Hiring of qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fort Worth testing laboratory. The City of Fort Worth's Department of Environmental Management for coordination of laboratory testing. 2. REFERENCES F a. All applicable OSHA regulatory requirements. b. All applicable Environmental Protection Agency (EPA) regulatory requirements. c. All applicable State of Texas regulatory requirements. d. All applicable City of Fort Worth (City) regulatory requirements. e. All applicable NIOSH standards. F f. All applicable TNRCC requirements. 3. SUBMITTALS a. The contractor shall prepare and submit to the City's Department of Environmental Management, Senior Specialist in Compliance, plans for handling Potentially Petroleum Contaminated Material (PPCM) not less than 30 days prior to commencing excavation. .. f. no b. The Contractor shall take necessary precautions while performing this project. •• Contractor shall not commence PPCM work (1) Contractor's submittal for dealing with PPCM is reviewed by the City and (2) the plans (i.e., drawing and description) 11102104 ASC - 50 ■- on PART DA - ADDITIONAL SPECIAL CONDITIONS for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the City (3) and acceptable stockpile area is identified by the Contractor. w, c. Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City. The PPCM Handling Plan shall include the detailed sequence of construction including proposed excavation and handling methods, proposed carriers for 'contaminated materials, waste disposal site, and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC). d. Contractor shall submit actual limits' of PPCM excavation, as prepared by his qualified environmental consultant(s) and testing lab. e. Contractor shall submit for review the proposed carrier pipe material to be used with .. the actual limits of PPCM excavation, including pipe gasket and carrier pipe coating or liner. .M B. PRODUCTS: 1, PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation, including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration. C. EXECUTION: 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Areas suspected of having petroleum contaminated material (soils) are shown in on -� the engineering drawings. b. In areas other than those noted on the plans and where potentially petroleum .. contaminated materials are either detected or suspected, the City of Fort Worth and the Engineer should be notified immediately and the work should proceed in accordance with this section. 2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Care should be taken during all excavation and dewatering activities to identify areas potentially contaminated by petroleum. b. When a petroleum odor is encountered during excavation or when there is visual evidence of potentially petroleum contaminated soil, the Contractor shall notify the Engineer without delay. c. The Contractor shall have retained the services of an environmental consultant who shall be present at the site to screen suspect soil with a photo -ionization detector (PID) or a flame ionization detector (FID). A reading of 20 ppm above ambient conditions or greater on PID or FID tested soil sample will be considered potentially 11102104 ASC - 51 i 11102104 PART DA - ADDITIONAL SPECIAL CONDITIONS petroleum contaminated. The soul sample should be a recent sample from the excavation face. The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid. The City of Fort Worth Department of Environmental Management will be notified prior to all sample collection and submittal to the current testing laboratory identified by the City. The PID or FID tests should be performed in a confined location. Soils producing a reading of less than 20 ppm above ambient will not be considered potentially petroleum contaminated. The PID or FID shall be calibrated according to manufactures instructions. d. Water encountered during excavation or dewatering shall be considered to be potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil that appears visually to be contaminated by hydrocarbons or at any time the Contractor has reason to believe that hydrocarbon contamination may have occurred. The Contractor shall immediately notify the City and the TNRCC whenever contaminated water is encountered. a. The Contractor shall contact the City whenever contamination from any source is suspected. 3 HANDLING POTENTIALLY PETROLEUM CONTAMINATED ,SAIL (PPCS) a. Contractor shall coordinate with the City to determine a suitable location for the stockpiling of contaminated soil. The following procedure shall be followed in preparing the chosen site: 1. Provide a diked enclosure large enough to hold all material and prevent runoff. 2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 3. At the end of each work day, Contractor shall completely cover stockpile with 20 mil plastic. During the day, the Contractor shall keep the stockpile covered, as necessary, to prevent release of contaminated materials due to rain or wind. 4. Sampling and evaluation of materials will be performed at the Contractor's expense. (The City of Fort Worth will provide laboratory services) b. PPCS shall be handled, tested, observing all standard chain -of -custody procedures and sampling preservation and analyses shall conform to published and recognized standards. c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. d. Contaminated soil identified by test results will be disposed of according to DA-36, Loading, Transportation, and Disposal of Contaminated Soil. e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as backfill material, if the soils also meet the Type C or B backfill classifications. 4. HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW) ASC - 52 r r r W r r PART DA - ADDITIONAL SPECIAL CONDITIONS a. Water pumped from the excavation or from dewatering activities that has an oily sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially petroleum contaminated. b. PPCW shall be handled, tested, and discharged in accordance with the TNRCC's appropriate state regulation. PPCW shall be tested no later than 15 days prior to .. extraction. PPCW shall, if necessary, be treated in an appropriately sized oil/water separator, air stripper or GAC canisters. Contractor shall have his testing laboratory determine that the oil/water separator treated discharge is within the limits established by the TNRCC's regulations before being allowed to discharge (discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test reports to the City. c. Alternatively, the Contractor may dispose of contaminated water, after appropriate pretreatment, into the sanitary sewer collection system. It shall be the responsibility of the Contractor to obtain the necessary permit(s) and to perform all testing required by the City of Fort Worth Pretreatment Services Division. d. All treated water shall be discharged into a Contractor supplied Frac Tank, sampled, and analyzed before discharge into the sewer system. e. The product that is recovered shall be disposed of in accordance with all applicable regulations. Any phase separate product recovered from the oiltwater separator and air stripper shall be transported in accordance with Department of Transportation rules and regulations for flammable products. When transporting product for disposal, transportation shall also be performed by a licensed carrier. The Contractor is responsible for proper manifesting of the material from the site to the waste disposal facility. Completed Manifests shall be returned to the City .. Department of Environmental Management within 90 days of shipment. 5. HANDLING VAPOR CONCENTRATIONS a. In order to maintain safe working conditions, the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL). During construction, .. measures should be taken to maintain LEL levels below 20 percent in all working areas. b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a .. LEU02 meter should continuously operate in the working area. The CGI should be properly calibrated and should have an alarm that sounds if 20 percent LEL is reached. Monitoring data from the GCI should be recorded periodically to determine if ventilation or other methods are effective. In the event local health and safety agencies require more stringent monitoring, the local regulations must be implemented. D. MEASUREMENT AND PAYMENT: .. Payment for handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for any permits required, hiring the services of a qualified professional environmental 11/02104 ASC - 53 PART DA - ADDITIONAL SPECIAL CONDITIONS consultant(s), environmental issues, stockpiling and all issues included and incidental to this `r section will be full compensation for all labor, equipment, materials, and supervision. Measurement and Payment for this section will be per cubic yard of trench excavated where the excavated material is handled as a contaminated material. No separate payment will be made for handling of contaminated water, vapor concentrations, sampling, stockpiling, etc. DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL A. GENERAL: MW This item has been established for the loading, transportation and disposal of contaminated soils in a State of Texas approved disposal site (landfill) to handle special wastes (petroleum contaminated soils). A bid item has been established in the proposal for the proper loading, transportation and disposal of the material to a designated site and the quantity established is the engineers best estimate of the quantity that may be removed. This quantity may vary depending upon actual conditions and testing results. The unit price bid will not be increased regardless of the actual amount of material disposed and may be decreased if a larger volume of material, than that listed in the bid proposal, results in a unit cost reduction for disposal. .. B. WASTE MANIFESTS: Any and all non -hazardous liquid and petroleum substance waste removed from the site of generation and transported for treatment and/or disposal must be accompanied by a waste shipment record/manifest detailing required generator, transported, destination and waste description information. These results may not be uniform throughout the entire site. For all .. petroleum substance waste, the waste shipment record utilized shall be the TNRCC PETROLEUM -SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall be responsible for obtaining, originating and maintaining manifests in accordance with federal and state laws. The Contractor shall sign the manifests forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount of waste removed from the site and received by the treatment/disposal facility. The Contractor shall immediately resolve any manifest discrepancies. Completed Manifests shall be returned to the City Department of ■- Environmental Management within 90 days of shipment. C. MEASUREMENT AND PAYMENT: •• Payment for this item shall be made per in place cubic yard of contaminated soils that are loaded, transported and disposed of in an approved special disposal site. No separate payment will be made for loading, transportation and disposal of contaminated ground waters collected; these costs considered subsidiary to DA-37, POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in the .. Contractor's bid submittal and approved by the City of Fort Worth Department of Environmental Management prior to contract award. Contractor shall be responsible for all landfill costs, including, but not limited to landfill fees, transportation costs and landfill operator requested analytical testing and waste characterization. 11/02/04 ASC - 54 •• No PART DA - ADDITIONAL SPECIAL CONDITIONS .. DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC (OMITTED) DA-40 CONCRETE RIPRAP (OMITTED) DA-41 CONCRETE CYLINDER PIPE AND FITTINGS (OMITTED) .. DA-42 CONCRETE PIPE FITTINGS AND SPECIALS (OMITTED) .. DA-43 UNCLASSIFIED STREET EXCAVATION (OMITTED) DA-44 6" PERFORATED PIPE SUBDRAIN (OMITTED) DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the removal and replacement of existing concrete sidewalk due to failure _ or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul -off of the removed material to a suitable dumpsite. For specifications governing this item see Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the removal and replacement work. r DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION (OMITTED) +M DA-47 PAVEMENT REPAIR IN PARKING AREA (OMITTED) DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. no DA-49 HIGHWAY REQUIREMENTS (OMITTED) DA-50 CONCRETE ENCASEMENT sm 11102104 ASC - 55 ,.. MW PART DA - ADDITIONAL SPECIAL CONDITIONS Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITTED) DA-53 OPEN FIRE LINE INSTALLATIONS (OMITTED) DA-54 WATER SAMPLE STATION (OMITTED) DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified. INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three Le thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502. DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of %W .. .. ftw WW r r 11102104 ASC - 56 r. .. PART DA - ADDITIONAL SPECIAL CONDITIONS the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate .. that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. .. 2. Shop drawings shall be submitted for the following items prior to installation: .. a. Water pipe b. Valves c. Fire Hydrants d. Fittings e. Water service line f. Sewer pipe g. Sewer service line h. Manhole inserts i. Manhole covers j. Pipe bursting equipment Additional shop drawing requirements are described in some of the material specifications. .. 3. Address for Submittals - The submittals shall be addressed to the Project Manager: (Project Manager) City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 .. DA-57 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. -w DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ... 11102104 ASC - 57 .. PART DA - ADDITIONAL SPECIAL CONDITIONS All work involving paving and/or drainage shall conform to the two following published specifications, except as modified herein: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION — CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS �- DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP When H.M.A.C. greater than 9 inches in depth is encountered, it shall be replaced with a combination of H.M.A.C. and 2:27 concrete base, as determined by the Engineer, to achieve the required thickness of pavement. No DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M.A.C. driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with H.M.A.C. equal to or better than the existing driveway. DA-61 TOPSOIL aw %W Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and aw Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. ow DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall include raising or lowering an existing meter box to the parkway grade specified .. No payment will be made for adjusting existing boxes which are within 0.001 feet of specified parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box. „ DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the 'W 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 up quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. .. In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I be used on an "emergency" basis only. .. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $200,000 .. (see Options to Renew) shall be awarded with final payment based on actual measured 11102104 ASC - 58 ■' %W ft. PART DA - ADDITIONAL SPECIAL CONDITIONS quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed. It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all change orders. DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which is under the no jurisdiction of the Texas Department of Transportation (Tex -Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein. All work performed in the Tex -Dot right-of-way shall be performed in compliance with and subject to un approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within Highway Right -of -Way" of the General Contract Documents and Specifications, effective July 1, 1978, as amended. no DA-65 CRUSHED LIMESTONE (FLEX -BASE) .. Crushed limestone required for use as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. un DA-66 OPTION TO RENEW (OMITTED) DA-67 NON-EXCLUSIVE CONTRACT (OMITTED) DA-68 CONCRETE VALLEY GUTTER (OMITTED) The unit price bid for this item shall be full compensation for all materials (including applicable sub -base), labor, equipment and incidentals necessary to complete the work. wo DA-69 TRAFFIC BUTTONS The Contractor shall supply all materials and labor necessary to install traffic buttons of the same .. type as were previously installed at locations designated by the Engineer. The buttons to be supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a Type III Epoxy. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. w DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced to match the existing .. striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal. w, 11102104 ASC - 59 .. PART DA - ADDITIONAL SPECIAL CONDITIONS This item shall be considered subsidiary to the various other bid items and shall include all materials, labor, equipment and incidentals necessary to complete the work. No additional compensation will be made for this item. ow DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be aw 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. DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK -FLOW PREVENTER/CONTROL — VALVE AND BOX The relocation and reconnection of sprinkler system control valve and box will be required as • shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. .. A minimum of twenty-four (24) hours advance notice shall be given when service interruption will be required. When the relocation is required, separate payment will be allowed for the relocation of sprinkler back -flow preventer or control valve and box. Payment for all work and material such ON as back -fill, fittings, five (5) feet of PVC Schedule 40 and all material labor, and equipment used by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler back -flow preventer or control valve and box. All other costs will be included in other appropriate bid item(s). 11102104 ASC - 60 my MW No PART DA - ADDITIONAL SPECIAL CONDITIONS .. DA-74 RESILIENT -SEATED GATE VALVES Any resilient -seated gate valves supplied for this contract shall conform to Material Standard .. E1-26, STANDARD SPECIFICATIONS FOR RESILIENT -SEATED GATE VALVES, with the exception of size requirements in sections E-26.1. All resilient -seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. RM DA-75 EMERGENCY SITUATION, JOB MOVE -IN (OMITTED) .. DA-76 1 %" & 2" COPPER SERVICES The following is an addendum to E1-17, Copper Water Service Lines and Copper Alloy Couplings: All fittings used for 1 %" and 2" water services lines shall be compression fittings of the type produced with an internal "gripper ring" as manufactured by the Ford Meter Box Co., Inc., Mueller Company, or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any other type of cutter will not be allowed. Prior to installing the compression fittings, the copper tubing will be made round by the use of a "rounding tube" specifically made for that purpose. Payment for all work and materials associated with 1 '/ " and 2" copper services shall be included in the price of the appropriate bid item. no DA-77 SCOPE OF WORK (UTIL. CUT) (OMITTED) DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) (OMITTED) DA-79 CONTRACT TIME (UTIL. CUT) (OMITTED) DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMITTED) DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMITTED) DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (OMITTED) MW DA-83 PAVING REPAIR EDGES (UTIL. CUT) (OMITTED) r DA-84 TRENCH BACKFILL (UTIL. CUT) (OMITTED) DA-85 CLEAN-UP (UTIL. CUT) (OMITTED) DA-86 PROPERTY ACCESS (UTIL. CUT) (OMITTED) DA-87 SUBMISSION OF BIDS (UTIL. CUT) (OMITTED) 11/02/04 ASC - 61 ar PART DA - ADDITIONAL SPECIAL CONDITIONS DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (OMITTED) DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) (OMITTED) .. DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (OMITTED) DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (OMITTED) DA-92 MAINTENANCE BOND (UTIL. CUT) (OMITTED) DA-93 BRICK PAVEMENT (UTIL. CUT) (OMITTED) DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (OMITTED) DA-95 CEMENT STABILIZED SUBGRADE (UTIL, CUT) (OMITTED) DA-96 REPAIR OF STORM DRAINI STRUCTURES (UTIL. CUT) (OMITTED) DA-97 "QUICK -SET" CONCRETE (UTIL. CUT) (OMITTED) DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (OMITTED) DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (OMITTED) DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMITTED) No aw DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMITTED) No DA-102 PAYMENT (UTIL. CUT) (OMITTED) DA-103 DEHOLES (MISC. EXT.) The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order •• together with a sketch. The location and dimensions shown on the plans relative to other existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, .o existing underground utilities. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the dehole process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities resulting from the Contractor's operations, shall be restored at his expense. so Payment for work such as backfill and all other associated appurtenants required, shall be included in the price of the appropriate bid item. .. DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMITTED) 11102104 ASC - 62 No fto PART DA - ADDITIONAL SPECIAL CONDITIONS DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) .. Care shall be taken to keep all water extensions clean and free from foreign objects. Chlorinated lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe laying, water shall be introduced slowly for sterilization, after which the extension shall be thoroughly flushed with clean water. Risers shall be installed, as directed by the Engineer, for flushing and for providing sample points for bacteria tests. The water main extensions of the project shall be tested under normal line pressure and any leaks observed shall be immediately repaired. DA-106 BID QUANTITIES (MISC. EXT.) (OMITTED) DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMITTED) DA-108 FLOWABLE FILL (MISC. EXT.) 1. Description: The flowable fill material shall be delivered to the site, free flowing and self -leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting. The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu. ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels. The height of free fall of the flowable fill shall not exceed four (4) feet. .. 2. Material Specifications: Foowable fill shall consist of: a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). b. Aggregates meeting ASTM C-33 c. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm Drain Construction Item 406 d. Flyash, Class C or F, meeting ASTM C-618 e. Admixtures 1. Mineral admixtures will be pozzolanic 2. Chemical admixtures shall be in liquid or powder form used in standard ready -mix concrete products unless specifically designed for flowable fill. Permissible types of admixtures are: a. High air generators, as manufactured by Grace Construction Products or approved equal, which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength. b. Air entraining admixtures conforming to ASTM C-260. c. High range water reducers conforming to ASTM C-494 Type F or G. d. Accelerating admixtures conforming to ASTM C-494, Type C. 11102104 ASC - 63 .. DA-109 DA-110 DA-111 DA-112 DA-113 PART DA - ADDITIONAL SPECIAL CONDITIONS 1 2. Non -chloride, non -corrosive accelerators used w are present in concrete or embedded members. Calcium chloride BRICK PAVEMENT REPAIR (MISC. REPL.) (OMITTED) DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMITTED) WORK ORDER COMPLETION TIME (MISC. REPL.) (OMITTED) MOVE IN CHARGES (MISC. REPL.) (OMITTED) PROJECT SIGNS (MISC. REPL.) F Project Signs are required at all locations which will be under construction for more than thirty (30) calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with Figure 30 (dated 9-18-96) of the General Contract Documents. The signs may be mounted on skids or on posts. The exact locations and methods of mounting shall be approved by the engineer. Any and all costs for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. DA-114 LIQUIDATED DAMAGES (MISC. REPL.) (OMITTED) DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMITTED) DA-116 FIELD OFFICE (OMITTED) DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan. A traffic control plan has been prepared and is included in the project plans. The unit price bid for "Traffic control' as shown in the Proposal, will be full payment for all materials, labor, equipment, tools, and incidentals necessary to complete the work. All other requirements of D-8 shall apply. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS (OMITTED) DA-119 DUCTILE IRON PIPE A. GENERAL 1. SCOPE OF WORK Furnish all labor, material, tools, equipment and incidentals required and install buried ductile iron pipe and fittings complete as shown on the Drawings and as specified herein. 2. QUALITY ASSURANCE 11102104 ASC - 64 .. No No .. r No PART DA - ADDITIONAL SPECIAL CONDITIONS a. Manufacturer: Finished pipe shall be the product of one (1) manufacturer. Pipe manufacturing operations (pipe, fittings, lining, coating) shall be .. performed at one (1) location. b. Reference Standards: 1) ANSI/AWWA C104/A21.4 - American National Standard for cement - Mortar Lining for Ductile -Iron Pipe and Fittings for water. 2) ANSI/AWWA C105/A21.5 - American National Standard for Polyethylene Encasement. 3) ANSI/AWWA C110/A21.10 - American National Standard for Ductile Iron and Grey Iron Fittings, 3-inch through 48 inches for water and other liquids. NNW 4) ANSI/AWWA C111/A21.11 - American National Standard for Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. low 5) ANSI/AWWA C115/A21.15,7 American National Standard for Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. 6) ANSI/AWWA C150/A21.50,8 American National Standard for the .. Thickness Design of Ductile -Iron Pipe. ew 7) ANSI/AWWA C151/A21.51,9 American National Standard for the Ductile -Iron Pipe, Centrifugally Cast, for Water or Other Liquids. 8) ANSI/AWWA C153/A21.53, "Ductile -Iron Compact Fittings For Water Service" 9) ANSI/AWWA C600,11 Installation of Ductile -Iron Water Mains and Their Appurtenances. 10) AWWA M-41 Ductile -Iron Pipe and Fittings. .. 3. SUBMITTALS Submittals shall be in accordance with the Special Specifications and shall include .. the following: a. Prior to the fabrication of the pipe, submit Record Data of fabrication and laying drawings to the Owner for review of general conformance to contract documents. Record Data shall include a complete description of the pipe offered, including cuts, tabulated layout, design calculations, thrust calculations, and pertinent design data. Record Data shall incorporate any changes necessary to avoid conflicts with existing utilities and structures. The laying schedule shall show pipe class, class coding, station limits and 11/02/04 ASC - 65 .. PART DA - ADDITIONAL SPECIAL CONDITIONS transition stations for various pipe classes. Details for the design and fabrication of all fittings and specials and provisions for thrust shall be included. Submittal shall be sealed by a Licensed Professional Engineer in the State of Texas. b. Submittal for painting exterior pipe to include recommendation for preparation, application and storage. C. Prior to delivery of the pipe to the project site, the manufacturer shall furnish an affidavit certifying that all pipe, fittings, and specials, and other products and materials furnished, comply with this specification. If requested by the OWNER, the manufacturer shall submit certified reports of all testing. 4. DELIVERY AND STORAGE a. Delivery and Storage shall be in accordance with ANSI/AWWA C600 and AWWA M41. B. PRODUCTS 1. DUCTILE IRON PIPE: a. Pipe shall be in accordance with NCTCOG 2.12.8, AWWA C110, AWWA C111, AWWA C115, AWWA C150, and AWWA C151. All pipe shall meet the requirements of NSF 61. b. Flexible Restrained Push on Joints (FRPJ) shall be U.S. Pipe - TR-Flex, American - Flex -Ring, or approved equal. C. All pipe shall be cement mortar coated in accordance with ANSI/AWWA C104. d. All buried pipe shall be polyethylene encased in accordance with AWWA C105. e. As a minimum standard, the following pressure classes shall apply: Diameter Pipe (inch) 3" through 12" 14"-20" 24" 30" — 64" Min. Pressure Class (PSI) 350 psi 250 psi 250 psi 250 psi f. Engineer shall verify that pressure class specified meets the minimum design requirements contained within these provisions. When requested, pipe design calculations shall be submitted to the City. Ductile iron pipe shall be designed in accordance with the latest revision of ANSI/AWWA C150/A21.50 for a minimum 150 psi (or project requirements, whichever is 11102104 ASC - 66 .. .. V. ow "• .. VW N. am low so no N. No a U• PART DA - ADDITIONAL SPECIAL CONDITIONS •� greater) rated working pressure plus a 100 psi surge allowance; a 2 to 1 factor of safety on the sum of the working pressure plus surge pressure; Type 4 laying condition, and a minimum depth of cover of 12 feet, or if ., located on UPRR property the minimum depth of cover shall be as indicated on the plans plus 10.0 feet. Type 4 laying conditions are as defined in ANSI/AWWA C150/A21.50. g. Mechanical thrust restraint may be done only for make-up pieces where push on joints are not applicable. Retainer glands shall be Series 1100 Megalugs by EBAA Iron for ductile iron pipe mechanical joints, Series ' 2000PV Mechanical Joint Restraint Glands by EBAA Iron for PVC pipe mechanical joints, and Series 1500 Ductile Iron Retainers for PVC pipe push -on joints. h. Ductile iron pipe shall have nominal lay lengths of 18 or 20 feet. Dimensions and tolerances of each nominal pipe size shall be in accordance with ANSI/AWWA C151/A21. i. Pipe markings shall meet the minimum requirements of ANSI/AWWA C151/A21, latest revision. Minimum pipe markings shall be as follows: 1) "DI" or "DUCTILE" shall be cast or metal stamped on each pipe .. 2) Weight, pressure class, and nominal thickness of each pipe 3) Year and country pipe was cast 4) Manufacturer's mark j. Iron used in the manufacture of pipe for these specifications shall have: ow 1) Minimum tensile strength — 60,000 psi 2) Minimum yield strength — 42,000 psi "' 3) Minimum elongation — 10% ow 1W U Y 2. DUCTILE IRON PIPE JOINTS: a. General — Comply with ANSI/AWWA C111/A21.11, latest revision. 1) Push -On Joints 2) Mechanical Joints 3) Restrained Joints 4) Flanged Joints — AWWA C115/A21.15, ANSI B16.1, Class 125 b. All rubber joint gaskets utilized on ductile -iron pipe shall be in conformance with ANSI/AWWA C111/A21.11, latest revision. C. Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low -carbon steel in accordance with ANSI/AWWA C111/A21.11, ANSI/AWWA C115/A21.15, and ASTM 11102104 ASC - 67 it .w PART DA - ADDITIONAL SPECIAL CONDITIONS .. A307, "Standard Specification for Carbon Steel Bolts and Nuts." For mechanical joints, bolts and nuts shall be coated with a ceramic -filled, baked on fluorocarbon resin. Coated bolts and nuts shall be prepared "near white" or "white" when coated to manufacturer's recommended thickness by a certified applicator. Coating shall be of Xylan® as manufactured by Whitford Corporation, or approved equal. Coating shall conform to the performance requirements of ASTM 13117, "Salt Spray Test" +■ and shall include, if required, a certificate of conformance. DUCTILE IRON PIPE COATINGS: a. All ductile iron pipe shall have an asphaltic coating, minimum of 1 mil thick, on the pipe exterior, unless otherwise specified. aw b. Pipes shall have an interior cement mortar lining applied in accordance with ANSI/AWWA C104/A21.04, or latest revision. s. C. Pipe and fittings exposed to view in the finished work shall not receive the standard asphaltic coat on the outside surfaces, but shall be shop -coated with rust inhibitive primer. Primer shall have a minimum dry film thickness " of 4 mils and be certified in accordance with ANSI/NSF 61. d. All buried ductile iron pipe shall be polyethylene encased, unless otherwise .. specified. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene or 4 mil high density cross -laminated (HDCL) polyethylene encasement conforming to AWWA C105/A21.5. Polyethylene we film must be marked as follows: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) ANSI/AWWA C105/A21.5 'r 4) Minimum film thickness and material type .. 5) Applicable range of nominal diameter size(s). 6) Warning -Corrosion Protection -Repair Any Damage .. e. For gravity sewer applications, all ductile iron pipe shall have an approved corrosion resistant coating applied to the interior. Interior coating shall be ,. pre -approved by Fort Worth Water Department Standard Product Committee for application in wastewater environment. Coating shall be Protecto 401 or approved equal. DUCTILE IRON PIPE FITTINGS: a. Joints: Fittings shall have flanged, mechanical, restrained, push -on joints Aw or any combination of these. Joints must be manufactured in accordance 11102104 ASC - 68 w VW VW PART DA - ADDITIONAL SPECIAL CONDITIONS with the above referenced standards. Unless specified otherwise on the plans or in the project specifications, fittings will be provided for installation as follows: b. Pressure Rating: Unless specified otherwise, the rated working pressures for fittings are as follows: Ductile Iron Compact Fittings (AWWA C153/A21.53) Nominal Size (in) Pressure Ratinq (PSI) 3" — 24" 350 PSI 30" — 48" 250 PSI 54" — 64" 250 PSI Ductile -Iron Full Body Fittings (AWWA C110/A21.10) Nominal Size (in) Pressure Ratinq (PSI) 3" — 24" 350 PSI 30" — 48" 250 PSI C. Dimensions and Thickness: Fittings and joints shall conform to the thickness and dimensions shown in the various standards referenced under Section 1.02.B. d. Flange: Unless specified otherwise, the bolt circle and the bolt -holes shall match those of ANSI B16.1 Class 125. All screwed -on flanges shall be ductile iron. Field fabrication of flanges shall be prohibited, unless approved otherwise. e. Gland: Glands shall be manufactured of ductile iron conforming to ASTM A536. Restraining devices shall be of ductile iron. Dimensions of the gland shall be such that it can be used with the standardized joint bell and tee -head bolts conforming to ANSI/AWWA C153/A21.53. f. Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low -alloy steel in accordance with ANSI/AWWA C111/A21.11 and ASTM A307, "Standard Specification for Carbon Steel Bolts and Nuts". For mechanical joints, the bolts and nuts shall be coated with a ceramic -filled, baked on fluorocarbon resin. Coated bolts and nuts shall be prepared "near white" or "white" when coated to manufacturer's recommended thickness by a certified applicator. Coating shall be Xylan®, as manufactured by Whitford Corporation, or approved equal. Coating shall conform to the performance requirements• of ASTM B117, "Salt Spray Test" and shall include, if required, a certificate of conformance. g. Accessories: Unless otherwise specified, gaskets, glands, bolts, and nuts shall be furnished with mechanical joints, and gaskets and lubricant shall be furnished with push -on joints; all in sufficient quantity for assembly of each joint. ASC - 69 C PART DA - ADDITIONAL SPECIAL CONDITIONS h. Outside Coating: All ductile fittings shall have an asphaltic or fusion bonded epoxy coating. Asphaltic coatings shall be a minimum of 1 mil thickness, on the pipe exterior, unless otherwise specified. Fusion bonded exterior coatings shall comply with ANSI/AWWA C116/A21.16, shall have a minimum dry film thickness of 4 mils, and be. certified in accordance with ANSI/NSF 61. i. Interior Lining: All ductile iron fittings are to be furnished with a cement - mortar lining of standard thickness as defined in referenced ANSI/AWWA C104/A21.4 and given a seal coat of asphaltic material, unless otherwise specified. Fusion bonded interior coatings shall comply with ANSI/AWWA C116/A21.16, shall have a minimum dry film thickness of 4 mils, and be certified in accordance with ANSI/NSF 61. j. Polyethylene Encasement: All ductile iron fittings shall be polyethylene encased, unless otherwise specified. Encasement for buried fittings shall be 8 mil linear low density (LLD) polyethylene or 4 mil high density cross - laminated (HDCL) polyethylene encasement conforming to AWWA C105/A21.5. Polyethylene film must be marked as follows: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) ANSI/AWWA C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter size(s). 6) Warning — Corrosion Protection — Repair Any Damage k. Marking: Fitting marking shall meet the requirements of ANSI/AWWA C110/A21.10 or ANSI/AWWA C153/A21.53 shall have distinctively cast on them the following information: 1) C-153 or C-110, depending on which type of fitting provided. 2) Pressure Rating 3) Nominal diameter of openings 4) Manufacturer's identification 5) Country where cast 6) Number of degrees or fraction of the circle on all bends 7) Letters "DI" or "DUCTILE" cast on them. EXECUTION 1. GENERAL: %W we U. .R Im no .w .■ we .. MW 11102104 ASC - 70 no PART DA - ADDITIONAL SPECIAL CONDITIONS •� a. Install, pipe, fittings, and appurtenances as special in accordance with AWWA M41 and AWWA C600. b. All pipe shall be mechanically restrained at fittings and within the calculated restraint areas, or as shown on the drawings. I� C. Polyethylene encasement shall be installed in accordance with AWWA C105 and AWWA M41, Method A or B. Method C will not be allowed. d. Where indicated, paint shall be applied per manufacturer's recommendations. e. Ductile iron pipe shall be manufactured in accordance with the latest revision of ANSI/AWWA C151/A21.51. Each pipe shall be subjected to a hydrostatic test of not less than 500 psi for a duration of at least 10 seconds. h .. f. The manufacturer shall take adequate measures during pipe production to assure compliance with ANSI/AWWA C151/A21.51 by performing quality - control tests and maintaining results to those tests as outlined in section 5, "Verification" of that standard. _ g. The City of Fort Worth may, at its own cost, subject random lengths of pipe for testing by an independent laboratory for compliance with this specification. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. h. The Contractor shall, upon request by City, furnish manufacturer's certified test reports that indicate that each run of pipe furnished has met specifications, that all inspections have been made, and that all tests have been performed in accordance with ANSI/AWWA C151/A21.51. i. The Contractor shall, upon request by City, furnish manufacturer's certified test reports stating that all fittings furnished meet the requirements of applicable Standards and Specifications. Test reports must be provided to the Engineer before construction commences. DA-120 CONCRETE PRESSURE PIPE, BAR -WRAPPED STEEL CYLINDER TYPE (OMITTED) DA-121 BURIED STEEL PIPE AND FITTINGS (OMITTED) DA-122 CATHODIC PROTECTION This item consists of Cathodic Protection for the selected bid pipe material. Plans and `' specifications for the various cathodic protection requirements are included in the contract documents. Technical specifications for Cathodic Protection are included in the Appendix as part of the "Corrosivity Study and Corrosion Protection Design City of Fort Worth Hulen to Como -� Water Line Project" as prepared by Corrpro Companies, Inc. Payment for Cathodic Protection of the pipeline shall be a lump sum price that includes installation of test stations, testing, start-up, 11102104 ASC - 71 ftw L PART DA - ADDITIONAL SPECIAL CONDITIONS and all incidental work and materials necessary to complete the installation in accordance with the drawings and specifications. DA-123 GRAVEL DRIVEWAY REPAIR At locations where gravel driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with gravel equal to or better than the existing driveway. "-- �urement and payment for gravel driveway repair shall be per square yard of gravel complete In place, shall be full compensation for all labor, materials, equipment, tools, and incidentals ssary to complete the work. 24 REPLACEMENT OF TREES (OMITTED) 25 PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING, TUNNELING OR OPEN CUT GENERAL 1. WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install pipe casings or tunnel liners by boring, tunneling or open cut as specified. This section sets forth the requirements for utility lines crossing roadways or railroads using bore, tunneling, or open cut. 2. QUALITY ASSURANCE a. DESIGN CRITERIA 1) TUNNEL LINER PLATE The tunnel liner plate shall be designed by the Manufacturer in accordance with the methods and criteria as specified in AASHTO Standard Specifications for Highway Bridges, Section 16. Soil parameters shall be determined by the Tunnel Liner Plate Manufacturer. The tunnel liner plate shall be designed to allow a maximum deflection of 3%. The thickness of the tunnel liner plate specified herein is the minimum acceptable and shall be increased as necessary to obtain adequate joint strength, stiffness, buckling strength, and resistance to deflection. 2) CASING INSULATORS Casing insulators shall be designed by the Manufacturer to adequately support and electrically isolate the carrier pipe within the casing pipe under all conditions. Number and location of spacing insulators shall be determined by the Manufacturer to protect carrier pipe from damages. One insulator shall be placed within 2' of ends F of casing. b. INSTALLER'S QUALIFICATIONS 11102104 ASC - 72 .w AIM .. AIM .. .. .. w .. .. am 4" .. ,. ## PART DA - ADDITIONAL SPECIAL CONDITIONS Installation shall be by a competent, experienced contractor or sub- contractor. The installation contractor shall have a satisfactory experience •• record of at least five (5) years engaged in similar work of equal scope. C. PERFORMANCE REQUIREMENTS .. Lateral or vertical variation in the final position of the pipe casing or tunnel liner from the line and grade established by the engineer shall be permitted only to the extent of 1" in 10', provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe, or clearances from other underground utilities or structures. Any additional cost caused by this variation shall be the responsibility of the Contractor. MW 3. SUBMITTALS Submittals shall include: wo a Installer's Qualifications b Shop drawings of the tunnel liner plate and fasteners from the tunnel liner plate manufacturer. Shop drawings shall include calculations for the design of the tunnel liner plate sealed by a Licensed Engineer in the State of Texas. Shop drawings are for record purposes only and will not be •� reviewed or approved by the Engineer. ow ,. No am me VM .. an 4. STANDARDS AWWA C-206 "Field Welding of Steel Water Pipe" AWWA C-210 "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines" AASHTO M-190 "Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches" AASHTO Standard Specifications for Highway Bridges, 1989. ASTM A-36 "Structural Steel" ASTM A-123 "Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products" ASTM A-135 "Electric - Resistance - Welded Steel Pipe" ASTM A-139 "Electric - Fusion (Arc) - Welded Steel Pipe" ASTM A-153 "Zinc Coating (Hot Dip) on Iron and Steel Hardware" ASTM A-307 "Carbon Steel Bolts and Studs, 60,000 PSI Tensile" ASTM A-449 "Quenched and Tempered Steel Bolts and Studs" ASTM A-569 "Steel, Carbon, Hot -Rolled Sheet and Strip, Commercial 11102104 ASC - 73 PART DA - ADDITIONAL SPECIAL CONDITIONS Quality" NO ASTM A-570 "Hot Rolled Carbon Steel Sheet and Strip, Structural Quality" .., ASTM C-76 "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe" ASTM D-4254 "Test Methods for Minimum Index Density of Soils and Calculation of Relative Density" DELIVERY AND STORAGE a. The Contractor shall store tunnel liner plate in accordance with manufacturer's recommendations. Any liner plate that appears to have been damaged in the opinion of the Owner's representative shall be removed from the project and replaced with a new piece. JOB CONDITIONS; PERMITS AND EASEMENT REQUIREMENTS .. a. Where the work is in the public right-of-way or railroad company right-of- way, the Owner will secure the appropriate permits or easements. The Contractor shall observe regulations and instructions of the right-of-way Owner as to the methods of performing the work and take precautions for the safety of the property and the public. Negotiations and coordination with the right-of-way Owner shall be carried on by the Contractor, not less than five (5) days prior to the time of his intentions to begin work on the right-of-way. b. Comply with the requirements of the permit and/or easement, a copy of which is included in the Appendix. The work within the Texas Department of Transportation (TxDot) Right -of -Way shall comply with TxDot specifications. If required by the Right -of -Way Owner, obtain Protective V* Liability Insurance in the amount required by the particular company or other insurance as is specified in the permit at no cost to the Owner. Acquire a permit, agreement, or work order from the right-of-way Owner as 60 is required. C. Construction along roads and railroads shall be performed in such manner .. that the excavated material be kept off the roads and railroads at all times, as well as, all operating equipment. Construction shall not interfere with the operations of the roads and railroads. d. Barricades, warning signs, and flagmen, when necessary and specified, shall be provided by the Contractor. e. No blasting shall be allowed. Existing pipelines are to be protected. The Contractor shall verify location and elevation of any pipe lines and telephone cable before proceeding with the construction and plan his construction so as to avoid damage to the existing pipe lines or telephone ASC - 74 on PART DA - ADDITIONAL SPECIAL CONDITIONS cables. Verification of location of existing utilities shall be the complete responsibility of the Contractor. ... 7. OPTIONS a. CASING MATERIAL: Unless specified otherwise, the Contractor may use steel pipe or tunnel liner plate where bore and/or tunnel as specified. Unless specified otherwise, the Contractor shall use steel pipe where open cut casing is specified. The material specification for casing pipe and tunnel liner are the minimum acceptable. The Contractor shall be fully responsible to insure the materials used are of sufficient strength for the installation method chosen and the soil conditions encountered. b. BORE AND TUNNEL METHODS: Unless specified otherwise, the Contractor may use jacking or tunneling for the installation method of casing material. Tunnel liner plate shall not be used where bore or jack I •• methods are used. The Contractor shall be fully responsible to insure the methods used are adequate for the protection of workers, pipe, property, and the public. Provide a finished product as required. F 8. GUARANTEES [Not Used] B. PRODUCTS MATERIALS a. STEEL PIPE: Steel casing pipe shall have a minimum yield strength of 35,000 psi. Casing shall meet ASTM A36, ASTM A570, ASTM A135, ASTM A139, or approved equal. Pipe shall be coated and lined in .. accordance with AWWA C210 or approved equal. Pipe joints shall be welded in accordance with AWWA C206. After pipe is welded, coating and lining shall be repaired. Unless specified otherwise, the minimum wall thickness of steel casing pipe shall be as follows: I I Casing Diameter Wall Thickness 70" 1.001, b. TUNNEL LINER PLATES: Corrugated metal tunnel liner plates shall be galvanized made from steel sheets conforming to the requirements of ASTM A-569. Material to be galvanized shall be zinc coated in accordance with ASTM A-123, except that the zinc shall be applied at a rate of 2.0 oz. per square foot on each side. Tunnel liner plates and fasteners shall comply with the requirements of AASHTO Standard Specifications for �+ Highway Bridges, 1989. Liner plates shall be punched for bolting on both longitudinal and circumferential seams, fabricated to permit complete erection from the inside of the tunnel. Bolts and nuts shall be galvanized to .. conform to ASTM. Where groundwater is encountered, gasketed liner plates shall be used. 11102104 ASC - 75 E 3. 4. PART DA - ADDITIONAL SPECIAL CONDITIONS A-153: Plates shall be of uniform fabrication and those intended for one size tunnel shall be interchangeable. Welding of tunnel liner plate shall not be allowed. The material used for the construction of these plates shall be •` new, unused, and suitable for the purpose intended. Workmanship shall be first class in every respect. Minimum thickness of tunnel liner plate shall be as follows: +.• Tunnel Diameter Minimum Thickness 70" — 2 Flanged 10 gage 70" — 4 Flanged 7 gage ow MIXES a. CEMENT MORTAR: Consisting of one (1) part cement to two (2) parts clean sand with sufficient water to make a thick workable mix. b. PRESSURE GROUT MIX: Comprised of 1 cubic foot of cement and 3.5 cubic feet of clean fine sand with sufficient water added to provide a free flowing thick slurry. If desired to maintain solids in the mixture in suspension, one cubic foot of commercial grade bentonite may be added to each 12 to 15 cubic feet of the slurry. C. CELLULAR GROUT MIX: The cellular grout shall be a low -density, non - shrink grout composed of Type II Portland cement, water, and a pre- formed foam. The cellular grout shall have the following characteristics: 1) Minimum 28-day Compressive Strength = 1000 psi 2) Slurry (Wet) Density = 95 to 105 pcf 3) Cement = Type Il, per ASTM C150 4) Water = Potable 5) Foam = Per ASTM C869 6) Water/Cement Ratio = 0.50 to 0.55 FABRICATIONS [Not Used] MANUFACTURED PRODUCTS a. TUNNEL LINER: Manufactured by Contech Construction Products, Inc.., American Commercial Inc., or approved equal. 11102104 ASC - 76 r• .. PART DA - ADDITIONAL SPECIAL CONDITIONS b. CASING INSULATORS: Thickened Mortar Bands shall be used for this project. Casing insulators may be used in lieu of mortar bands and rollers. In lieu of casing insulators or mortar bands, steel rails and rollers may be VW considered as an acceptable substitute. However, the Contractor must submit a design for the rail and roller installation as well as documentation to justify the substitution as an acceptable installation, in lieu of casing insulators. Use casing insulators for any type of carrier pipe. Insulators shall consist of pre -manufactured stainless steel bands with plastic lining and plastic runners. Insulators shall fit snug over the carrier pipe and position the carrier pipe approximately in the center of the casing pipe, to provide adequate clearance between the carrier pipe bell and the casing pipe. Fasteners for insulators shall be stainless steel or cadmium -plated. Insulators shall be as manufactured by Cascade Waterworks Manufacturing Company or Pipeline Seal and Insulators, Incorporated or Perry Equipment Corporation. .. C. MORTAR BANDS: Concrete cylinder pipe and polyurethane coated steel pipe may have thickened outside mortar bands in lieu of casing insulators. Mortar bands shall properly position the pipe within the casing or tunnel �- liner. i C. EXECUTION PREPARATION [Not Used] 2. GENERAL CONSTRUCTION PROCEDURES a. EXCAVATION AND BACKFILL OF ACCESS PITS 1) Do not allow excavation over the limits of the bore or tunnel as specified. Trench walls of access pits adjacent to the bore or tunnel face shall be truly vertical. Shore the trench walls as necessary to protect workmen, the public, structures, roadways, and other improvements. .. 2) Excavations within the right-of-way and not under surfacing shall be backfilled, with type B backfill, and consolidated by tamping in 6" horizontal layers to 95% of maximum density as measured by ASTM .. D-698. Surplus material shall be removed from the right-of-way and the excavation finished to original grades. Backfill pits immediately after the installation of the carrier pipe is completed. If carrier pipe is not installed immediately after casing pipe installation, the Right -of - Way Owner may require the access pits be temporarily backfilled until installation of carrier pipe. "' b. INSTALLING CARRIER PIPE IN CASINGS 1) Pipe to be installed within the casing or tunnel liner shall meet the -- requirements for this type of pipe as specified. Where indicated, place, align, and anchor guide rails and/or casing insulators inside 11102104 ASC - 77 w PART DA - ADDITIONAL SPECIAL CONDITIONS the casing. If guide rails are used, place cement mortar on both sides of the rails. 2) Pull or skid pipe into place inside the casing. Lubricants such as flax soap or drilling mud may be used to ease pipe installation. Do not use petroleum products, oil or grease for this purpose. If guide rails are used, install pipe and hold down jacks after installation of carrier V+ pipe. 3) After installation of the carrier pipe, mortar inside and outside of the .. joints as applicable. Verify electrical discontinuity between the carrier pipe and tunnel liner. If continuity exists, remedy the short prior to applying cellular grout. 4) After carrier pipe installation is complete, if hold down jacks or casing spacers are used, seal or plug the ends of the casing. WW 5) After carrier pipe installation is complete, the annular space between the carrier pipe and tunnel liner or casing shall be completely filled with cellular grout. The Contractor shall take precautions to prevent flotation of the carrier pipe. Exterior joint coating (heat shrink sleeves) is required for polyurethane coated pipe. Provide necessary bulkheads as recommended by the cellular grout supplier. If pressure is used to apply grout, verify the maximum allowable pressure with the carrier pipe manufacturer, and do not exceed this pressure. f C. FREE -AIR SYSTEM If required by OSHA standards, free -air systems shall be installed and maintained. d. INSTALLATION OF PRESSURE GROUT MIX U* 1) Install pressure grout mix in the void space between the outside of the casing pipe or tunnel liner and the excavation. For bore or jacks " with casing pipe, install pressure grout mix immediately upon completion of setting casing pipe. For tunnel liner plate, install pressure grout mix at the end of each work day or more often as *� conditions warrant. 2) Unless specified otherwise, install pressure grouting through grout fittings for the casing pipe or tunnel liner plate 48" in diameter or larger. Grout fittings shall be fabricated into casing pipe and tunnel liner plate at a maximum spacing of 6'. Remove and plug grout fittings after pressure grouting. ►* 3) Install pressure grout from the low end for all crossings where grout fittings are not used. Seal the low end and pressure grout until grout AW is extruded from the opposite end. 11102104 ASC - 78 so am PART DA - ADDITIONAL SPECIAL CONDITIONS .. "a No .. No 3. CROSSINGS INSTALLED BY BORING a. Perform the boring from the low or downstream end unless specified otherwise. Bore the holes mechanically and use a pilot hole. By this method, an approximate 2" pilot hole shall be bored the entire length of the crossing and shall be checked for line and grade. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Place excavated material near the top of the working pit and dispose of material as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent to lubricate cuttings. Jetting shall not be permitted. b. In unconsolidated soil formations, a gel -forming colloidal drilling fluid consisting of at least 10% of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. C. In locations where the soil formation is other than consolidated rock, insert the casing pipe simultaneously with the boring operation. This requirement applies to all bored holes of 18" or greater in diameter. For smaller diameter bored holes, it is desirable that the casing be installed as the boring progresses, but because of differences in soil formations, the time for inserting the casing shall be the Contractor's responsibility. In the event that caving sand or water bearing materials are encountered, insert the casing pipe simultaneously with the boring operation regardless of the diameter of the bored hole. In all cases, the security and integrity of the roadway is the primary concern. The Contractor shall be held fully responsible for the continued integrity of the structure of the roadway being crossed, whether or not a casing pipe is inserted simultaneously with the boring operation. CROSSINGS INSTALLED BY TUNNELING AND JACKING a. Jack the pipe from the low or downstream end, unless specified otherwise. Provide heavy duty jacks suitable for forcing the pipe through the embankment. In operating jacks, apply even pressure to the jacks used. Provide a suitable jacking head and bracing between jacks so that pressure will be applied to the pipe uniformly around the ring of the pipe. Provide a suitable jacking frame or back stop. Set the pipe to be jacked on guides, properly braced together, to support the section of the pipe and to direct it in the proper line and grade. Place the whole jacking assembly so as to line up with the direction and grade of the pipe. In general, excavate embankment material just ahead of the pipe and material removed through the pipe. Force the pipe through the embankment with jacks into the space provided. b. The excavation for the underside of the pipe, for at least 1/3 of the circumference of the pipe, shall conform to the contour and grade of the pipe. Provide a clearance of not more than 2" for the upper half of the ASC - 79 PART DA - ADDITIONAL SPECIAL CONDITIONS pipe. This clearance shall be tapered off to zero at the point where the "' excavation conforms to the contour of the pipe. Extend the distance of the excavation beyond the end of the pipe depending on the character of the material, but do not exceed 2' in any case. Decrease the distance if the aw character of the material being excavated makes it desirable to keep the advance excavation closer to the end of the pipe. C. If desired, use a cutting edge of steel plate around the head end of the pipe extending a short distance beyond the end of the pipe with inside angles or lugs to keep the cutting edge from slipping back onto pipe. d. When jacking of pipe has begun, carry on the operation without interruption to prevent the pipe from becoming firmly set in the embankment. Remove and replace any pipe damaged in the jacking operations. The Contractor shall absorb the entire expense. 5. CROSSINGS INSTALLED WITH TUNNEL LINER PLATE .. a. Install the tunnel liner plates to the limits indicated and as specified in AASHTO Standards Specifications for Highway Bridges, Section II-26, A. Construction Tunnels Using Steel Tunnel Liner Plates. Assemble steel liner plates into circumferential rings. Liner plates shall be of the type to permit segments to be installed completely from inside the tunnel or bore. VW b. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the liner plate. Maintain a maximum of 1/2" tolerance between the outside of the liner plate and the excavation wherever possible. The tunnel diameter shall not be greater than 2" larger than the liner O.D. C. Liner plate installation shall proceed as closely as possible behind the excavation. Excavation shall at no time be more than 6" ahead of the required space to install an individual tunnel liner plate. Use breast plates, us poling boards or other suitable devices to maintain accurate excavation with the minimum of unsupported excavation at any time. Tunnel liner plate shall not be allowed to deflect vertically during installation. ON 6. CROSSINGS WITH CASING INSTALLED BY OPEN CUT w a. This article covers the requirements for the construction of crossings where pipe casing is required for installation by the open cut method. Excavation, backfill, and embedment of casing pipe shall be as specified in the #40 construction plans. All other requirements shall be as specified herein. DA-126 BUTTERFLY VALVES (OMITTED) *W DA-127 GATE VALVES M A. GENERAL 11102104 ASC - 80 W C PART DA - ADDITIONAL SPECIAL CONDITIONS • 1. SCOPE OF WORK a. Furnish all labor, materials, equipment and incidentals required to �- completely install and put into operation resilient seated gate valves and actuator as specified herein and shown on the drawings. 2. QUALITY ASSURANCE a. References: 1) American Water Works Association (AWWA) AWWA C509 Resilient seated gate valve for water supply service. 2) American Society for Testing and Materials (ASTM) ASTM A48 Gray Iron Castings .. ASTM A126 Gray Iron Castings for Valves, Flanges, and Pipe Fittings r ASTM A436 Austenitic Gray Iron Castings ASTM A536 Ductile Iron Castings. b. Unit Responsibility and Coordination: The Contractor shall cause all equipment specified under this section to be furnished by the valve manufacturer who shall be responsible for the "' adequacy and compatibility of all valve components including the actuator Any component of each complete unit not provided by the valve manufacturer shall be designed, fabricated, testing, and installed by .o factory -authorized representatives experienced in the design and manufacture of the valve equipment. This requirement, however, shall not be construed as relieving the Contractor of the overall responsibility for this portion of the work. 3. ENVIRONMENTAL CONDITIONS ~ The equipment to be provided under this section shall be suitable for installation and operation either inside vault structure or directly buried for a gate valve. 4. SUBMITTALS a. Submittals required after award of contract and prior to installation: 1) Technical bulletins and brochures on resilient seated gate valves. .. b. Submittals required prior to final walk through: 1) Operation and Maintenance Manual. .. 5. SPARE PARTS AND TOOLS �.., 11102104 ASC-81 0 PART DA - ADDITIONAL SPECIAL CONDITIONS a. Furnish one set of special tools required for the proper servicing of all equipment supplied under these Specifications, packed in a suitable steel tool chest with a lock. 6. SHIPPING INSTRUCTIONS a. All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. b. All equipment and parts must be properly protected against any damage during a prolonged period at the site. C. The finished surfaces of all exposed flanges shall be protected by wooden blank flanges, strongly built and securely bolted thereto. d. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. e. Storage and Protection: Take special care to prevent plastic and similar brittle items from being directly exposed to the sun, or exposed to extremes in temperature, preventing any deformation. 7. WARRANTY a. The equipment shall be warranted to be free from defects in workmanship, design and materials. If any part of the equipment should fail during the warranty period, it shall be replaced and the unit(s) restored to service at no expense to the Owner. Warranty shall be for a period of two years and begin on the Date of Acceptance. B. PRODUCTS 11102104 1. RESILIENT SEATED GATE VALVES a. Resilient seated gate valves 4" through 48" shall meet or exceed the latest revisions of AWWA C509 and shall meet or exceed the requirements of this specification. All valve components in contact with potable water shall conform to the requirements of ANSI/NSF Standard 61. All valve materials for components in contact with potable water shall be resistant to chloramines. b. Valve body shall be ductile iron per ASTM A536. Flanged ends shall be furnished in accordance with ANSI/AWWA C115/A21.15. Standard Flanged Drilling. Mechanical Joints shall be furnished with outlets which conform to ANSI/AWWA C111/A21.11 mechanical joint requirements. C. The disc shall be constructed of ductile iron fully encapsulated in rubber. No iron shall be exposed on the disc. ASC - 82 em of M .. .. Aw wo ow f ar 00 PART DA - ADDITIONAL SPECIAL CONDITIONS d. Hex head bolt, and hex nut shall be Steel ASTM A307 Gr. B, Zinc Plate per ASTM 13633, SC3 for non -buried service (4" through 12" valves). Hex head bolt and hex nut shall be 304 or 316 Stainless Steel for buried service (all sizes) and for valves 16-inch through 30-inch (non -buried service). 'Mr e. T-Bolts shall be high strength low alloy Cor-Ten or approved equal. "' C. f. Resilient seated gate valves shall be Clow, American Flow Control, Mueller, or equal for size 4" through 48" in accordance with the City of Fort Worth's Standard Products List. Valves 16" and larger shall be contained within a vault as shown on the plans. g. Gate valves in buried service shall be provided with polyethylene encasement in accordance with AWWA C105. h. Resilient seated gate valves for buried service shall be furnished with a square 2" operating nut. The valve box shall be Mueller H-10360 or Engineer approved equal. In all non -buried service, handwheel operators shall be furnished, unless otherwise specified. Resilient seated gate valves shall be non -rising stem type unless otherwise specified. k. All resilient seated gate valves shall be provided to open in clockwise direction. All resilient seated gate valves 20" and larger shall be provided with gear reduction. EXECUTION 1. INSTALLATION a. All resilient seated gate valves shall be installed in accordance with the instructions of the manufacturer and as shown on the drawings. DA-128 AIR RELEASE VALVES (OMITTED) DA-129 CONSTRUCTION COORDINATION WITHIN UNION PACIFIC RAILROAD PERMIT AREA (OMITTED) DA-130 FIBERGLASS SEWER PIPE —GRAVITY SERVICE (OMITTED) DA-131 JUNCTION SANITARY SEWER MANHOLE (OMITTED) No DA-132 SUBSURFACE EXPLORATION 11102104 ASC - 83 W4 17 PART DA - ADDITIONAL SPECIAL CONDITIONS Any data, which has or may be provided on subsurface conditions, is not intended as a representation or warranty of accuracy or continuity between soil strata. It is expressly understood that neither the Owner nor the Engineer will be responsible for interpretations or conclusions drawn therefrom by the Contractor. Data is made available for convenience of the Contractor. Subsurface exploration, to ascertain the nature of the soils at the project site, including the amount of rock, if any, is to be the responsibility of any and all prospective bidders. Whether prospective bidders perform this subsurface exploration jointly or independently, it shall be left to the discretion of such prospective bidders. Subsurface exploration shall not be attempted without the approval of the Owner. The Geotechnical Boring Logs have been included in these specifications. DA-133 ABANDON EXISTING WATER AND SANITARY SEWER STRUCTURES Structures to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Entire structure shall be removed. The structure shall then be backfilled, per item DA-24 as well as any requirements of the Union Pacific Railroad Company or the U.S. Army Corps of Engineers, Fort Worth District (CESWF). 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 bid item. DA-134 ABANDON EXISTING PIPE LINE This item shall consist of filling existing water or sanitary sewer pipe to be abandoned with flowable fill as designated in the construction plans. Flowable fill material shall be in accordance with DA-108. Payment for this item shall be per linear foot of pipe filled with flowable fill. This cost shall include all labor, material, and equipment associated with filling existing water or sanitary sewer pipe with to flowable fill. DA-135 REMOVE AND REPLACE EXISTING PIPE AND CABLE FENCE (OMITTED) r DA-136 SANITARY SEWER AND WATERLINE MARKERS A. GENERAL "o These work described in this specification includes supplying and placing markers for sanitary sewer lines and water lines. + B. MATERIALS 1. Buried Markers — Buried markers shall be Omni Marker balls as manufactured by Tempo or approved equal (www.tempo-textron.com). Markers for water lines shall be blue. Markers for sanitary sewer lines shall be green. Aw 11102104 ASC - 84 W ON PART DA - ADDITIONAL SPECIAL CONDITIONS 2. Surface Markers — Surface markers shall be COTTMark Cable and Pipe Warning System as manufactured by COTT Manufacturing Co. or approved equal (www.cottmfg.com). Markers for water lines shall have a blue warning sign. Markers for sanitary sewer lines shall have a green warning sign. Marker posts shall be 4-inch diameter PVC. C. EXECUTION 1. GENERAL a. Buried markers shall be placed at a depth of three -feet below natural ground surface and directly above the feature they are marking. .. b. Surface markers shall be a minimum of six -feet in length and shall be buried a minimum of two -feet, with a minimum of four -feet above ground. The warning sign for all surface markers shall be 21-inches (not including post cap). Surface markers shall be placed as follows: i. Buried Features: Surface markers shall be placed directly above a buried feature. ii. Above -Ground Features: Surface markers shall be placed a maximum of two (2) feet away from an above -ground feature. 2. PLACEMENT a. Water Lines 16-inches and Above Buried markers shall be placed at all horizontal and vertical bends, all horizontal points of curvature, tangency, and reverse curvature, horizontal tees (excluding fire hydrant taps), cleanout wyes, blowoff valves, end -of - line plugs, and at other locations as shown on the plans or as deemed appropriate by the ENGINEER. Surface markers shall be placed at each right-of-way line (or end of casing pipe) of major highway crossings, railroad crossings, crossings with major .w utilities such as high pressure gas lines and fiber-optic lines, and at other locations as shown on the plans or as deemed appropriate by the ENGINEER. b. Water Lines 12-inches and Below Buried markers shall be placed at the end -of -line cap on all dead-end stubouts. Surface markers shall not be utilized for water lines 12-inches and under. .. c. Sanitary Sewer Lines, All Sizes Buried markers shall be placed at all horizontal points of curvature, `p tangency and reverse curvature if no manhole is present, and at all stubouts. r 11102104 ASC - 85 PART DA - ADDITIONAL SPECIAL CONDITIONS Surface markers shall be placed at each right-of-way line (or end of casing pipe) of major highway crossings, railroad crossings, crossings with major utilities such as high pressure gas lines and fiber-optic lines, and at other locations as shown on the plans or as deemed appropriate by the "t ENGINEER. D. MEASURMENTAND PAYMENT The cost of buried and surface sanitary sewer and water markers is subsidiary work and the cost of same shall be included in the unit price bid for pipe complete in place as bid in No the proposal, and no other compensation will be allowed. DA-137 CONSTRUCTION COORDINATION WITHIN TARRANT REGIONAL WATER .. DISTRICT AREAS (OMITTED) DA-138 SPECIAL PROVISIONS FOR ACTIVITIES INSIDE TRWD RIGHT-OF-WAY (OMITTED) DA-139 GROUTING PROCEDURE A. Grouting Procedure For Other Than Open Cut Installations 1. General — This section relates to grout void spaces for the following: a. Between tunnel wall and encasement pipe b. Between encasement pipe and carrier pipe. 2. Material a. Approved grout mixtures are described in the special condition: Grout for Other Than Open Cut Installations b. Pump and accessories ,. c. 3" PVC pipe 3. Procedure a. Grout between tunnel wall and encasement pipe, if distance between the tunnel and the encasement pipe exceeds 3" as per SWFP 1150-2-1. i. The contractor shall use 3" PVC pipe to convey grout through the bore pit and proposed tunnel to predetermined discharge points into the void space. A grout delivery point is required near each end of the tunnel. The insertion points shall be near the crown of the encasement pipe /liner walls. The insertion points shall be placed at a maximum increment of 25 feet. ii. The Contractor shall bulkhead the ends of the tunnel as necessary to grout void spaces. A permanent bulkhead is required at the end of construction. The tunnel shall be isolated from the bore pit at the end of the day. iii. The Contractor shall start grouting the voids space from the middle outward. iv. Sound encasement pipe to determine location of void spaces. Perform sounding as a baseline for future testing. Sounding shall be done prior to grout installation. Record results at least at intervals of 25'. v. Grout fill the annular space until grout comes out the next insertion point. Cap the hole when grout continuously flows out. The cap must 11102104 ASC - 86 •� am W. PART DA - ADDITIONAL SPECIAL CONDITIONS be screwed or fastened into the encasement pipe. The cap shall be able to make a watertight seal and handle external loads. Continue capping the holes until grout does not continue to flow to the next hole. •- If the flow does not flow through the hole, sound pipe and insert the grout in the next hole or create a new insertion point as necessary. During the process, record the insertion points and keep a log of the .. volume of grout inserted into the void space. Tests shall be performed at a minimum 10 foot interval around the circumference. „` b. Between encasement pipe and carrier pipe i. The contractor shall use 3" PVC pipe to convey grout through the bore pit and proposed tunnel to predetermined discharge points. One deliver point site will be required near each end of the tunnel. The Contractor shall connect PVC pipe to selected insert point. The insertion points shall be placed at a maximum increment of 75 feet. ii. The Contractor shall bulkhead the ends of the tunnel as necessary to 4 grout void spaces. A permanent bulkhead is required at the end of construction. The tunnel shall be isolated from the bore pit at the end of the day. �- iii. The Contractor shall start grouting the voids space from the middle outward. iv. Test pipe shall also be placed in the void space. They should be offset .. from the insert point at maximum increment of 75'. The pipe shall be left open in the void space. The test is determined to be successful, if grout flows from void space to the bore pit. Pipe inlets are to be located at the 50% diameter and 90% diameter vertical distance from the flow line. Fill PVC pipe with grout and cap when tests are successful. v. Sound encasement pipe to determine location of void spaces. Record .. results at least every 25'. vi. Fill the annular space until grout comes out the next hole insertion point in the crown. Cap the hole in the crown when grout continuously goes out hole. Continue capping the holes until grout does not continue to flow to the next hole. Create new insertion point and check holes for grout. During the process, record the location grout discharges and keep a time log of the volume of grout inserted into the void space. vii. Inspect the progress of the grouting operation by sounding the carrier pipe. Record results for tests conducted at least every 25'. Check the circumference of the pipe for the location of the grout. viii. Cap the ends of tunnel. This includes the space between the water pipe the outer limits of the tunnel. r DA-140 TUNNELING (OMITTED) .. 11102104 ASC - 87 No bd PART E "0 r a. 4" SECTION E SPECIFICATIONS (January 1, 1978) All materials, construction methods and procedures used in this project shall conform to Sections E1, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet.) Sections E1, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if 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 E1 MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow: E1-2.4 Backfill: (Correct minimum compaction requirement to 95% Proctor density and correct P.I. values as follows: C. Additional backfill requirements when approved for use in streets: 1. Type 'B' Backfill (c) Maximum plastic index (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 jetting. (b) Material meeting requirements and having a PI of 9 or more shall be considered for use only with mechanical compaction. E2-2.11 Trench Backfill: (Correct Minimum compaction requirement wherever it appears in this section to 95% Proctor density except for paragraph a.1 .o where the "95% modified Proctor density" shall remain unchanged.) 0- .. E-1 r SECTION E100 — MATERIAL SPECIFICATIONS MATERIAL SPECIFICATIONS January 1, 1978 (Added 5/13/90) E100-4 WATERTIGHT MANHOLE INSERTS E100-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the Fort Worth sanitary sewer collection system. E100-4.2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion -proof high density polyethylene that meets or exceed 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 D1056, or equal. d. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum 1" wide woven polypropylene or nylon webbing, with the ends treated to prevent unraveling. Stainless steel hardware shall be used to securely attach strap to the insert. e. The manhole insert shall have one or more vent holes or valves to release gasses and allow water inflow at a rate no greater than 10 gallons per 24 hours. E 100-4.3 INSTALLATION: a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert of the rim. b. The manhole insert shall be fully seated around the manhole frame rim to retard water from seeping between the cover and the manhole frame rim. E-2 so VW GENERAL CONSTRUCTION NOTES Applicable design and details shall conform to "General Contract Documents and Specifications for Water Department Projects" (GCD) effective July 1, 1978, with the latest revisions. 2. All horizontal blocking, cradle blocking, and vertical tie -down blocking to be in accordance with Fig.(s) 9, 10, and 11of the GCD. 3. Fire hydrants shall be located a minimum of T-0" behind the face of curb per Fig. 5GCD. 4. All gate valve installations for sizes up to 12" are to be per Fig. 3 GCD and sizes 16" and larger Fig. 4 GCD. 5. The proposed water and/or sewer mains at times will be laid close to other existing utilities and structures both above and below the ground. The contractor shall make necessary provisions for the support and protection of all utility poles, fences, trees, shrubs, gas mains, telephone cables, TU cables, drainage pipes, utility services, and all other utilities and structures both above and below the ground during construction. It is the contractor's responsibility to notify all utility owners prior to any construction in the area and verify the actual location of all buried utilities that may or may not be shown on the plans. The contractor shall preserve and protect all underground and overhead facilities and be responsible for any damage he may cause to them. The Contractor shall contact the following at least 48 hours prior to excavating at each location: Fort Worth Water Department Field Operations Kristian Sugrim 817-212-2649 or 817-925-2271 Rick Davis 817-871-8275 Fort Worth Transportation & Public Works Light and Signal Division Dwayne Cox 817-871-8100 Roger Martin 817-871-8100 Fort Worth Transportation & Public Works (Storm Drain locates) Gordon Couch 817-871-8100 Lone Star Gas Company (Atmos) Metro (214) 263-3444 Texas Utility Service Company (Oncor) 817-336-2328 Southwestern Bell Telephone Company Enterprise 9800 Texas One Call -Fiber Optics Location (MCI, AT&T, Sprint, etc.) 1-800-245-4545 Marcus Cable T.V. 817-737-4731 6. Contractor shall verify the elevation, configuration, and angulation of existing line prior to construction of tie-in materials. Such verification shall be considered as subsidiary cost of project and no additional compensation will be allowed. Elevation E-3 adjustments at connections may be made with bends, offsets, or joint deflections. All nonstandard bends shall be made using the closest standard M.J. fittings with the required joint deflections. (Deflections not to exceed manufacturer's deflection per joint) 7. Contractor shall keep at least one lane of traffic open at all times during construction and access to all places of business and residence at all times. (Reference C6-6.5 GCD) 8. No excavated materials, backfill materials, equipment, or supplies shall be stored within floodways or drainage easements. (Reference C6-6.6 GCD) 9. Trenches which lay outside existing or future pavements shall be backfilled above the top of the embedment with Type "C" backfill material. When Type "C" backfill material is not suitable, at the direction of the Engineer, Type "B" material shall be used. All backfill material shall be compacted to a minimum of 90% proctor density by means of tamping only. Trenches which cross under existing or future pavement shall be backfilled with 95% proctor density by jetting, tamping, or a combination of such methods per Fig. "A". 10. Rim elevations of the proposed sanitary sewer manholes in repaved streets are shown as final finished grades in these plans. They shall be constructed to 15" below final finished grade by utility contractor and adjusted by paving contractor in accordance with Fig. M of the special contract documents. Concrete collars shall be installed where indicated on the plans per Fig. 121 of the special contract documents. Manhole inserts shall be installed in all standard four foot and standard four foot drop access manholes per E-100-4 of the special contract documents. Standard four foot diameter manholes shall be in accordance with section E2A, Fig. 103 and Fig. 104 GCD, standard four foot drop access manholes per Fig. 107 GCD, and shallow manholes per Fig. 106 GCD. 11. The top of the water lines shall be a minimum of 3'-6" below the top of the curb for 12" and smaller mains except where otherwise shown on these plans. 12. All water meters shall be placed or relocated 3'-0" behind the face of the proposed curb or as directed by the Engineer. 13. All existing water services shall be replaced with 1" minimum copper tubing unless a larger size is indicated on the plans. Corporation stops shall be fully opened prior to trench backfill. Curb stops with lock wings shall be tested for full flow when the system is pressure tested. Extend 1" water services to those lots where no water services have been extended to. Locate these services at normal locations or as directed by the Engineer. a. The normal location of water service lines shall be 5' east or north of the center of the property frontage. b. For 40' or less lot frontage, all water services shall be placed 18" from the east or south property line. 14. All sanitary sewer services encountered shall be replaced to the property line as directed by the Engineer. E-4 SECTION E1-18A— REINFORCED PLASTIC WATER METER BOXES E1.18A.1 SCOPE: This specification covers three types of water meter boxes, Type A and B, and Type C. E1.18A1.1.1 Class A Standard Meter Box: Intended for use with services utilizing 5/8" X 3/", 3/" and 1" meters. E1.18A.1.2 Class B Standard Meter Box: Intended for use with services utilizing 1-1/2" and 2" meters. E1.18A.1.3 Class C Standard Meter Box: Intended for use with services utilizing two 5/8" X 3/" or 3/" meters. E1.18A.2 CONSTRUCTION: Reinforced plastic water meter boxes andiron cover lids - under this specification will include three specific sizes of a rectangular shape. Those three sizes will be referred to us: CLASS 'A', 11" x 18" Box, 12" high CLASS 'B', 15.25" x 27" Box, 12" high CLASS 'C', 18" x 16' Box, 12" high E1.18A.3 REINFORCED PLASTIC METER BOX SPECIFICATION The meter box shall be constructed of Linear Medium Density Polyethylene (LMDPE) as defined in ASTM D-883-95A and have a minimum wall thickness of .500". The exterior shall be black to provide UV protection. Boxes shall be able to withstand a minimum 15,000 ponds vertical load and shall withstand a minimum 400 pounds sidewall load. The meter box exterior shall be free from seams or parting lines and all edges and corners are to be smooth and free from sharp edges so the unit can be handled safely without gloves. E1.18A.4 IRON METER BOX LID SPECIFICATION The meter box lids are to be made of cast iron according to ASTM A48-84, Class 30B or ductile iron according to ASTM A-536. The lids shall withstand a minimum vertical load of 15,000 pounds. Castings are coated with a bituminous emulsified asphalt unless otherwise specified, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. Dimensions shall be within industry standards of plus or minus (+/-) one -sixteenth of an inch per foot. All castings will bear the Manufacturer's IS (name or logo) and Country of Origin. Casting weights may vary plus or minus (+/-) five percent from drawing weight per industry standards. E-5 .. PART F Attachment to ACORD Certificate for Burnsco Construction, Inc. The terms, conditions and provisions noted below are hereby attached to the captioned certificate as additional description of the coverage afforded by the insurer(s). This attachment does not contain all terms, conditions, coverages or exclusions contained in the policy. INSURER INSURED Burnsco Construction, Inc. INSURER 6331 Southwest Blvd. Benbrook TX 76132 USA INSURER INSURER INSURER ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits INSR ADD'L POLICY NUMBER POLICY POLICY i LTR INSRD TYPE OF INSURANCE POLICY DESCRIPTION EFFECTIVE EXPIRATION LIMITS DATE � I r I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS primary and non contributory basis, for all coverages except workers' compensation / waiver of ad subrogation in favor of the additional insured with regard to all certified coverages. 101 M M IWI Certificate No : 570036815835 IWI 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.6258 and City of Fort Worth Project No. P253- 609170043987/P258-709170043987/City Proiect No. 00439. CONTRACTOR Bu co onstruction, Inc. Name: .. A,,� � 10MR-11.rs Title: ??E'S1 0V--10IT— Date: la • I. Dl STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared S%--+ie-m S , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Burnsco Construction, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this t day of bL--L. , 20 09. c, Notary Publi ;and for the State of Texas MAY F %W ELL My CptNn Won Expka September 28. 2010 w PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT Bond No. 6676140 KNOW ALL BY THESE PRESENTS: Safeco Insurance Company That we (1) Burnsco Construction, Inc. as Principal herein, and (2) of Ameri�,a , a corporation organized under the laws of the State of (3) Washington , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: One Million Seven Hundred Fifty-eight Thousand One Hundred Fortv-four and 40/100................................ ($1.758.144.401 Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain contract with the Obligee dated! the of 2009 a copy of which is attached hereto and made a part hereof, for the construction of: Sanitary Sewer Rehabilitation Contract LXX (70). Part 4 on Monticello Drive. Potomac Avenue. Williamsburg Lane. W. Jarvis Street and Two Allevways NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. orl i r v 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 NW-0 3 20R . 2009. ATTEST: Bur sea C'vrtst action, Inc. (Principal) e ipt y PJ Morton B . — Secretary Title: Joh4 Burns, President .. (SEAL) 6331 Southwest BLvd. Benbrook. TX 76132 Witnes as to Wincipal 6331 Southwest Blvd., Benbrook, TX 76132 Address �3T: _ (Surety) Secretary (SEAL) Witness as to Surety 2711 N. Haskell Avenue #800, Dallas, TX 75204 (Address) E7-1 E7_1 (Address) Safeco Insurance Company of America urety BY: L����9,Y (A o ey-in-fact) (5) Lisa M. Bonnot Safeco Plaza Seattle, WA 98185 _ (Address) NOTE: Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of 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. E71 Bond No. 6676140 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § Safeco Insurance Company That we, (1) Burnsco Construction. Inc., as Principal herein, and (2) of AmPrirA w ,a corporation organized and existing under the laws of the State of (3) Washington , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of One Million Seven Hundred Fiftv-eight Thousand One Hundred Forty- four and 40/100................................ Dollars ($1,758.144.40)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: �I WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the � O V Oa; 2009 .. , 2009, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: w Sanitary Sewer Rehabilitation Contract LXX (70). Part 4 on Monticello Drive. Potomac Avenue. Williamsburg Lane, W. Jarvis Street and Two Allevways 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. w IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this day of, L-A L -A i no i i i .r no 77 MW ATTEST: / (Principal) e e ry ff Morton (S E ) Secretary Witness a4to rin al ATTEST: Secretary Burns o Construction. Inc. P CIPA Name: John Bums Title: President Address: 6331 Southwest BLvd. Benbrook. TX 76132 Safeco Insurance Company of America SUR T Y_ By: ,�� Name: Lisa M. onnot, Attomey-in-fact Attorney in Fact (S E A Q Address: Safeco Plaza Seattle, WA 98185 DIU 4 In fitness as to Surety Telephone Number: 800/472-5357 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney -in -Fact. The date of bond shall not be prior to date of Contract. no MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT Bond No. 6676140 Safeco Insurance Company ..r That Burnsco Construction, Inc. ("Contractor"), as principal, and of America . a corporation organized under the laws of the State of Washington , ("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 Million Seven Hundred Fiftv-eiaht Thousand One Hundred Forty- fourand 40/100.......................................................................................................... Dollars ($1.758.144.40), 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 2009, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Sanitary Sewer Rehabilitation Contract LXX (70). Part 4 on Monticello Drive, Potomac Avenue, Williamsburq Lane, W. Jarvis Street and Two Allevways the same being referred to herein and in said contract as the Work and being designated as project number(s) P253-609170043987IP258-7091700439871City Proiect No. 00439 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 WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this ins ntm ' cuted in 8 counterparts, each of which shall be deemed an original, this day of , A.D.2009. ATTEST: Burnsc -CQ struction. Inc. (S E A L) Contr or By: Secretary / Name: Jon Burns eff Morton Title. President Secretary ATTEST: Safeco Insurance Company of America (S E A L) Surety .r By: YA Secretary Name: Lisa M. B of - Title: Attomey-in-fact Address .. Safeco Plaza Seattle, WA 98185 U. mil Safeco Insurance Company of America General insurance Company of America � POWER toot amavenue Se0 OF ATTORNEY�Lib utual. Seattle, WA 98154 3698 KNOW ALL BY THESE PRESENTS: No That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint "`"""'""'•""'•"LISA M. BONNOT; DON E. CORNELL, CHRISTINE DAVIS; ROBBI MORALES; LUKE J. NOLAN, JR.; RICARDO J. REYNA, JERRY P. ROSE; Dallas, Texas"'"`***"""*'"""""`"""`"""'""""""*'"�"""'"'.•.....+r,r,r"""*"""'• its true and lawful attomiMs}in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 21 st ('ax* R, III day of March Dexter R. Legg, Secretary TlntothY A. Mikolalewaki, Vice President CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: 2009 'Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint inclWuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business.._ On any Instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seat, or a facsimile thereof, may be impmssed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking," Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, �) The provisions of Artkde V. Section 13 of the By -Laws. and A copy of the power -of -attorney appointrnent, executed pursuant thereto, and (MI) Cerfifyi g that said power-4-attorney appolydment is in full force and effect the signature of the certifying offioar may be by facsimille, and the seal of the Company may be a facsimile thereof." I, Dexter R. Logg , $ec ratery of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney Issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said ® Qrt,Ono this day of OHM SEAL SEAL A >< Dexter R. Legg, Secretary of S-0974/DS 3M9 wv: Figure: 28 TAC §1.601(a)(3) 1 IMPORTANT NOTICE To obtain information or make a complaint. 2 You may contact Home Office Surety at (206) 473-3799. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede contactar a servicio de la oficina principal de Safeco Surety al: 206-473-3799. 3 You may call (company)'s toll -free telephone Usted puede Ilamar al numeeo de telefono number for information or to make a complaint gratis de (company)'s para informacion o para at: someter una queja al: (800) 472-5357 Surety Option #7 4 You may also write to Safeco Insurance Company at. Safeco Plaza Seattle, WA 98185-0001 5 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: (800) 252-3439 6 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. 8 ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. (800) 472-5357 Surety Opcion De #7 Usted tambien puede escribir a Safeco Insurance Company: Safeco Plaza Seattle, WA 98185-0001 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: (800)252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: hftp://www.tdi.state.b(.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el (agente) (la compania) (agente o la compania) primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. aax aar aa� s ad m as a>r aa► aM a ko 61, PART G CITY OF FORT WORTH. TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS M COUNTY OF TARRANT This Contract made and entered into this theA.D., 2009, by and between �. the CITY OF FORT WORTH, a home -rule municipal corporation situated in Tarrant County, Denton, Parker, and Wise Counties, Texas, by an through its duly authorized Assistant City Manager, ("Owner"), and Burnsco Construction, Inc., ("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: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Sanitary Sewer Rehabilitation Contract LXX (70). Part 4 on Monticello Drive, Potomac Avenue, Williamsburg Lane, W. Jarvis Street and Two Allevways 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 240 calendar days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract rf Documents within the time so stipulated, plus any additional time allowed as pr mra4 -_ OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX _I Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $420 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniurv, damak-e or death is caused, in whole or in Part, by the ne,elizence or allezed nedipence 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 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 dama,ae is caused in whole or in Part by the neelieence or alleeed neelieence 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. 7. The Contractor agrees, upon the execution of this Contract, and before beginning work, to make, execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. All bonds furnish hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the Owner. OFFICIAL RECORD CITY SECRETARY FT. 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 nn/a, shall be One Million Seven Hundred Fifty-eight Thousand One Hundred Fortv-four and 40/100.................................................................................................................Dollars, ($1,758,144.40). so 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. Im 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. so 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. NOV 0 3 2009 OFFICIAL RECORD Done in Fort Worth, Texas, this the day of . A.D., 2009. CITY SECRETARY FT. (NORTH, TX we 40 M APPROVAL RECOMMENDED: DIRECTOR, WATER DEPARTMENT ATTEST: Burnsco Cain ytruio/.Inn c. 6331 Southwest BLvd. Benbrook. TX 76132 CONTRACTOR BY: I r>ct'j-r TITLE 6331 Southwest Blvd. Benbrook, A 76132 ADDRESS November 1960 Revised May 1986 Revised September 1992 CITY OF FORT WORTH FERNANDO COSTA, ASST CITY MANAGER —L-- �_ 3 Contru--t Authorization 1' 13 105 Date fN--� kj�l" � - CITY SEi (SEAL) APPROVED AS TO FORM AND LEGALITY: ASST. CITY ATTO OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX .r dop Itm w id 40 APPENDIX A a. 1 CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Project: San. Sewer Rehabilitaion Contract # 70 DOE No: 6258 Fund Code: HOLE # 1 LAB NO: 104428 LOCATION: 4105 Monticello Dr. E/4 7.00" HMAC 7.00" Dark Brown Clay, w/gravel 7.00" Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG:.0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 2 LAB NO: 104429 .. ! LOCATION: 4000 Monticello Dr. W/4 5.50" HMAC 9.00" Dark Brown Clay, w/gravel & rocks 6.00" Brown Clay i i ATTERBURG LIMITS: LL: PL: PI: SHRKG:.0% MUNSELL COLOR CHART: 10 Yr. 1 UNIT WEIGHT: N/A #/CFT HOLE # 3 LAB NO: 104430 LOCATION: 3909 Monticello Dr. E/4 5.00" HMAC 9.00" Brown Clay, w/rock & gravel j 7.00" Dark Brown Clay w/gravel i ATTERBURG LIMITS: LL: PL: PI: SHRKG:.0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 4 a LAB NO: 104431 LOCATION: 3812 Monticello Dr. W/4 6.00" HMAC 10.00" Dark Brown Clay w/gravel 5.00" Brown clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: 11.0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT .. 2 s i HOLE # 5 LOCATION: 3705 Monticello Dr. E/4 7.00" HMAC 8.00" Dark Brown Clay, w/rocks 6.00" Brown Clay w/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG:.0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT LAB NO: 104432 HOLE # 6 LAB NO: 104433 LOCATION: 3612 Monticello Dr. W/4 7.00" HMAC 8.00" Dark Brown Clay, w/gravel 6.00" Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG:.0% MUNSELL COLOR CHART: 10 Yr. 6/3 PALE BROWN CLAY UNIT WEIGHT: N/A #/CFT HOLE # 7 LAB NO: 104434 LOCATION: 504 Monticello Dr. E/4 6.50" HMAC .. 9.00" Dark Brown Clay, w/rock & gravel 6.00" Brown Clay w/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG:.0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 1 LAB NO: 104435 LOCATION: 100 Williamsburg Lane W/4 -• 9.25" HMAC 6.00" Brownish Tan Sandy Clay, w/gravel 6.00" Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG:.0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT i HOLE # 2 LAB NO: 104436 LOCATION: 121 Williamsburg Lane C/4 5.00" HMAC 10.00" Brownish Tan Sandy Clay, w/rocks 6.00" Brown Clay w/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG:.0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT 3 ' HOLE # 3 LAB NO: 104437 LOCATION: 201 Williamsburg Lane E/4 5.50" HMAC 9.00" Brownish Tan Sandy Clay, w/rock & gravel 7.00" Lt. Brown Clay w/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG:.0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT _ HOLE # 4 LAB NO: 104438 LOCATION: 216 Williamsburg Lane W/4 _ 6.50" HMAC 9.00" Brownish Tan Sandy Clay, w/gravel 6.00" Lt. Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG .0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 1 LAB NO: 104439 LOCATION: 3600 Potomac Ave EA 4.00" HMAC 6.00" Grayish Stabilizer 6.00" Brown Sandy Clay w/rocks & gravel 6.00" Lt. Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG:.0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT _ HOLE # 2 LAB NO: 104440 LOCATION: 3616 Potomac Ave CA 4.50" HMAC - ---- —_ -- -- 6.75" Grayish Stabilizer 5.50" Brown Sandy Clay w/rocks & gravel 6.75" Lt. _Brown _Clay _ ATTERBURG LIMITS: LL: PL: PI: SHRKG:.0% MUNSELL COLOR CHART: 10 Yr. .. UNIT WEIGHT: N/A #/CFT rH-00-LE # 3 LAB NO: 104441 LOCATION: 3636 Potomac Ave. WA 3.25" HMAC — 6.50" Grayish Stabilizer 6.75" Brown Sandy Clay w/rocks 1 6.50" Lt. Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG:.0% _ MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT M i n W j HOLE # 4 _ LOCATION: 3716 Potomac Ave. E/4 3.50" HMAC 6.25" Grayish Stabilizer 6.75" Brown Sandy Clay w/rocks 7.00" Lt. Brown Clay r. i as so W W ATTERBURG LIMITS: LL: PL: PI: SHRKG:.0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 5 LOCATION: 3700 Potomac Ave. C/4 4.00" HMAC 6.25" Grayish Stabilizer 7.00" Brown Sandy Clay w/rocks & gravel 6.00" Lt. Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG:.0% 'MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 6 LOCATION: 3811 Potomac Ave. W/4 2.25" HMAC 6.00" Grayish Stabilizer 7.00" Brown Sandy Clay w/rocks & gravel 7.50" Lt. Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG:.0% MUNSELL COLOR CHART: 10 Yr. 'UNIT WEIGHT: N/A #/CFT HOLE # 7 LOCATION: 3917 Potomac Ave. E/4 3.25" HMAC 6.50" Grayish Stabilizer 6.25" Brown Sandy Clay w/rocks & gravel 6.50" Lt. Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG:.0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT LAB NO: 104442 LAB NO: 104443 LAB NO: 104444 LAB NO: 104445 s E i Approval: Ryan Jeri = Date Tested: 7/14/09-7/17/09 Requested by: Liam Conlon Tested by: Soil Lab i Y �w f ill i _ so Routing: Superintendent Inspector File I CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Project: Sanitary Sewer Rehabiliation Contract #70 DOE No: 6258 Fund Code: 01/02 HOLE # 1 LAB NO: 104472 LOCATION: 4637 Houghton Ave S/4 1.75" HMAC 5.25" Grayish Stabilizer 8.00" Lt. Brown Sandy Clay, w/rock & gravel 6.00" Light Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0'6 MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT .. .HOLE # 2 LAB NO: 104473 LOCATION: 4600 Houghton Ave N/4 1.75" HMAC 5.50" Grayish Stabilizer 7.75" Lt. Brown Sandy Clay, w/rock & gravel 7.00" Light Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0-%� MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT .HOLE # 3 LAB NO: 104474 LOCATION: 411 Monticello Dr C/4 6.25" HMAC 6.50" Grayish Stabilizer 6.75" Brown Clay, w/rock & gravel 5.25" Light Brown Clay 'ATTERBURG LIMITS: LL: PL: PI: SHRKG: 0* MUNSELL COLOR CHART: 10 Yr. .. 'UNIT WEIGHT: N/A #/CFT HOLE # 4 LAB NO 104475 'LOCATION: 3337 Boland St. C/4 .� 4.25" HMAC 6 5.50" Grayish Stabilizer 6.75" Lt. Brown Sandy Clay, w/rock & gravel 6.00" Brown Clay 'ATTERBURG LIMITS: LL: PL: PI: SHRKG: 11.0% 'MUNSELL COLOR CHART: 10 Yr. !UNIT WEIGHT: N/A #/CFT 2 HOLE # 5 LAB NO:104476 LOCATION: 50' N of 4th St. @ Arch Adams C/4 8.00" HMAC 7.50" Orange Brown Clay w/rocks & gravel 7.25" Orange Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0% .. :MUNSELL COLOR CHART: 10 Yr. .UNIT WEIGHT: N/A #/CFT .. HOLE # 6 LAB NO: 104477 LOCATION: 400 Bailey Ave W/4 4.75" HMAC 5.50" Grayish Stabilizer 7.25" Lt. Brown Sandy Clay, w/rock & gravel 6.50" Lt. Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0% MUNSELL COLOR CHART: 10 Yr. 6/3 PALE BROWN CLAY UNIT WEIGHT: N/A #/CFT _ HOLE # 7 LAB NO: 104478 LOCATION: 500 Bailey Ave E/4 4.50" HMAC .. 5.25" Grayish Stabilizer 7.00" Lt. Brown Sandy Clay, w/rock & gravel 6.50" Lt. Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 8 LAB NO: 104479 " ;LOCATION: 450 Barden St. C/4 2.25" HMAC 6.50" Grayish Stabilizer 7.25" Brown Sandy Clay, w/rock & gravel 6.50" Brown Sandy Clay ,ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0% .. ,MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT_ HOLE # 9 LAB NO: 104480 .r LOCATION: 451 University Dr E/4 7.75" Concrete 8.50" Lt. Brown Sandy Clay w/rocks & gravel .. 8.00" Dark Brown Clay i 'ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0% MUNSELL COLOR CHART: 10 Yr. ,UNIT WEIGHT: N/A #/CFT 3 ,HOLE # 10 LAB NO: LOCATION: 300 University Dr. W/4 10.00" Concrete = 7.00" Lt. Brown sandy clay w /rocks & gravel 7.00" Dark Brown clay w rock -ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0% MUNSELL COLOR CHART: 10 Yr. ;UNIT WEIGHT: N/A #/CFT ;LOCATION MAY HAVE BEEN A WATER LINE BREAK BEFORE HOLE # 11 LAB NO: LOCATION: 104 College St. C/4 2.50" HMAC ----- ------ 4.75" Grayish Stabilizer 8.25" Lt. Brown Sandy Clay, w/rock & gravel 7.00" Lt. Brown Sandy Clay .. ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 12 LAB NO: LOCATION: 112 Lipscomb St. C/4 2.25" HMAC --- ---� 5.75" Grayish Stabilizer 8.25" Lt. Brown Sandy Clay, w/rock & gravel 7.00" Lt. Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0% ,MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT 104481 104482 104483 HOLE # 13 "LOCATION: 900 W. JARVIS S/4 4.00" Sand & gravel 5.25" Grayish Stabilizer 7.00" Lt. Brown Sandy Clay, 7.00" Dark Brown Clay LAB NO: 104484 w/rock & gravel ,ATTERBURG LIMITS: LL: PL: PI: SHRKG: 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 14 LAB NO: 104485 'LOCATION: 800 W. Jarvis C/4 4.00" Sand & GRAVEL 5.50" Grayish Stabilizer 7.50" Lt. Brown Sandy Clay, w/rock & gravel 7.25" Dark Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT 4 4W .r HOLE # 15 LAB NO:104486 :LOCATION: 817 W. Jarvis St. N/4 4.00" Sand & GRAVEL 4.75" Grayish Stabilizer 7.25" Lt. Brown Sandy Clay, w/rock & gravel i 7.50" Dark Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0% .MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT ;HOLE # 1 LAB NO: 104487 ;LOCATION: 2112 Montgomery St. C/1 3.50" HMAC —- 6.50" Concrete 7.00" Dark Brown Clay, w/gravel 4.00" Lt. Brown Clay ;ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0% ;MUNSELL COLOR CHART: 10 Yr. ,UNIT WEIGHT: N/A #/CFT :HOLE # 2 LAB NO: 104488 'LOCATION: 3707 Tulsa Way E/4 4.50" HMAC .. 5.00" Concrete 7.00" Yellowish Brown sandy Clay, w/rocks 5.00" Brown Clay w/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0% 1MUNSELL COLOR CHART: 10 Yr. 'UNIT WEIGHT: N/A #/CFT 'HOLE # 3 LAB NO: 104489 ;LOCATION: 3616 Tulsa Way C/1 6.00" HMAC 5.50" Concrete 7.00" Lt. Brown sandy Clay, w/gravel 4.00" Brown Clay iATTERBURG LIMITS: LL: PL: PI: SHRKG: .0% aw !MUNSELL COLOR CHART: 10 Yr. !UNIT WEIGHT: N/A #/CFT !HOLE # 4 LAB NO: 104490 _ !LOCATION: 3600 Tulsa Way W/4 1 7.00" HMAC — --- 4.75" Concrete 1 6.00" Lt. Brown sandy Clay, w/rocks 1 5.00" Brown Clay w/gravel !ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0% iMUNSELL COLOR CHART: 10 Yr. ;UNIT WEIGHT: N/A #/CFT 5 . :HOLE # 5 LAB NO: 104491 LOCATION: 1529 Owasso St. E/4 3.00" HMAC r. 4.00" Concrete 8.00" Yellowish Brown Clay, w/gravel 6.00" Brown Clay ;ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0% IMUNSELL COLOR CHART: 10 Yr. ;UNIT WEIGHT: N/A #/CFT 'HOLE # 6 LAB NO: 104492 ,LOCATION:1500 Owasso St. W/4 4.00" HMAC 4.00" Concrete 9.00" Yellowish Brown Clay, w/gravel 5.00" Brown Clay ;ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0% ,MUNSELL COLOR CHART: 10 Yr. ,UNIT WEIGHT: N/A #/CFT ;HOLE # 7 LAB NO: 104493 ;LOCATION: 4200 E1 Campo Ave S/4 3.50" HMAC r. 5.00" Concrete I 8.00" Orange Sandy Clay, w/gravel 5.00" Brown Clay ;ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0% MUNSELL COLOR CHART: 10 Yr. (UNIT WEIGHT: N/A #/CFT HOLE # 8 LAB NO: 104494 LOCATION: 4100 E1 Campo Ave N/4 i 4.00" HMAC 5.00" Concrete 8.00" Orange Sandy Clay, w/rocks .e 4.00" Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 9 LAB NO: 104495 LOCATION: 2300 Penticost St. E/4 2.75" HMAC 5.50" Concrete 8.00" Brown Clay, w/gravel 5.00" Lt. Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT 6 i i ;HOLE # 10 LAB NO: 104496 ;LOCATION: 2200 Penticost St. W/4 2.00" HMAC 6.00" Concrete 8.00" Brown Clay, w/rocks & gravel 6.00" Lt. Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0% ,MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT .HOLE # 11 LAB NO: 104497 ;LOCATION: 4900 Collinwood Ave. N/4 l 3.75" HMAC -r 6.00" Grayish Stabilization 8.00" Dark Brown Clay, w/gravel 4.00" Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0% MUNSELL COLOR CHART: 10 Yr. (UNIT WEIGHT: N/A #/CFT HOLE # 12 _ LAB NO: 104498 LOCATION:5020 Collinwood Ave C/4 3.00" HMAC 4.00" Grayish Stabilization 9.00" Dark Brown Clay, w/rocks 5.00" Brown Clay w/gravel ;ATTERBURG LIMITS: LL: PL: PI: SHRKG: OW MUNSELL COLOR CHART: 10 Yr. q'UNIT WEIGHT: N/A #/CFT HOLE # 13 LAB NO: 104499 LOCATION: 5100 Collinwood Ave S/4 4.00" HMAC 5.00" Grayish Stabilization 7.00" Dark Brown Clay, w/gravel 5.00" Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: .OQ _ MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT (HOLE # 14 __ LAB NO 104500 .. LOCATION: 900 W. 13TH ST N/4 5.50" HMAC 7.50" Concrete 5.00" Brown Sandy Clay, w/rock & gravel 4.00" Lt. Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0% i MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT 7 HOLE # 15 LAB NO: 104501 LOCATION: 1100 W. 13TH St. S/4 3.00" HMAC a 8.00" Concrete 6.00" Brown Sandy Clay, w/gravel 4200" Lt. Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: .Oo MUNSELL COLOR CHART: 10 Yr. .UNIT WEIGHT: N/A #/CFT Approval: Ryan Jeri Routing: Date Tested: 7/21/09-7/23/09 Requested by: Liam Conlon Tested by: Soil Lab f Superintendent Inspector File