Loading...
HomeMy WebLinkAboutContract 31875 • CITY' SECRETARY ,r CONTRACT NO. �"F !-ILF SPECIFICATIONS AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF SANITARY SEWER REHABILITATION CONTRACT LXX (70) UNIT I rr Sewer Project No. PS58-070580176210 DOE No. 4315 Michael J. Moncrief Charles R. Boswell Mayor City Manager I A. Douglas Rademaker, P.E. Director, Department of Engineering S- Frank Crumb, P.E. Acting Director, Water Department Robert Goode, P.E. Director, Department of Transportation & Public Works Prepared fora� r'ek: The City of Fort Worth ................. ' •;*�+ii ..a Department of Engineering r....a�?HN,R;.ATKINS .+ P0 .;... +r 85376 February 2005M. + , •c �Q•; Kimley-Horn and Associates, Inc. Z KHA No. 061018025 ORIGINAL 1 -7 J It-I' WwXFWNet,org Vr w M&C COUNCIL ACTION: Approved on 5/3/2005 - Ord. #16414-05-2005 DATE: 5/3/2005 REFERENCE NO.: **C-20696 LOG NAME: 30LXXVVJS70 CODE: C TYPE. CONSENT PUBLIC HEARING: NO SUBJECT: Adopt Appropriation Ordinance and Authorize Execution of Contract with William J. Schultz, Inc., d/b/a Circle "C" Construction Company for Sanitary Sewer Rehabilitation Contract LXX Unit 1 RECOMMENDATION: It is recommended that the City Council, 1. Authorize the transfer of $763,495.00 from the Water & Sewer Operating Fund to the Sewer Capital Project Fund; 2. Adopt appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Project Fund in the amount of$763,495.00, from available funds, and 3. Authorize the City Manager to execute a contract with William J. Schultz, Inc., dba Circle "C" Construction Company in the amount of$693,495.00 for Sanitary Sewer Rehabilitation Contract LXX(70), Unit 1. DISCUSSION: On March 23, 2004 (M&C C-2000), the City Council authorized the City Manager to execute an engineering agreement with Kimley-Horn and Associates, Inc, in order to facilitate construction, the project was divided into four units. Units 2, 3 and 4 will be advertised at future dates. Unit 1 will provide for the relocation of a segment of an existing 30-inch sanitary sewer main (M-135R) that is in direct conflict with two new railroad tracks proposed within Burlington Northern's Centennial Railyard Facility and the bridge pier layout for the segment of State Highway 121 T that will be constructed within the railyard facility. The project also provides for the construction of new storm drain junction structures to alleviate repeated sanitary sewer overflows during wet weather events resulting from an existing conflict between a segment of 48-inch sanitary sewer main 349 and a 34-inch storm drain line located near the University Drive/Rosedale Street intersection. In addition, two severely deteriorated and corroded sanitary sewer junction structures located in Old University Drive will be repaired as part of this project. BID ADVERTISEMENT The project was advertised for bid in the Commercial Recorder on February 24 and March 3, 2005. On March 24, 2005, the following bid was received Bidder Amount Time of Completion *William J. Schultz, Inc. dba $693,495.00 120 Calendar Days Circle"C" Construction Company 'Even though Circle "C"s bid was the only bid received on this project, City staff considers the bid amount to be fair and reasonable for the scope and complexity of this project In addition to the contract cost, $49,000 is required for inspection and survey and $21,000 is required for project contingencies. William J. Schultz, Inc., dba Circle "C" Construction Company is in compliance with the City's MNVBE Ordinance by committing to 18% MNVBE participation. The City's goal on this project is 18%, The project is located in COUNCIL DISTRICT 9, Mapsco 75Q, R and 76J FISCAL I'NFORMATIONXERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation 1 and the adoption of the appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Sewer Capital Project Fund. TO Fund/AccountiCenters FROM Fund/Account/Centers 11&2] $763,495.00 1)PE45 538070 0709020 $763,495.01 2].PS58 531350 030580176210 $49,000.00 3) $693,495.00 2]PS58 541200 0705801.76210 $714,495.00 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) ATTACHMENTS 30LXXW,!S70_pdf TABLE OF CONTENTS Part Notice to Bidders A r 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 C.t Special Conditions D 1" Additional Special Conditions DA Special Specifications E t Certificate of Insurance F Contractor Compliance with Worker's Compensation Law F Vendor Compliance to State Law F Payment,Performance,and Maintenance Bonds l~ Contract G r Pavement Cores and Geotechnical Bores App. A. Railroad Agreement and Permits App. B Union Pacific Railroad"Guidelines for Temporary Sharing,October 25,2004" App. C PART A A" M PART A - NOTICE TO BIDDERS Sealed proposals for the following project: FOR: Sanitary Sewer Rehabilitation Contract LXX (70) -- Unit I in Fort Worth, Texas D.O.E. Project No. 4315 Sewer Project No. PSSS-070584176210 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas, will be .. received at the Purchasing Office until 1:30 p.m., Thursday, March 24, 2005 and then, publicly ' opened and read aloud at 2:00 p.m. in the Council Chambers. r■ Plans, General Contract Documents and Specifications for this project may be obtained in the office of the Department of Engineering, City of Fort Worth, I000 Throckmorton Street, Fort Worth,Texas 76102. A thirty dollar($30.00)non-refundable fee is required for each set of plans g• and documents. For additional information, please contact Mr. Liam Conlon, Project Manager, City of Fort Worth — Department of Engineering at (817) 392-6824 or Mr. John Atkins, P.E., Project Manager, rKimley-Horn and Associates, Inc., at (817) 335-6511 The major work on the above referenced project shall consist of the following: Sewer Line Improvements 141 LF 30" Sanitary Sewer Pipe By Other Than Open Cut with 42" Steel Casing 165 LF 30" Sanitary Sewer Pipe 24 LF 48" Sanitary Sewer Pipe 2 EA Standard 5-foot Diameter Manhole 2 EA Junction Manhole 2 EA 6-foot Square Manhole 1 EA 14-foot by 6-foot Manhole 2 EA Remove and Replace .function Manhole Top The City reserves the right to reject any or all bids and waive any or all irregularities. No hid may be withdrawn until the expiration of ninety (90)days from the date bids are opened. ADVERTISrNG DATES: February 2.4_, 2005 March 3, 2005 Fort Worth, Texas 0 r"' PART A - COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: Sanitary Sewer Rehabilitation Contract LXX (70) - Unit I in Fort Worth, Texas Sewer Project No. PS58-070580176210 DOE No. 4315 r• Addressed to Mr. Charles Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 p-m., March 24, 2005 and then publicly opened and read aloud at 2:40 p.m. in the Council Chambers. Plans, General Contract Documents and Specifications for this project may be obtained in the office of the Fort Worth Department of Engineering, 1000 Throckmorton Street, Fort Worth,Texas 75102. A thirty dollar($30.00)non- refundable fee is required for each set of plans and documents. 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 races and City Ordinance no. 7404 4Fort 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 will consist of the following: s` Sewer Line Lnprovemeats 141 LF 30" Sanitary Sewer Pipe By Other Than Open Cut with 42" Steel Casing +� 155 LF 30" Sanitary Sewer Pipe 24 LF 48" Sanitary Sewer Pipe 2 EA Standard 5-foot Diameter Manhole ON 2 EA Junction Manhole 2 EA 6-foot Square Manhole 1 EA 147-foot by 6-foot Manhole 2 EA Remove and Replace Junction Manhole Top 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 ,r. 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 the City of Fort Worth Department of Engineering at(817) 392-7941. s Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specifications book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time-line stated below or the bidder may request a copy of said form from the City Project Manager named in this solicitation. In accord with City of Fort Worth Ordinance No. 15534, 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,PRESAE 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 f 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- rresponsive. The managing department for this project is the Department of Engineering. For additional information, please contact Mr. Liam Conlon, Project Manager,City of Fort Worth - Department of Engineering at (817) 392-6824 or Mr. John R. Atkins, P.E., Project Manager, re Kirnley-Horn and Associates, Inc., at(817) 335-6511. CHARLES BOSWELL MARTY HENDR.IX CITY MANAGER CITY SECRETARY By: Rick Trice, P.E., Acting Assistant Director, rDepartment of Engineering, Advertising Dates: rFebruary 24, 2005 March 3, 2005 Fort Worth, Texas r PO SPECIAL INSTRUCTIONS TO BIDDERS IMP 1) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This *„ prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement,an acceptable experience record, an acceptable r 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. E 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 subs utting 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 a611 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. BLD SEC19UTY: 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 Testas. 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 06/04/03 4 of Texas and is the holder of certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion,will determine the adequacy of the proof required herein. 3. BONDS: A performance bond,a payment bond,and a maintenance bond each for one hundred (100%)percent of the contract price will be required, Reference C 3-3.7. 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following- (a) The contractor shall comply with all requirements of Chapter 2258,Texas Government Code,including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258,Texas Government Code_ Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three(3)years following the date of acceptance of the work,maintain records that show(i)the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and(ii)the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of D-3 Right to Audit pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a)and(b)above. (d) With each partial payment estimate or payroll period,whichever is less,an affidavit stating that the contractor has complied with the requirements of Chapter 2258,Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE:. Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g,Texas Revised Civil Statutes,the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a {. nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. r 461(]4103 f r Fm This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by al nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is$25,400.00 or less, the contract amount shall be paid within forty-five (45)calendar days after completion and acceptance by the City_ 9. AGE: In accordance with the policy("Policy")of the Executive Branch of the Federal Government,Contractor covenants that neither it nor any of its officers, members, agents employees,program participants or subcontractors,while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms,conditions or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification,retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers,members,agents,employees, subcontractors,program participants,or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10_ INSARII.ITV: In accordance with the provisions of the Americans With Disahilities Act of 1994("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/WB£UT LIZATION 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 06/04/03 T r (5)City business days after the bid opening date. The bidder shall obtain a receipt from the r appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. '• Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise(MBE)and/or women business enterprise(WBE)on the contract and payment thereof_ Contractor further agrees to permit any audit and/or examination of any books,records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation)and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal,State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts(other than a negligent misrepresentation) and/or " commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three(3)years. 7* 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 an punch list has been completed,as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final pinch list has been completed. n C. Bills Paid,Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding(i)final quantities,or(ii.) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g_ In the event of a dispute regarding either final quantities or liquidated damages,the parties shall attempt to resolve the differences within 30 calendar days. r� 06/04)'03 f r t t r r f I t 1 1 f f 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 $25,000 or more,the IVIIWBE goal is applicable. r If the total dollar value of the contract is less than$25,000, the MIVVBE goal is not applicab:e. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of ail goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. MIWBE PROJECT GOALS The City's MBEIWBE goal on this project is 1$ %of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's MANBE Ordinance by either of the following: 1. Meet or exceed the above stated MIWBE 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 fallowing times allocated, in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m.,f ive (5)C ity b usiness d ays a iter the bid met or exceeded: _ opening date,exclusive of the hid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m.,five(5)City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m.,f ive(5) C ity b usiness d ays a fter t he b id Utilization Form, if no MIWBE participation: o ening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:0€7 p.m.,f ive (5)C ity b usiness d ays a fter t he b id rform all subcontractin Isu tier work: opening date,exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., f ive(5)C ity business d ays after t he bid to met or exceed goal. opening date,exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S MIWBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the MIWBE Office at($17) $71-6104. Rev.5130103 d r I ATTAGP T 1A ge� of FORT WORTH city of Font Worth.. Ll Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime W$LLIAM J.SCMULTZ,INC.DBA CIRCLE C CONSTRUCTION PROJECT NAME: MAN/DBE NON-MNVIDBE SANITARY SEWER REHAB CONTRACT LXX(70)--UNIT I DOE#4315 BIO DATE ..;8are•I - City's M11WBE Project Goal: Prime's MIWSE Project Utilization: PROJECT NUMBER r18% 18% PS58.070580176210 w 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 and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MNVBEs 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 ccunties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered Is' tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL MIWBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DCT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with MinoritylWamen Business Enterprise{MIVVBE}. If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including MNVBE owner-operators, and receive full M/WBE credit, Tie M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/VVBE as outlined in the lease agreement. ATTACHMENT IA FORTLVORTH Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority,Women and non-MNVBEs. Please list MNVBE firms first, use additional sheets if necessary. Certification N (check ane) ° SUBCONTRACTORISUPPLIER T n Company Name i N T Detail Detail Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount TelephonelFax r B B T D W E E N 0 B C T E -+ A M&M CONSTRUCTION 1 X SUPPLYING SAND, ROCK, $ 23,038.00 9725 SALORN DR. MATERIAL & ASPHALT CROWLEY TX 703 HAULING MATERIAL $ 20,000.00 HAULING & r HAUL OFF RICOCHET FUEL DIST. 1 X SUPPLYING FUEL, OIL, & $ 39,034.00 1101-A BEDFORD RD. MATERIAL HYD, FLUID BEDFORD, TX 76002 ION i REDI-MIX CONCRETE 1 X SUPPLYING CONCRETE $ 5,000.00 P.O. BOX 112578 MATERIAL CARROLLTON, TX. I w LATTIMORE MATERIAL 1 X SUPPLYING ONCRETE $ 5,000.00 P.O. BOX 555 MATERIAL MCKINNEY, TX 75070 INDUSTRIAL-UTILITY 1 X SUPPLYING FLOWTITE FRP $ 16,647,00 SALES CO., INC MATERIAL SEWER PIPE 16000 STUEBNER AIRLINE RD. STE 155. - SPRING TX. 77379 CUSTOM PLASTICS 1 X SUPPLYING PIPE & $ 35,000.00 P.O. BOX 112683 MATERIAL RELATED JOB CARROLLTON, TX MATERIAL 75011 ATTACHMENT 1A FORTY bRTH page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and nnrn-MMREs. Please list MNVBE firms first.use additional sheets it necessary. Certification N {check anep 0 SUBCONTRACTOR/SUPPLIER T n Company Namei N T Detail Detail Address a itiA yy C x M Subcontracting Work Supplies Purchased Dollar Amount r B 9 T Q TelephoreelFax R D $ E E C T E A CHEM-CAN 1 X SANITATION POTTIES $ 1,000-00 P.O. BOX 434 ARLINGTON, TX 76004 AMERICAN 1 X SUPPLYING BARRICADES $ 5,000.00 BARRIACES, INC. MATERIAL 107 ENON AVE. EVERMAN, TX_ 76140 RENTAL SERVICE 1 X RENTAL EQUIPMENT $ 5,000.00 CORP, RENTAL P_O. BOX 840514 r DALLAS, TX. 75284 r UNTIED RENTAL INC. 1 X RENTAL EQUIPMENT $ 5,000.00 3120 SPUR 482 RENTAL 1 SUITE B IRVING, TX. 75D62 r _ JOHN A. MILLER & 1 XINSURANCE BONDING, WC. $ 61,787.53 ASSOC. AND GENERAL P_O. BOX 7214 INSURANCE FT. WORTH, TX. 7611 r CLS RVICE & X MH REHAB INTERIOR $ 65,000.00 SUPPLY COATING 726 S, SHERMAN ST RICHARDSON, TX. L ` 75081 f I ATTACHMENT 1A I FORT"FORTH - - - - Page a of a Total Dollar Amount of MIWBE Subcontractors/Suppliers $ 117,072.00 Total Dollar Amount of Nan-M/WBE Subcontractors/Suppliers $ 169,434.53 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $ 286,50$.53 The Contractor will not make auditions, 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 ChangeJAdd±tion. 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 MIW/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/WIDBE(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 V Title dt Contact Namerritle(if different) Company Name — Telephone andlor Fax AddmE-mail Address CitylStatelZip Date e I 1 PROPOSAL r TO: Mr. Charles Boswell City Manager + ` Fort Worth, Texas FOR: Sanitary Sewer Rehabilitation Contract LXX(70)- Unit I Sewer Project No. PS58-070580176210 DOE No. 4315 Pursuant to the foregoing "Notice to :Bidders," the undersigned has thoroughly examined the plants, specifications and the site,understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment an materials necessary to fully complete all the work as provided in t the plans and specifications and subject to the inspection and approval of the Director, Department of Engineering 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 Al SANITARY SEWER YWROVEMENTS- M-134R - UNION PACIFIC RAILYARD Pay Estimated Unit Name of Pay Item with Unit Bid Amount Item Quantity Unit Price in Words Price Bid 1. 141 LF 30-inch Sanitary Sewer Pipe (DIP or Fiberglass) (Railroad Crossing), ,By Otherpp T� - o Than Open Cut, with 42" Steel Casing, DA- Ago-, 125, —125. DA-127,D-64&DA-6;Per Linear Foot: d0 ,,7%�,e - 4 s } goo �h rs; r o✓ Dollars And ,y ei Cents t Per LF r 2. 165 LF 30-Inch Sanitary Sewer Pipe (DIP or w Fiberglass), DA-125, DA-126; All Depths by ,0 5 as 00 Open Cut: r ,v1 4S I©7zSa unci e,Ef � � Dollars And n 0 _ Cents Per LF 3. 2 BA Modified 5-Foot Diameter Type"A"Manhole w/32" Frame, (Re: 137/18) to 6 Feet Depth, DQ D-27; Per Each: � � /t 'go 070o o ° /L"San[' t/dr fimz,ekaxJ Dull ars And Cents Per EA 4. 44 VF Additional Depth over 6 Foot of Manhole Section on Modified 5-Foot Diameter Type "A" Manhole, D-27; Per Vertical Foot: .mood /3�apo Ile.01 I /er2l/f/dt Dollars - — �- And Cents Per VF B-1 . Par Estimated Unit Name of Pay Item with Unit Bid Amount Item Quantity Unit Price in Words Price Sid 5. 2 EA 5-Sided Manhole and Connection tc Existing Sanitary Sewer, DA-122, (Re: 118 and 114); (3 Per ,Each: �+ J $ J?Mowcn $ 70ooD i r rr >Fs"ds /hairs qn W Dollars And n❑ Cents Per EA Opp 6. 105 VF Interior Manhole Coating Per Item DA-14 or DA-15 @ 04 dG 5-5-0 7 7 Sh try� �ir u�a1��t cf+�;"/��Dollars And 4 b Cents Per VF 7. 306 LF Post-Construction Television Inspection of Sanitary Sewer Lines, D-38; Per Linear Foot; Qd 17' 4 Dollars $ 1530 And h Cents Per LF $_ 310 LF Fill abandoned 30" Sanitary Sewer Line with Flowable Fill, DA-124, Per Linear Foot: 60 00 $ Sa $45-6-00 �,. Dollars And n D Cents Per LF 9, € EA Abandon Existing Sewer Manhole, DA-120; Per Each: va� r a $ 44)n D et's a" d` ho v / A u n_ P o/ Dollars And n d Cents Per EA 10, 306 LF Site Specific Trench Safety System, D-26 Per Linear Foot: a 0 $ 1/0. $ 060 Ae a Dollars And 00 Cents Per LF 11, 1 LS Temporary Excavation Support System Per Item DA-121 0 oo p 0 +ten o rr,f a�, c'✓ Dollars And n Q Cents Per LS 12. 200 LF Hydro Mulch "Seeding% D-45; Per Linear Foot: _e n Dollars, And 77p Cents Per LF B-2 Pay Estimated Unit Name of Pay Item with Unit Bid Amount Item Quantity Unit Price in Words Price Bid 13. 4 EA Dehole, All Depths, D-51; Per Each; 60 Dollars S 1115-00 �U And _ r� _ Cents Per EA 14. 300 SY Gravel Road Repair(Flexible Base),8"depth, D-tis: /e In Dollars And 0 Cents Per SY 15. 40 CY Rock R.iprap, DA-39, Per Cubic Yard:. One +�u n rrlr,. p� Dollars $ /J-0 $ 000 And n ej Cents Per CY TOTAL BID (SECTION A 1)$ i -� -- W (TRANSFER BID AMOUNT TO PAGE B-7, SECTION Al) 00 B-3 Pay Estimated Unit Name of Pay Item with Unit Sid I Amnemt Item Quantity Unit Price is Words Price Sid t SECTION A2 SANITARY SEWER IMPROVEMENTS - M-439* - UNIVERSITY DRIVE 1 QLD UNIVERSITY 1_ 1 EA Cut and Remove Pipe and Patch Hole,DA-114 (Re: 111_7 and 2/17): Per Each: 60 as •1 ,,/� $$ Ips $ faooa rr.Sa dz � Dollars And #47 n Cents Per EA ?. 1 EA Remove Existing Sanitary Sewer Vault, D-29; Per Each: ao 00 f1ao C11,11.61 $ *Soo g1 -&ranW g!2.o: [Dollars And 017 4 Cents Per EA 3. l L5 Remove and Replace Junction Manhole Roof at Sta. 134+13 (See Sheet lb), DA-119; Per 00 ap Lump Sum: $_15-0 o p St70D �11e07rr lir 7Xdtnsan Ole Dollars And r7 0 Cents Pe r LS 4. 1 LS Remove and Replace Junction Manhole Roof at Sta. 132+45 (See Sheet 17), DA-119; Per 0C 0 Lump Sum: 2 c�ya o $05 l000 rW*n T40a4sanel Dollars And .40 Cents o, Per LS 5_ 15 VF Interior Manhole Coating, DA-14 or DA-15; Per Vertical Foot: 00 00 r ze C f Dollars And _'0a _ _ Cents Per VF 5. 5 EA Concrete Collar for Manhole (Re: 139/18), D-27; Per Each: D $ _ $ Z7S-�° t+'wc huncf �c� � Dollars And _no _ Cents Per EA 7. 1 EA Salvage Existing 8" Water Valve, D-29; Per Each: pp ��nf� °a jd0 Th�r.e �an�fr/ _ Dollars And n0, Cents Per EA B-4 Pay Estimated Unit Name of Pay Item with Unit Bid Amount Item Quantity Unit Price in Words Price Bid 8, 25 LF 48" Class 53 DIP Sanitary Sewer Pipe with Protecto 401 Interior Liner and Polyethylene I ©CJD U ` -T-000 Encaserti DA-125; Per Linear Foot: $ one ?1,ae s4rl c/ �arjr / hLr Dollars And n Cents Per LF 9. 2 EA Sanitary Sewer Manhole Vault (Re: 1113 and 2113), DA-128; Per Each: 00 �� �� �/.S�dDO_ 14 [`I r .r0� T� , o ,sn & Dollars And Cents Per EA 10. 1 EA Storm Sewer Vault (Re: 1114), DA-129; Per Each: 06 06 rir r� � �dt QusS'ovs C+rpollars And -"2_0 _ _ Cents Per EA Il. 25 LF Post-Construction Television Inspection of Sanitary Sewer Lines, D-38; Per Linear Foot: c e<' �%�er] _ - Dollars And n o _ Cents Pe r LF 12, 150 S Concrete Sidewalk and Driveway Repair, D- 20; Per Square Yard: 00 I [, $ 97s'0 SJXyv Dollars And Cents Per Sy 13. 25 LF Site Specific Trench Safety System, D-26; Per Linear Foot: p 6 a SSD � ���v Ice- Z_/_ _ - dollars And /70 Cents Per LF 14, 30 LF HMAC Pavement Repair,Re:App.A and Fig. 2000-1, D-25; Per Linear Foot: p p 00 4e eu "i""'e Dollars And Cents Pe r LF 15. 36 LF HMAC Pavement Repair, Re: App. A and Fig. 2000-1 for Surface Repair and Fig.2000- D D v 3 for Base Repair, D-25; Per Linear Foot: $ $ IBD &U /—/-"p Dollars And 0'2 o Cents Per LF B-5 Pay Estimated Unit Name of Pay Item with Unit Bid Amount Item Quandt Unit Price in Words Price Bid 16, 50 LP Concrete Curb & Gutter Repair, DA-24; Per Linear Poor. aD a Dollars And ta[3 _Cents Per LF 17. 204 CY Potentially Petroleum Contaminated Material Handling, DA-37; Per Cubic Yard: p OG 115r�1-o _ Dollars And /7n Cents Per CY 18. 200 CY Loading, Transportation, and Disposal of Contaminated Soil, DA-38: Per Cubic Yard: o av oCj LL�o 00 Dollars And n a Cents Per CY 19, 4 EA Exploratory Excavation (D-Hole), D-51; Per Each: 14QC) 44"ez ca/rle r/ Dollars And Cents Per EA 20. 1 LS Traffic Control, DA-117 (Re: Sheets 21 and 22); Per Lump Sum: aU G Dollars And Cents Per L5 0 40 TOTAL BID (SECTION A2) $ -946;6t� 1-' (TRANSFER BID AMOUNT TO PAGE B-7, SECTION A2) ZZ 7,5-06- O G B-b PROPOSAL Bid Summary - Unit 1 Total Amount Sid for Section A 1: $ ?6' a 7(0 r Q C Total Amount Bid for Section A2: $ Z j $ 4 22 ?`S©-� p 3 a oC) d Total Amount Bid for Sections Al and A2: I � . V 9,5 l I I I I I B_, 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. Tree 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 within 12.0 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 10 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 our principal place of business, are not required to underbid resident bidders. ✓ B. The principal place of business of our company or our parent company or majority owner is in. the State of Texas. Receipt is acknowledged of the following addenda: Addendum No. l (initials) Addendum No. i (initials) Addendum No. 1 (initials) Respectfully submitted, By: Name. Title: :. . _ Address: 4;r 71 LIQ, J oft (SEAL) if Bidder is Corporation Telephone: 9/7 = Z_U- Z Date: 7- N 5- B-9 r r r r r r r r r � PART s r r r r r r r PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER 1, 1987 TABLE OF CONTENTS CI-1 DEFINITIONS C1-I (1 C1-1.1 Definition of Terms C1-1 (1) rCI-1.2 Contract Documents C1-1 (2) C1-1.3 Notice to Bidders C1-1 (2) Cl-1.4 Proposal C 1-I (2) C]-1.5 Bidder CI-1 (2) Cl-1.6 General Conditions C 1-t (2) C1-1.7 Special Conditions C1-1 (2) C1-1.8 Specifications CI-1 (2) CI-1.9 Bonds C1-1 (2) C1-1.10 Contract C1-1 (3) C1-1.11 Plans C1-1 (3) Ci-1.12 City CI-I (3) C1-1.13 City Council C1-1 (3) C1-1.14 Mayor C1-1 (3) CI-1.15 City Manager Cl-1 (3) C1-1.16 City Attorney CI-I (3) Ci-1.17 Director of Public Works C1-1 (3) C1-1.18 Director, City Water Department C1-1 (3) C1-1.19 Engineer Cl-1 (3) C1-I.20 Contractor CIA (3) C1-1.21 Sureties Cl-1 (4) C1-1.22 The Work or Project Cl-1 (4) C1-1.23 Working Day C1-1 (4) C1-1.24 Calendar Days C1-1 (4) C1-1.25 Legal Holidays Cl-1 (4) Cl-1-26 Abbreviations CIA (4) CI-1.27 Change Order Cl-I (5) C1-1.28 Paved Streets and Alleys Cl-1 (5) C1-1.29 Unpaved Streets or Alleys CI-I (6) C1-1.30 City Street C1-1 (6) I C1-1.31 Roadway CI-1 (6) C1-1.32 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) I C2-2.5 Rejection of Proposals C2-2 (3) (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 0-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (1) C3-3.5 Award of Contract C3-3 (2) T 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) r C3-3.15 Venue C3-3 (7) C44 SCOPE OF WORD C4-4.1 Intent of Contract Documents C44 (1) C4-4.2 Special Provisions C44 (1) C4-4.3 Increased or Decreased Quantities C4-4 (1) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C44 (2) C44.6 Schedule of Operation C4-4 (3) C4-4.7 Progress Schedules for Water and Sewer Plaint 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 Constriction Stakes C5-5 (3) C5-5.8 Authority and Duties of City Inspector C5-5 (3) (2) s■ C5-5.9 Inspection C5-5 (4) C5-5.10 Removal of Defective and Unauthorized Work C5-5 (4) dw 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) PM C6-6.4 Sanitary Provisions C6-6(1) C6-6.5 Public Safety and Convenience C6-6 (2) C6-6.6 Privileges f 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) OM C6-6.12 Contractor's Responsibility for Damage Claims C6-6 (6) C6-6.13 Contractor's Claim for Damages C6-6 (8) rt 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) F0 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) OM C6-6,20 Personal Liability of Public Officials C6-6 (1 Q) 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) PM C7-7.5 Character of Workmen and Equipment C7-7 (2) C7-7.6 Work Schedule C7-7 (3) OR C7-7.7 Time of Commencement and Completion C7-7 (3) C7-7.8 Extension of Time Completion C7- C7-7.9 Delays C7-7 (4) - Fm (3) 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) r 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 Sutra. 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) r" 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) r r r P. op r r ? (4) l� PART C - GENERAL CONDITIONS CIA DEFINITIONS SECTION CI-I DEFINITIONS C1-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: C1-1.2 _CONTRACT DOCUMENTS: The Contract Documents are 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 Documents govern all Water Department Projects and Include the following Items ,,. PART A- NOTICE TO BIDDERS (Sample) White PART B -PROPOSAL (Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow .• (Developer) Brown PARI'D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS EI-White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G -CONTRACT (Sample) White r- 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 PERMITSIEASEMENTS PART F-BONDS PART G- CONTRACT PART H- PLANS ('Usually bound separately) C1-1 (1) CI-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. C1-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. C1-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence. . 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.$ 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. CI-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: a. Performance Bond(see paragraph C3-3.7) b. Payment Bond(see paragraph C3-3.7) C. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2.6) C1-1 (2) PW C1-1.10 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. 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 da 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. 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 r, 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 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. C 1-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern of the City of Fort Worth,Texas. C1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Port Worth, Texas, or his duly authorized representative. CI-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth,Texas, or his duly authorized representative. C I-1.17 DMECTOR 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 rauthorized 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 therm. C1-1.20 CONTRACTOR: The person, person's, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of work, acting Fdirectly or through a duly authorized representative. A sub-contractor is a person, firm, rC1-1 (3) w 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 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 0 requirements as set forth in the Contract Documents and approved changes therein. C1-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered b y t he C ontract D ocuments, i ncluding but n of 1 imiited t o t he f urnishing o f a 11 labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. C1-1.23 WORKING DAY: A working day is defined as a calendar 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: 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: AASHT - American Association of State MGD - Million Gallons C1-1 (4) r I O Highway Transportation Officials per Day ASCE - American Society of Civil CFS - Cubic Foot per Engineers Second 1AW - In Accordance With Min. - Minimum ASTM - American Society of Testing Mono. - Monolithic Materials % - Percenturn AWWA - American Water Works R - Radius Association I.D. - inside Diameter ASA - American Standards Association O.D. - Outside Diameter HI - Hydraulic Institute Elev. - Elevation Asph. - Asphalt F - Fahrenheit Ave. - Avenue C - Centigrade Blvd. Boulevard In. f Inch CI Cast Iron Ft. Foot CL - Center Line St. - Street GI _ Galvanized Iron CY = Cubic Yard Lin. Linear or Lineal Yd. Yard lb. - Pound SY - Square yard MH = Manhole L.F. _ Linear Foot Max. Maximum D.I. Ductile Iron C1-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25%of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. C1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. C1-1.29 UNPAVED_STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined for"Paved Streets and Alleys." Cl-1 (5) C1-1.30 CITY STREET: A city street is defined as that area between the night-of-way lines as the street is dedicated. C1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') back of the curb lines or four (`4) feet back of the average edge of pavement where no curb exists. C1-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. CM (6) 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 will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have beenp P P re ared 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 t he acceptability o f e xperience f or q ualif cation t o b id o n any Fort W orth W ater Department project. .■ The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal 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 f fling o f p roposal, 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 o fficially p romulgated a ddenda t hereto, s hall b e b inding u pon t he O wrier. 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 not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both -� words and numerals, for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy 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 C2-2(2) AWN of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REFECTION 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. PM 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 t o B idders."T he e nvelope s hall b e a ddressed t o t he C ity Manager, City Hall, Fort Worth,Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration 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 a■ 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 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal OW opening time, no further consideration will be given to the proposal. C2-2(3) C2-2.14 P UBLIC O PENING O F P ROPOSAL: P roposals w hich h ave b een properly filed and for which no "Non-consideration Request" has been received will be publicly -• opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders."All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their aLthorized 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, 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 can not be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons: a) Reasons for believing that collusion exists among bidders. b) Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. C) The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d) The bidder being in arrears on any existing contract or having defaulted on a previous contract. e) The bidder having performed a prior contract in an unsatisfactory manner. f) Lack of competency as revealed by 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: mom 1. Financial Statement showing the financial condition of the bidder as specified in Part"A"- Special Instructions 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2(4) PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of 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. 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 (b) months. C3-3.3 E QUAL E MPLOYMENT"P ROVISIONS: T he C ontractor s hall 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. C3-3 (1) 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 responsive bidder. The award o f the contract s hall n of become e ffective a ntil the O wrier has notified the Contractor in writing of such award. C3-3.5 RETURN OF PROPOSAL SECUIUTIES. As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or c therwise, 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 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. b. MAINTENANCE BOND. A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. G. 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 C3-3 (2) O r 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344, Acts 551h Legislature, Regular Session, 1959, effective April 27, 1959, andlor the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed runder t hese s peri fications. P ayment B and s hall r emain i n f orce u ntil 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. rNo 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 i be made on the forms furnished by the Owner and shall be executed by an approved f surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a 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 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 market prices of material and labor, and it being impracticable and difficult to accurately determine the a mount o f d amages o ccurring t o t he owner by reason of said awardee's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will I Ti C3-3 (3) .. a .h R. :';�a suffer by reason of such failure on the part of the Awardee and shall thereupon immediately by forfeited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized i n w citing t o d o s o b y t he 0 wrier. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization,commence the physical execution of the contract. C3-3.11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the subcontractor's certificate of insurance for approval. The prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The A Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage I nsurance) i n t he a mount n of 1 ess than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with$2,000,000 umbrella policy coverage. C. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability(covers General Contractor's Liability for acts of sub-contractors). C3-3 (4) FBI 2. Blasting,prior to any blasting being done. #, 3. Collapse of buildings or structures adjacent to excavation cif excavation are performed adjacent to same). 4. Damage to underground utilities for$500,000. 5. Builder's risk (where above-ground structures are involved). 6. Contractual Liability (covers all indemnification requirements of Contract). d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000. �. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the ,,. Contractor shall apply to the sub-contractors, should the Prime Contractor's insurance not cover the sub-contractor's work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and C3-3 (5) performance, payment, maintenance and all such other bonds are written, shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth. Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or c laims officer residing i n t he M etroplex, t he F ort Worth- Dallas area. The name of the agent, or agents shall be set forth on all such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLLS: A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION. Any Contractor, whether a person, persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor s hall c harge, d elegate, o r assign t his o ffice (or h e m ay d elegate h is P roj ect Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract w nether i t b e administrative o r o ther wise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth- Dallas m etropolitan area, n otification o f t he Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all C3-3 (6) appropriately signed and sealed, as applicable, by the Contractor's responsible offices with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason- C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County,Texas. F C3-3 (7) r r . PART C - GENERAL CONDITIONS C44 SCOPE OF WORK f SECTION C4-4 SCOPE OF WORK. 1 0441 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of t he C ontract D ocuments. It i s definitely understood t hat t he C ontractor s hall d o a 11 work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project- C44.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. 044.3_INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increaser) or decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits not 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 overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. r C4-4 (1) C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By C hange o rder, t he owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the t original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4.5 EXTRA WORD: Additional work made necessary Y b changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor an accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a "Change order" small be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: - a. Unit bid price previously approved. b. An agreed lump sum. C. The actual reasonable cost of(1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and (4) actual cost of insurance, bonds, and - social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 16 percent of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work. The fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in (1), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the f orm a nd i n t he m ethod s uggested b y t he O wrier and s hall give t he Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting Parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. C4-4 (2) Should a difference arise as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof as provided under method (Item Q. Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls '~ covering all labor and materials expended upon said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4.6 SCHEDULE OF OPERATION: Before commencing any work under this r contract, the Contractor shall submit to the Owner and receive the Owner's approval thereof, a "Schedule of Operations," showing by a straight line method the date of commencing and finishing each of the major elements of the Contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and percentage of completion plotted vertically. The progress charts shall be prepared on 8-112" x I1" sheets and at least five black or blue line prints shall be furnished to the Owner. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within ten (1 U) days prior to submission of the first monthly progress payment, the Contractor shall prepare and submit to the owner for approval six copies of the schedule r• in which the Contractor proposes to carry on activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) .. network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Engineer. *' As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. r C4-4 (3) Mot Prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requirements and completion time. b. The construction progress shall be divided into activities with time durations of approximately fourteen days (14) days and construction values not to exceed $50,000. Fabrication, delivery and submittal activities are exceptions to this guideline. C. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall as a minimum, be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen (14)days duration. For each general category, the construction schedule shall identify all trades or not subcontracts w hose w ork i s represented b y activities t hat follow t he g uidelines o f this Section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and preacceptance activities and events in their logical sequence for equipment and materials. 1. Preparation and transmittal of submittals 2. Submittal review periods. 3. Shop fabrication and delivery. , C44 (4) P" I ' 4. Erection or installation. 5. Transmittal of manufacturer's operation and maintenance instructions. 6. Installed equipment and materials testing. 7. Owner's operator instruction (if applicable). 8. Final inspection. 9. Operational testing. If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time. If the owner finds the proposed plan not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with .., diligence as will insure its completion within the tune specified. FM IN Pa r C4-4(5) PART C - GENERAL CONDITIONS CS-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 AUTHORITY OF ENGINEER: The work shall bep erformed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. The Engineer shall decide all questions which arise as to the quality and acceptability of the materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequence or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. The Engineer shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and m ake effective ,.. such necessary decisions and orders as the Contractor fails to carry out promptly. l In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in controversy. C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements other wise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specification, a nd q uantities shown on the plans shall govern over those shown i n t he proposal. The Contractor shall not take advantage of any apparent error or omission in CS-5 (1) the Contract Documents, and the owner shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract ..s Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in drawings, specifications, or other portions of the Contract Documents which M" were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. A C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents. �* The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-spearing superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas, and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies,omissions, or correction necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the .. .a C5-5 (2) discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not shoe just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather proof, so that documents will not be damaged by the elements. C5-5.7 CONTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. f C5-5.$ AUTHORITY AND DUTI=ES OF CITY INSPECTOR: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and ,�. the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure �•• or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. in case of any dispute arising between the Contractor and the City inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the •` Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s of the Contract Documents. The City Inspector will in no case act as superintend nt or t � C5-5 (3) LL- 64 PM foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents of the Contract Documents, provided, however, should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in Controversy. C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. C5-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which has been rejected shall be remedied or removed and .. replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specially provided, or any Extra Work done without written authority, will be considered as unauthorized and •� done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. C5-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to Punish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the function called for by the general design, be s imilar a nd o f equal substance t o t hat s pecified a nd b e s uited t o t he same u se and capable of performing the same function as that specified ; and identifying all variations of the proposed substitute from that specified and indicating available maintenance C5-5 (4) P service. No substitute shall be ordered or installed without written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be fumished at Contractor's expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employees by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. Q5-5-12 SAMPLES AND TESTS OF MATERIALS: Where, i n t he o pinion o f t he Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing r agency by the Owner unless other wise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such „ facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor �. will furnish adequate samples without charge to the Owner. In case of concrete, the a ggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new materials. r C5-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. C5-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location o f, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered C5-5 (5) sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as -. to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision of which is not made in these Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. -� It shall be the Contractor's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate AW such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all. existing utilities, structures, and service lines. Verification of existing utilities, structures, and service lines shall include notification of all utility companies at least forty-eight (48) hours in advance of construction including exploratory excavation if necessary. All verification of utilities and their adjustment shall be considered subsidiary work. C5-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob. The tag shall be durable in composition, and in large bold letters shall say: C5-5 (b) "NOTICE„ Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on between the hours of and This inconvenience will be as short as possible. Thank You, Contractor Address Phone b. Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate. C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall suffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub- contractor shall assert any claim against the owner on account of damage alleged to have been sustained, the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim. C5-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by �. him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. r C5-5 (7) 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. .. 0. M" .r C5-5 (8) PART C- GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and tcomply 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 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 famished 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 w ante as w ill t end 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 C6-6(1) 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. C5-6.5 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 mariner 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 d uring 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 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 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 Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work 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 notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are 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. C6-5(2) The Contractor shall at all times conduct his operation and use of constriction 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 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 nights-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 constriction 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 rsignals, 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) 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 hos. 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. } 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 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 rarising out of such use of explosives. C6-6.14 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- 0 or work area considered necessary by the Contractor shall be provided by him at his r q 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 rpurpose 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 rby 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, r 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 r misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. r 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 r 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 r C6-6(5) 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 AM 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. 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 „4 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 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 k ind o r c haracter, w hether r eal o r a sserted, a rising o ut 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) '�" On Owners 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 c haracter, w hether real o r a sserted, a rising o ut o f o r i n c onnection w ith, d irectly o r indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not c aused, i n w hole o r i n a part,b y a lleged 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 c onnection w ith or resulting from, i n w hole o r i n a part, a ny and a 11 a lleged 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, 40 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 f' performance of such work, and such semi-final payment may then be recommended by the Director. F The Director shall not recommend final payment to a Contractor against whom such a claim for d amages i s o utstanding 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. 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) 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 tho Director_ The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation foe 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 4 books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. C6-6.14 ADNSTMENT 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(S) 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, h e s hall m ake c omplete and s atisfactory a rrangements w ith the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a r, connection o n an existing C ity m ain. A 11 p iping 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. dft 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. C 6-5.17 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. Pa 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. r 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(4) C6-6.241 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, 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 .411, 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 low .41 C6-6(10) PART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.1 SUBLETTING: The Contractor shall perforin 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 f 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 k 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 lirnit 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(l) 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 lie 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 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 mmimurn 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 EQUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring from outside the City o(Fort Worth his key men and his superintendent. Al 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 m isconduct h imself o r t o b e f ound t o b e i ncompetent, d isrespectful, i ntemperate, 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 perforin the work assigned to them and operate any equipment n ecessary t o p roperiy c arry o ut t he performance of the assigned duties. 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 Dandling 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) C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in Cl-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. r 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 abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate ofgT ro ess such as will insure that the whole work p will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized. 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. kr•• 1 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. r �� C7-7(3) 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. T his s hall i nclude e fforts t o o btain the s upplies and m aterials f rom a lternate 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 1.6 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 COMPI..ETION: 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 d' proposal section of the Contract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in alit 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 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. C7-7(4) a 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 $ 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 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. C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shah 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 PP 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 shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work,and erect temporary structures where necessary. r 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 PW Paragraph C7-7.8 EXTENSION OF THETLME OF COMPLETION, and should it be OW C7-7(5) M9 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. met No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. .. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the president of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after 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. 07-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT 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 cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure o f 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(5) C. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, p , or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of theContractorto observe any requirementsquxrements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work Cinder contract. i. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. J. if the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A Copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any cause or causes, or when the contract is 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 terns of the Contract Documents. A C7-7(7) 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 r has ordered the Contractor to discontinue, then the Owner shall have the power to complete, by contract o r o therwise, a s i t m ay d etermine, t he w ork h ere in d escribed o r 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 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 µ be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual .� cost of the owner of such work In case such expenses shall exceed the amount which would have been payable under the Contract i f t he s ame h ad 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 r 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. 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. A. NOTICE OF TERMINATION: Any Termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to w hich p erformance o f 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 r 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(S) r claim, demand or suit shall be required of the Owner regarding such discretionary action S. 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 rconnection with the performance of, the work terminated by the notice of the termination; and rb. The completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be famished to the Owner. 5. complete performance of such work as shall not have been terminated by the notice of termination; and +w b. 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 s ubmit t o t he E ngineer a I ist, certified as to quantity and quality, of any or all items of termination r inventory not previously disposed of, exclusive of items the disposition of C7T7(9) d" 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 i•, 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. Unless one or more extensions in writing are granted by the Owner upon r` 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; C7-7(10) r 1 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 T materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by 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 rcontract price for such continued portion. 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 A13ANDONMENT 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 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 rregulations so as to protect person and property from injury, including death, or damage in connection with the work. r r JF C7-7(11) I PART C - GENERAL CONDITIONS r C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of f 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 rthese 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 1 satisfactory condition for operation_ C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said ``Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans_ rC8-8.4 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, f or a 111 oss and d amage arising o ut o f 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, C8-8(l) 1 21 , Jow 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 O wrier s hall b e t he s ole j udge o f s uch d elects, i mperfections, o r 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 I" and the 5t' day of each month, the Contractor shall submit to the Engineer a statement showing an estimate of the value of t he w ork d one d uring t he p revious m onth, o r e stimate p eriod under the Contract Documents. Not later than the 10'h 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) inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount 1s 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 o- of its quantity of sufficiency, or as an acceptance of the work clone 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 M Contractor fails to perform the work strictly in accordance with the specifications or provisions of this Contract. - C8-8(2) r C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may *` be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for 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 a 11 requirements o f t he C ontract 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 furrnshed to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, r the Contractor shall execute an affidavit as furnished by the City, certifying that; A A. all persons, firms, associations, corporations, or other organizations OW 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 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. C8-8(3) 1 The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it WIR has employed competent engineers and designers to prepare the Contract Documents and all m odifications of the approved C ontract Documents. It i s, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the me 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. C8-8.10 GENERAL GUARANTY: Neither the f inal c ertificate o f p ayment n or 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 work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. .. The Owner will give notice of observed defects with reasonable promptness- C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary ' item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. M1 C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one- tenth unit. Payment for miscellaneous placement of material skull be in accordance with 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 .r C8-8(4) ' a 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. will W C8-8(5) 1 1 1 r i 1 1 L 1 r i r r r t r r SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C - GENERAL CONDITIONS A. General r 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 PARTL4L 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 OW 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent(10%). For contracts of$400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. r It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered r 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 rContract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C - General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and 1 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" Revised Pg. I 10/24/02 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 personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants a nd a grees t o i ndemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, 'from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not anY such injury, dam:aae or death is caused, in whole or in part, by the negligence or alleged nali.aence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner .from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any, such injury or damage is caused in whole or in part by the negligence or alleged neglikence of Owner, its officers, servants or employees. In the event O wrier r eceives a w ritten c lair for d arnages a gainst t he C ontractor o r i is 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 the Contractor shall perforin the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. Revised Pg. 2 14/24/02 1 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 coverage under Contractor's workers'compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on park of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. E ach i nsurance p olicy s hall b e 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. Ce. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieuof 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 b e r esponsible for t he d irect p ayment o f i nsurance p remium c osts 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. Revised Pg. 3 10/24/02 I. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance �. policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: 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 d amage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, A and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. 1. C8-8.10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in _ respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2)years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract Revised Pg. 4 10/24/02 r which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the PM 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 r 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. PF " 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 f PW telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated W_ November 1, 1987; (City let projects)make the following revisions: +� Revised Pg. 5 10/24/02 1 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City, the surety gust (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or(2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Urtied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(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". L. RIGHT TO AUDIT: Part C - General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three(3) years after final E. 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 F during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of -- intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: Revised Pg. b 10/24/02 r A 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 N M. SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6.10 work within easements, page C6-6(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 incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C - General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the *� word flagmen. 2. In the first paragraph, lines five(5) and six (6), change the phrase take all such other �^ precautionary measures to take all reasonable necessary measures. O. -MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section 0-3.2 Entitled "MINORITY BUSINESS ENTERPRISEIWOMEN-OWNED BUSINESS ENTERPRISE COMPLL4NCE" shall be r deleted in its entirety and replaced with the following: pa Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements, further, any such misrepresentation (other than negligent r misrepresentation) and/or commission of fraud will result in the Contractor being determined to he irresponsible and barred from participating in City work for a period of time of not less than thee(3) years. Revised Pg. 7 10/24/02 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. 9130/02)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. v Revised Pg. 8 10/24/02 r r r r r r r r r rPART r r r r r r r r r PART D - SPECIAL CONDITIONS D-1 GENERAL.......................................................................,...............,._.................., ......3 D-2 COORDINATION MEETING............................................--......................... ......4 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW.....................4 D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ....................................7 D- 5 CROSSING OF EXISTING UTILITIES...................................-•..........................................7 -� D- 6 EXISTING UTILITIES AND IMPROVEMENTS ...............•.....................................I............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.........................................•........ ....................... ...9 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.. D- 19 PROJECT DESIGNATION SIGN .....................................,.......•,.................................,11 D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT......................................12 D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL...................•. 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 D- 29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES................20 D- 30 DETECTABLE WARNING TAPES...............................................................................22 D- 31 PIPE CLEANING................................................................... 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 ..........27 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 I D-46 CONFINED SPACE ENTRY PROGRAM......-............................................................37 D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION............................37 6-- 48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS)......................38 D- 49 CONCRETE ENCASEMENT OF SEWER PIPE ... D- 50 CLAY DAM...... ........................_........­­­ .......................................... ........................38 D- 51 EXPLORATORY EXCAVATION (D-HOLE)..................................................................39 10/27/04 Sc-1 PART D - SPECIAL CONDITIONS D- 52 INSTALLATION OF WATER FACILITIES....................................................................39 52.1 Pol -inyl Chloride (PVC) Water Pipe...................... ..........................39 52.2 Blocking .......................................................................................................................39 52.3 Type of Casing Pipe........................................................................... .........................39 52.4 Tie-Ins...... 52.5 Connection of Existing Mains............................ ......................40 52.6 Valve Cut-Ins .............•..•..............................,..........................-•----•-•--•....................--..40 52.7 Water Services...................................... ...41 52.8 2-Inch Temporary Service Line ...............................................•------------------------..._....-•..43 52.9 Purging_and-Sterilization of Water Lines ......................................................................44 52.10 Work Near Pressure Plane Boundaries........................................................................44 52.11 Water Sample Station --•---•--••-•-----•---------------,..............................................................44 52.12 Ductile Iran and Gray Iron Fit`ings................................................................................45 D- 53 SPRINKLING FOR DUST CONTROL............................................ .............45 D- 54 DEWATERING.............................................................................................................45 D. 55 TRENCH EXCAVATION ON DEEP TRENCHES.........................................................45 D- 56 TREE PRUNING..................... ......._....45 D- 57 TREE REMOVAL D- 58 TEST HOLES.......................................................................----•---- --------------................46 D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ......................................................................................................•.47 D- 60 TRAFFIC BUTTONS........................................................................... ...48 ............ . . rt D- 61 SANITARY SEWER SERVICE CLEANOUTS..............................................................48 D- 62 TEMPORARY PAVEMENT REPAIR......... ...............................................................48 D- 63 CONSTRUCTION STAKES ......-..................................................................................48 D- 64 EASEMENTS AND PERMITS......................................................................................49 D- 65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING................................................49 D- 66 WAGE RATES............................................................... ........................................50 D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE......................................50 D-68 STORM WATER POLLUTION! PREVENTION (FOR DISTURBED AREAS GREATER THAN1 ACRE)........................................................... ................................................51 D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR {OPERATIONS OF EXISTING WATER SYSTEMS.......................................................•--......_.........------....52 D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD.................................................53 D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION .....................................................53 D-72 AIR POLLUTION WATCH DAYS.....................................................................................54 D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS..........................................54 90/27104 SC-2 1 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: PROJECT DESCRIPTION SANITARY SEWER REHABILITATION CONTRACT LXX (70) UNIT I FORT WORTH, TEXAS DQE PROJECT NO. 4315 WATER DEPARTMENT PROJECTS NO.. PS58-070580176210 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative, therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any worm 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 small govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions. 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRALTEXAS 10127104 SC-3 PART D - SPECIAL CONDITIONS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the ►� pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. Generai Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot �- be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said 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. I' D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 10127144 SC-4 r PART D - SPECIAL CONDITIONS 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. G. The contractor shall notify the governmental entity in writing by certified mail or personat delivery, within ten (10) days after the contractor knew or should have known„ of any change 10127104 SC-5 PART D - SPECIAL CONDITIONS that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with wham it contracts to provide services on a project, to- 1. o:1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; .� 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the .. contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 10127104 SC-6 PART a - SPECIAL CONDITIONS 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify -- current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both Engiish and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this y" 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, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D- 5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be constructed of ductile iron pipe, The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM 0-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary — work, the cost of which shall be included in the price bid in the Proposal for each bid item. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. 10127104 SC-7 PART D - SPECIAL CONDITIONS The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection or relocation, and/or temporary relocation of all utility poles, gas lines,. "i telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. The Contractor is liable for all damages dune 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 imove 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 malting such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground, D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES it is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. D- 8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31_ 10127104 SC-8 i PART D - SPECIAL CONDITIONS A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, _City Traffic Engtl neer at (817) 871-8770, at the pre-construction conference. Although work will not begin until the traffic control plan has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, w hick h as been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign s hall b e i eft i n 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. q 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 shall be included as a lump sum as bid in the Proposal, bid item Traffic Control. D- 9 DETOURS The contractor shalt 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 a nd d is position of a it materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D- 11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D- 12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. 10127104 SC-9 PART D - SPECIAL CONDITIONS D- 13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be dispersed 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. o� 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. 0 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- ,i 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 R 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." 10127104 SC-10 0 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 tower 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 outlincd 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) 871-8300 M-F 7:30 am to 4:30 p.m. or (817)873-8300 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_ 10127!04 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. shah be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the 7W7104 SC-12 PART D - SPECIAL CONDITIONS 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 I width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. it 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.1. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size % Retained 1" 0-10 112" 40-75 318" 55-90 #4 90-100 #8 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. ` Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The top two (2) feet of sewer line trenches and the top eighteen (18) inches of water line may be rolled in with heavy equipment tires, provided it is placed in lifts appropriate to the material being used and the operation can be per-formed without damage to the installed pipe. 10127/04 SG-13 s.. PART a - SPECIAL CONDITIONS The City, at its own expense, will perforin trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot �- vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "8" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. Type "t3" 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 existing HMAC pavement between the existing gutter and the edge of the trench pavement repair a- 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 wail 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. 10127144 SC-14 PART D - SPECIAL CONDITIONS D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL. This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of 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 andlor sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P - Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: - 1. TRENCHES A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the -� bottom is not greater than fifteen (15)feet. 2. BENCHING SYSTEM - Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels. 3. SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM - Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM - Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave-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 10127/04 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 he 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 r 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 corers shalt 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 icor lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the 10127104 SC-1 6 PART D - SPECIAL CONDITIONS .� joints using a trapped type performed O-ring rubber gasket shall require Biturnastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelabie 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, s. or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint r" 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. 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 10/27104 SC-1 7 PART D - SPECIAL CONDITIONS material along the inside and outside edge of each joint, or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the *� manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 118 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 112-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. a, 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 Modified Type "A" manholes shall be considered as a single unit all inclusive, rim through invert structure, at a basic depth of six (6') feet. Payment for extra depth in excess of the basic manhole depths shall be made under a separate item of bid as defined in Section E2-14. The price bid for adjusting and/or sealing of existing manholes shall include ail labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating.. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D- 28 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an 10127/04 SC-18 PART D - SPECIAL CONDITIONS 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. Q. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service fine as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for ^ Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all worm 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 fight after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. All re- routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S.T.M'. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service line. 14127104 SC-19 PART Q - SPECIAL CONDITIONS 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 Fart Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. D- 29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. 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 15 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 10127104 SC-20 PART D - SPECIAL CONDITIONS grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the s tructure p lugged w ith I can concrete. M anhole t op o r c one 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 SANITARY SEWER VAULTS: Vaults to be removed shall have all pipes entering or exiting the structure disconnected. The complete vault, including top section and base section shall be removed. 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. i C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 18 inch and larger, and sanitary sewer manholes or vaults, regardless of location. Payment for removal of sanitary sewer vault shall include all labor, material, and equipment necessary to perform work, including removing all sanitary sewer pipe, storm drain pipe, water pipe, sidewalk, curb and gutter, saw cutting, and all other incidental costs associated with removal of sanitary sewer vault structure. -- 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). 10127104 SC-21 PART D - SPECIAL CONDITIONS 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 N inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item I. D-30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2% pounds!! inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Legends Water Safety Blue Caution! Buried Water Line Below Sewer Safety Green 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 tems)_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 SPOILIFILL MATERIAL Prior to the disposing of any spoillfill 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 spoillfill 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 spoillfill materia ,at-its- 10127104 ts10.27.04 SC-22 _ &A,:' PART D - SPECIAL CONDITIONS expense and dispose of such materials in accordance with the Ordinances of the City and this section. D- 33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. D- 34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular 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 a Iso h ave a s election o f It wo 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. 1O7 27104 SC-23 PART a - SPECIAL CONDITIONS f— 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high-velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If .. cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort. shall be abandoned. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by .. the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in �. wet wells, or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall the removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. B. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. 10127ra4 SC-24 PART D SPECIAL CONDITIONS The importance of accurate distance measurements is emphasized. Ali television inspection videotapes shall have a footage counter, Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, rollwa-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer, The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. .� 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. The —• Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. It the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under — Television Inspection of the Proposal. 10/27/04 SC-26 PART D - SPECIAL CONDITIONS C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall �. provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES D. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1, TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM 01244-93: 1W7104 SC-26 PART D - SPECIAL CONDITIONS Table 1 MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" H 10"H -9"H SEC Depth of MH. 48-Inch Dia. 60-Inch Dia. (FT.) Manhole Manhole 0 to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' fig sec. 91 sec. 30' 74 sec. 98 sec. For Each 5 sec. 6 sec. Additional 2' 1. ACCEPTANCE. The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury {1" Hg} after the required test time. Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shallbe restored to its normal l condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer.. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. D- 37 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. D- 38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. 10127104 SC-27 PAIN a SPECIAL CONDITIONS Work shall consist of furnishing all labor, material, and equipment necessary for inspection of 'i the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions, The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: F- 1 TELEVISION INSPECTION: The camera shat{ be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater AM than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, •� telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of_accurate distance measurements is_emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device, Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roil-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television lags will be supplied to the r' City. 1&27104 SC-28 PART D - SPECIAL CONDITIONS 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the ` Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS-. The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the Cid. If a good a tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. Ail casts associated with this work shall be included in the appropriate bid item - Post-Construction Television Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D- 39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in-place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as �- 90127104 SC-29 - PART D - SPECIAL CONDITIONS determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract, D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. E, The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, darns, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 2. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 1 Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 4. When worm areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from 10127/44 SC-30 PART D - SPECIAL CONDITIONS entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. ta. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-49 INGRESS AND EGRESSIOBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this �. construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-42 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than existed prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. or No separate payment will be made for any of the work involved for this item and all costs incurred r will be considered a subsidiary cost of the project. 10127104 SC-31 PART D - SPECIAL CONDITIONS D-43 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (13.1) of a foot. D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST �- Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. ,p D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. AM CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a barrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda. Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on �. embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and bag. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots, St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. 10/27/04 SC-32 PART D - SPECIAL CONDITIONS Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (112) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Biock Sodding. -; At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has peen completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS: 10127/04 SC-33 PART D - SPECIAL CONDITIONS a. General. All seed used must carry a Texas Testing Seed label showing purity and "e germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Puri Germination Common Bermuda Grass 95% 90% t Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95%e 90% Table 120.2.(2)a. !URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates (Eastern Sections) (Western Sections) (All Sections) Feb 1 Bermudagrass 40 Buffalograss 80 Bermudagrass 60 to Buffalograss 60 Bermudagrass 20 Buffalograss 40 May 1 �r Total: 100 Total: 100 Total: 100 Table, 120.2.(2)b TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western W heatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. 10/27104 SC-34 PART D - SPECIAL CONDITiONS BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section D-45, Construction Methods, is not applicable since no seed bed preparation is required. DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be roiled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT 'MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D- -� 45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of -� six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified„ shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1f4) inch.. The planted surface area and giving a smooth surface A without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)x. 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 10127104 SC-35 PART D_- SPECIAL CONDITIONS to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration. x 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: If hydro mulch seeding is providec, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5r CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients — respectively as determined by the methods of the Association of Official Agricultural Chemists. �. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of"Seeding," MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for"Seeding" will be measured by the linear foot, complete in place. Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bird documents to be paid for at the unit price bid 10127104 SC-36 PART D - SPECIAL. CONDITIONS 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: Water, application of water, and 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 A SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction. Ail 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 INSPECTIONiFiNAL INSPECTION 7. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. f y 8. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed worts and prepare and submit to the contractor a list of items needing to be completed or corrected. 9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 10. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 11. Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" of PART C - GENERAL CONDITIONS. 10127104 SC-37 PART D - SPECIAL 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. 1 Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized. 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. o, 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-112 times the outside pipe diameter. Voids remaining after pipe ^ installation shall be pressure grouted. D-49 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D- 50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. 10127104 SC-38 r PART D - SPECIAL CONDITIONS D- 51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-5. 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. 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. soft .. 10127104 SC-39 PART D - SPECIAL CONDITIONS Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing, Installation shall be as recommended by the Manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot, 52.4 Tie-Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 52.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the Engineer, and ail efforts shall be made to keep this down time to a minimum. In case of shutting down an existing main, the Contractor shall notify the Manager, Construction Services, Phone 871-7813, at least 48-hours prior to the required shut down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION OF SERVICE, Page C5-5(5), PART C - GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot +� price bid for the appropriate pipe size. 52.5 Valve Cut-Ins •- It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require dosing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve, the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfill, bedding, fittings, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items, 10127104 SC-40 PART D - SPECIAL CONDITIONS 52.7 Water Services The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb E stops with lock wings, meter boxes, and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards (El- 1 7 E117 & E1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. -, All existing 314-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Y Engineer, A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5.15 INTERRUPTION OF SERVICE. All water service meters shall be removed, tagged, and collected by the contractor for - pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and �. fittings shall be included in the price bid for Service Taps to Main.. 1. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for 10/27ro4 SC-41 PART D - SPECIAL CONDITIONS one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the ,. centerline will be paid of in feet of copper service line. When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service Ione, curb stop with dock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for ail 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 l=oot price bid for Service Line from Main to Meter five (5)feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 1. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer, Payment shall be made at the unit bid price in the appropriate bid items). 10127104 SC-42 PART D - SPECIAL CONDITIONS 52.8 2-Inch Temporary Service Line A. The 2-inch temporary service main and 314-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 314-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-instatl 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 R 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, 314-inch service lines and the 2-inch meter shall be moved to the next successive project location. Payment for work such as fittings, 314-inch service lines, asphalt, barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations. After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor_ The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. IW7144 SC43 PART D - SPECIAL CONDITIONS 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 he 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 d. sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The fine 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. „r The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS. Payment for all work and materials necessary for the installation of the 314-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be Included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations,. . PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to 101127104 SC-44 PART D - SPECIAL CONDITIONS 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 blacking, vertical tie-down concrete blacking, 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 240, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract.. D- 54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. .-. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D-55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition. D- 56 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1554RC Root Pruner 10127104 SC-45 PART D - SPECIAL CONDITIONS C. NATURAL RESOURCES PROTECTION FENCE 3. Steel "T" = Bar stakes, 6 feet long. 4. Smooth Horse-Wire: 14-112 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 6. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings. 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 9. Backfill and compact the trench immediately after trenching. 14. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. D- 57 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. D- 58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and 10127104 SC-46 PART D - SPECIAL CONDITIONS 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 preparedas 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. "4 The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the project, DOE number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached. A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses. 10127104 SC-47 PART D - SPECIAL CONDITIONS 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-fit 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-fit 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 relied 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 stapes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. 10127104 SC-48 FART D - SPECIAL CONDITIONS If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. D- 64 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right-of-entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or manholes. For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the plans desk at the Department of Engineering, City of Fort Worth. also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph 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 .a agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original w 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 complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits, any and all costs associated with compliance with the permit(s) including payment for flagmen shall be subsidiary to the bid item price for boring under the railroad. No additional payment will be allowed for this item. D- 65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related �- questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. - 10/27104 SC-49 PART D - SPECIAL CONDITIONS D- 66 WAGE RATES The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with statutory requirements, as .. being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any Subcontractor on the site of the project covered by these Contract Documents. In no event shall less than the following rates of wages be paid. (Attached) 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 fit, 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 11, 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 ACE' shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. 10127104 SC-50 PART D - SPECIAL CONDITIONS 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 permlwwpermlconstruct.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 5044 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 10127104 SC-51 PART D - SPECIAL CONDITIONS STORM WATER POLLUTION PREVENTION PLAN (SWPPP: A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SW PPP'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, ruck berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL CONDITION D - 40 SHALL BE APPLICABLE. D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. r- In the event the Contractor requires that a water valve on an existing live system be turned off 10127104 SC-52 PART D - SPECIAL CONDITIONS and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD 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 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: I. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. r 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. SC-53 PART Q - SPECIAL CONDITIONS 5, If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately, " D-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. - 10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. . The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. ►~ D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: 1. The street permit fee is $50.00 per permit with payment due at the time of permit application. 2. A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. Payment by the contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. 10127104 SC-54 (To be printed on Contractor's Letterhead) Date: DOE No; 3176 PROJECT NAME:Main CIC413 Sanitary Sewer Drainage Area Part 15 MAPSCO LOCATION. 76L LIMITS OF CONST.: West of 9t' Avenue along FWWR between Rosedale and Oleander Estimated Duration of Construction on your Street ; <XX> clays THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL REHABILITATE SEWER LINES ON OR AROUND YOUR PROPERTY. w. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTR.ACTOR'S SUPERINNTENDENT> AT <TELEPHONE NO.> -= OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEAS'YELP THIS FLYER HANDY WHEN YOU CALL. PART D - SPECIAL CONDITIONS CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION HOURLY RATE Asphalt Raker $10.32 Asphalt Shoveler $9.75 Batching Plant Weigher $9.55 Carpenter (Rough) $13.64 Concrete Finisher-Paving $10.16 Concrete Finisher Helper (Paving) $9.70 Concrete Finisher-Structures $13.44 Fiagger $7.00 Form Builder-Structures $13.44 Form Setter-Paving & Curbs $10.25 Form Setter-Structures $9.75 Laborer-Common $7.64 Laborer-Utility $8.64 Mechanic $13.25 Servicer $10.13 Pipe Layer $7.35 Pipe Layer Helper $6.75 Asphalt Distributor Operator $11.45 Asphalt Paving Machine Operator $11.09 Concrete Paving Saw $10.53 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (< 1 112 $10.00 CY) `x Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (> 1 112 $11.52 CY) Front End Loader (2 1/2 CY & less) $9.94 Front End Loader (over 2 112 CY) $9.32 Milling Machine Operator $8.00 Mixer $11.00 Motor Grader Operator (Fine Grade) $12.31 Motor Grader Operator $13.75 Pavement Marking Machine $11.00 Roller, Steel Wheel Plant-Mix Pavements $9.88 Roller, Steel Wheel Other Flatwheel or Tamping $12.12 Roller, Pneumatic, Self-Propelled Scraper $8.02. Traveling Mixer $10,00 Reinforcing Steel Setter (Paving) $9.75 Truck Driver-Single Axle (Light) $8.00 Truck Driver-Tandem Axle Semi-Trailer $10,22 Truck Driver-Lowboy/Float $10.54 Truck Driver-Transit Mix $10.63 Truck Driver-Winch $9.84 10127104 SC-56 FORTWORTH COE MO. X]L]C)C NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMEN'T'S IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) ^� OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS IN+CONVENIEN+CE WILL BE AS SHORT AS POSSIBLE, THANK YOU, , CONTRACTOR T A M PART D - SPECIAL CONDITIONS F TEXAS DEPARTMENT OF HEALTH DFMOUTION 1 RENOVATION a :* NOTIFICATION FORM r NOTE:CIRCLE ITEMS T14AT ARE AMENDED TT) N Q NOTIFICATION# ff t) Abatement Contractor: TDIi License Number i Address'. City: State: Zip° C Of ica Pslone Number( ? Jot}Site Phone Number: a Site Supervisor, TUHI Ucense Number. U Site Super Asch. TDH License Number. s Trained Ort-Site NESHAP Individual: Certification Date: a Demolition Contractor; Office Phone Numbeq ) n Addr : Cily- Stam:: Zip; y 2) Project Consultant or Operator. TDH Licams Number. Mailing Address; ❑ City: State: Zip: Office Phone Number:f I T A 3) Fscliity Owner. H Attention: P Muffling Address: A City: State: Zip; Owner Phone Dumb€r1 - "Note:The Invoice fcr the notification fee wilt be sent to the owner-of the building and the billing oddroas for the Irnroice will be ebulned from the information that is provided in this section. N 4) Description or Fatality Name: E Physical Address: Courtly- City. Zip: S Facllity Phone Number( 1 Fardity Contar~t Person: H De=ip.ion Df Area)Roorn Number. A Pncr Use: Fulufa Use- P Age cf 9uilding)Facility: Sime: Number of Floors: School(I{-12): G YES ❑ NO G 5) Type of Werk: I Demolitlran � Renovation(Abatement) 0 Annual Consolidated T Work vAl be during. __ Day ❑ Everting D Night - Phased Project L Qescrip;ion of work sc heduye° H fi) Is this a Public Building? YES l_1 NO Federal Facility? YES _NO industrial Site?❑YES A NO C+ NESHAP'-Only Facility? r7 YES r] NO Is l3uilCir7g adlityO=upied? _i YES [ NO L i 7) Notification Type CHECK ONLY ONE V Original tit)Working Days) - Cancellation r. Amendrnent r Emergency[Ordared I I ° Il this is an arrt+lydment,which amendment number is tfrLs?_(Enclose copy of original and.'or last amendment) I li an emergency,vhfio did you talk.with at TDH? Emergency#: ' a Date and Flour of Ernargancy(HHiMWDD1YY): ti Dascription of the sudden,unexpected event and explanation of now t"event caused unsafe renditions or Would cause equipment damage(computers.machinery.etc I n 7 0 B) DascripUon of pmczdures to be followed In the event that unexpected asbestos is found or previously non-friable Y asbestos malerisl becomes crumbled,pulwarizad,or reduced to powder; E 9) Was an Asbestos survey performed? _: YES L NO Bate: l f TDH Inspector License No: G Anarytical Method:❑PLM D TEM[ Assumed TDH Laboratory License No: N (For TAHPA(public budding)projects:an assumption must t}e made by a TDH Licensed Ins¢ector) 10) Descripticn of plannedCemolibon or renovation'.wrk,type of material,end method(a)to be used: 1 i) DescripUen of work practices and engineering controls to be used to prevent emissions of asbestos at the demalibor0renQv8ficn; _ 10127/04 - SG-58 PART D - SPECIAL CONDITIONS 12) ALL applicable items in tha fallowing table must be completed: IF NO ASBESTOS PRESENT CHECK HERE- Approximate amount of Cheek unit of measurement Asbestor,Conlaining Building Material Asbestos Type Pipes Surfece Area Ln Ln SQ SO Ft Cul Ft M Ft M M RACfvf to be removed RACM NOT removed .� Interior Cats I non-friable removed Ou Exfgrior Ca 1 non-friable removed Ca I non-friable NOT removed Interior Cat2gory fl non-ft able ramovad Exterior Cateopty 11 non-friable removed Cate.pory 11 non-friable NOT removed RACM Off-Facility Component 13) Waste Transporler Name: TDH License number. Address: City: State: Zip: Contact Person: Phono NumMr. f ) 14) Waste Disposal Site Name: Address: City. stale' Zip: Telephone:Lam_ TNRCC Permit Number 15) For structurally unsound faellltJes,attach a copy of demdiWn order and identify Governmental Official below: Noma: Registration No: Title: Date of order(MMlDDfYY) I 1 Crate ostler to begin(N1N1 i)DlYY) I 1 r. 16) Scheduled Dates of Asbestos Abatement(1,4h h' )DIVY) Stan; I f Complete: 1 1 17) Scheduled Dates DemolitionfRenovalion(MM1DDNY) Start: I 1 Complete: I I Note;tf the start date on this notification tan not by mot,tho TDH Regional or Local Program office Must be contacted by phony prior to the start data. Failure to do so 6 a victatlon In actordanco to TAMPA,5cction 299.81. f hereby cerlify that all information I have provided Is correct,complete,and true to the best ar my knowledge. l acknvAledge that i ear responsible for all aspects sof the nokificcation form,including,but nol limiting,content and submission dates. The maximum penalty is 510,8®f9 per day per violatlon. (Signature of wilding Owner/Operator (Printed Name) (Date) (Telephone) or Delegated Consultant/Contractor) { 1 (Fax Number) NAIL TO: ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT OF HEALTH 'Faxon aro not acc99fed' PO Box 143538 `Faxes are not accepted' AUSTIN,TX 78714.3538 PH:612-834-436W,1-800-572-5548 Farm AP8X.5,dated 07Z?W2. Replaces TDH form dated 07/13/71. For assistance in completing form,cal!1-600-572-5548 SC-59 r� r r PART DA V PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ...................+OMIT ' DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE.........................................OMIT ..� 5A-3 PIPE ENLARGEMENT SYSTEM............................................................. .......OMIT DA-4 FOLD AND FORM PIPE.........................................................................................OMIT DA-5 SLIPLINING. ................................-•--•---.---..,..................................,........................OMIT DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT.........................................................4 DA-7 TYPE OF CASING PIPE................................................................................................7 DA-8 SERVICE LINE POINT REPAIR! CLEANOUT REPAIR.........................................OMIT DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION..............OMIT DA-10 MANHOLE REHABILITATION ...............................................................................OMIT DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION..................................8 DA-12 'INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEMA............OMIT DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM....-...................................OMIT DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM........................................9 DA-15 INTERIOR MANHOLE COATING RAVEN LINING SYSTEM....................................12 6A716 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINEROMIT DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ............-............. OMIT DA-18 RIGID FIBERGLASS MANHOLE LINERS ............................................,...............OMIT DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION...........................................OMIT DA-20 PRESSURE GROUTING......................................... .......................................OMIT DA-21 VACUUM TESTING OF REHABILITATED MANHOLES DA-22 FIBERGLASS MANHOLES................... ..,......,.OMIT DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES.....................18 DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER............................................18 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS................................................OMIT DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE........................................OMIT DA-27 GRADED CRUSHED STONES,.......,...........,....,..........................................................19 DA 28 WEDGE MILLING 2"TO 0" DEPTH v.0'WIDE...........................................................19 DA-29 BUTT JOINTS MILLED .......................................................................................OMIT DA-30 2" H.M.A.C. SURFACE COURSE {TYPE "D" MIX).....................................................20 DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ............................................20 DA-32 NEW 7" CONCRETE VALLEY GUTTER...................... DA-33 NEW 4" STANDARD WHEELCHAIR RAMP OMIT DA-34 8" PAVEMENT PULVERIZATION ................ ...........................OMIT DA-35 REINFORCED CONCRETE PAVEMENT OR BASE FUTILITY CUT) .....................OMIT DA-36 RAISED PAVEMENT MARKERS....... �- DA�37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING .................22 DA-38 LOADING,TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL.........26 DA-39 ROCK RIPRAP - GROUT- FILTER FABRIC ..............................................................27 --� DA-40 CONCRETE RIPRAP........................................................................ , ................. . OMIT DA-41 CONCRETE CYLINDER PIPE AND FITTINGS................................ ....... ....... .....OMIT DA-42 CONCRETE PIPE FITTINGS AND SPECIALS............... ........................... ...........OMIT -- DA-43 UNCLASSIFIED STREET EXCAVATION.......................................................... .OMIT DA-44 6" PERFORATED PIPE SUBDRAIN ...................................................................,,.OMIT DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS................................................OMIT DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION...........................................OMIT DA-47 PAVEMENT REPAIR IN PARKING AREA..............................................................OMIT DA-48 EASEMENTS AND PERMITS. ................................................................................,...30 �.. 11/02104 ASC-1 PART DA .. ADDITIONAL SPECIAL CONDITIONS DA-49 HIGHWAY REQUIREMENTS........................... .....,............,.................OMIT DA-50 CONCRETE ENCASEMENT .................................................................................OMIT DA-51 CONNECTION TO EXISTING STRUCTURES.............................................................31 5A-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION.............................OMIT -` DA-53 OPEN FIRE LINE INSTALLATIONS. .....................................................................OMIT DA-54 WATER SAMPLE STATION.....................................................................,...,.......--OMIT DA-55 CURB ON CONCRETE PAVEMENT......................................................................OMIT - DA-56 SHOP DRAWINGS DA-57 COST BREAKDOWN .......................... ........,..................32 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY .............................OMIT DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP................... OMIT DA-60 ASPHALT DRIVEWAY REPAIR.............................................................................OMIT DA-fit TOP SOIL...............................................................................................................OMIT �- DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT.............OMIT DA-63 BID QUANTITIES .......................................................,.,..............................................32 DA-64 WORK IN HIGHWAY RIGHT OF WAY...................................................................OMIT DA-66 CRUSHED LIMESTONE (FLEX-BASE) ..............................................,,...,.......,,.....--...33 DA-66 OPTION TO RENEW.................... ....................................................................OMIT DA-67 NON-EXCLUSIVE CONTRACT..............................................................................OMIT DA-68 CONCRETE VALLEY GUTTER...............................................................,.,.............OMIT DA-69 TRAFFIC BUTTONS............................................................,..............,...........,........,...33 DA-70 PAVEMENT STRIPING........................ ................................................ ......................33 DA-71 H.M.A.C. TESTING PROCEDURES............................................................................33 DA-72 SPECIFICATION REFERENCES ........................................................... ..............34 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTERICONTROL VALVE AND BOX........................................... ...................OMIT DA-74 RESILIENT-SEATED GATE VALVES ....................................................................OMIT DA-75 EMERGENCY SITUATION JOB MOVE-IN............................................................OMIT DA-76 1 %" & 2" COPPER SERVICES..........................- --OMIT DA-77 SCOPE OF WORK(UTIL. CUT)........................---....-- ..........--..... ................OMIT DA-78 CONTRACTOR'S RESPONSIBILTY(UTIL. CUT).,...................................... .........OMIT DA-79 CONTRACT TIME (UTIL. CUT)..............................................................................OMIT DA-80 REQUIRED CREW PERSONNEL & EQUIPMENTU� TIL. CUT] DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT')...............................................OMIT DA-82 LIQUIDATED DAMAGES (UTIL. CUT)...................................................................OMIT DA-83 PAVING REPAIR EDGES UTIL. CUT),................. ....................... ................-.-OMIT DA-84 TRENCH BACKFILL UTIL. CUT .........................................................................OMIT DA-85 CLEAN-UP (UTIL. CUT)................. .......................................................................OMIT DA-86 PROPERTY ACCESSCUTS.UTIL � ........................................................................OMIT DA-87 SUBMISSION OF BIDS UTIL. CUT) .....................................................................OMIT DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT)............................. ... .. . ......OMIT DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT III (UTIL. CUT).........................OMIT DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT)............... .......OMIT DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS [UTIL. CUT].......OMIT DA-92 MAINTENANCE BOND (UTIL. CUT)...... ...........................................................OMIT DA-93 BRICK PAVEMENT(UTIL. CUT)............................................................................OMIT DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT).........................................................OMIT - DA-95 CEMENT STABILIZED SUBGRADE UTIL. CUT)..................................................OMIT 11102104 ASC-2 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-96 REPAIR OF STORK! DRAW STRUCTURES (UTIL. CUT)....................................OMIT DA-97 "QUICK-SET" CONCRETE (UTIL. CUT . ......- _. .�, ........................................................OMIT ._ DA-98 UTILITY ADJUSTMENT (UTIL._CUT).....................................................................OMIT DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS UTIL. CUTI OMIT DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR(UTIL. CUT)..................................OMIT .� DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT)................... .......OMIT DA-102 PAYMENT (UTIL. CUT). ...................T....---.......................................................,OMIT DA-103 DEHOLES (MISC. E_XT.)...............................................................•----....................OMIT DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.)................... ..,.OMIT DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT. ..........................................OMIT DA-106 BID QUANTITIES (MISC. EXT.).............................................................................OMIT DA-107 LIFE OF_CONTRACT- MISC. EXT.).................... ...........OMIT DA-108 FLOWABLE FILL MISC. EXT, .........................................,........................................35 DA-109 BRICK PAVEMENT REPAIR (MISC. REPL. .........................................................OMIT DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.)...........................OMIT DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.)............................................OMIT DA-112 MOVE IN CHARGES (MISC. REPL.)........................... ..OMIT DA-113 PROJECT SIGNS (MISC. REPL.)............................. .................OMIT DA-114 LIQUIDATED DAMAGES MISC. REPL. ..........---.............................................OMIT DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL ...................OMIT DA-'116 FIELD OFFICE................. ..................................................... .......... ...........OMIT DA-117 TRAFFIC CONTROL PLAN ........................................................................................36 DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS ............OMIT DA-119 SITE SPECIFIC MANHOLE REHABILITATION...................................... DA-120 ABANDON EXISTING SANITARY SEWER MANHOLE...............................................41 DA-121 TEMPORARY EXCAVATION SUPPORT SYSTEM......................................................42 DA-122 5-SIDED MANHOLE AND CONNECTION TO EXISTING SANITARY SEWER LINE.47 DA-123 SUBSURFACE EXPLORATION ....................................................................................48 DA-124 FILL ABANDONED SANITARY SEWER PIPE.............................. ............................ 49 DA-125 DUCTILE IRON PIPE ................................................................ ...................................49 DA-126 FIBERGLASS SEWER PIPE - GRAVITY SERVICE..................................................... 50 DA-127 FIBERGLASS REINFORCED POLYMER MORTAR PIPE FOR TUNNEL CARRIER INSTALLATION -GRAVITY SERVICE..........................................................................53 DA-128 SANITARY SEWER MANHOLE VAULT....................................................................... 57 DA-129 STORM SEWER VAULT................................................................................................57 11102/04 ASC-3 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 OMIT DA-2 OMIT DA-3 OMIT DA-4 OMIT DA-5 OMIT DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation, or railroad company, as applicable. B. MATERIALS: 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI B36.10 and the following: a. Field Strength. 35,440 psi minimum. b. Wall thickness: 0.312 in. minimum (0.5 for railroad crossings). C. Diameter: As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS D1.1. 2. Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. -- 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 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. Y 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 19102104 ASC-4 PART DA - ADDITIONAL SPECIAL CONDITIONS performed in such a manner so as to not interfere with the operation of the railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site. 2. Pits and Trenches: a. 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. 3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by 4 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. C. Allowable variation from the line and grade shall be as specified under paragraph A.2. All voids between bore and outside of casing shall be pressure grouted. 4. Installation of Carrier Pipe in Casing: 11/02/04 ASC-5 PART DA - ADDITIONAL SPECIAL CONDITIONS a. Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. b. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. C. The Contractor shall prevent aver-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. G. 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. ri 6. Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans, a tunneling method may be used, with the approval of the Engineer or railroad/highway officials. 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. Ifs I 11102/04 ASC-6 r� i PART DA ADDITIONAL SPECIAL CONDITIONS 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 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 (with flowable fill as specified) and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately. DA-7 TYPE OF CASING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-20€3 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: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete ygrout, backfill, and incidental work shall be included in the unit price bid per foot. I f/02f04 ASC-7 �. PART DA - ADDITIONAL SPECIAL CONDITIONS DA-8 OMIT DA-9 OMIT DA-10 OMIT DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION A. GENERAL. This item shall govern the preparation of surfaces for manhole rehabilitation. B. CLEANING: 1. Covers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system. 2. All concrete that is not sound or has been damaged by chemical exposure shall be removed from the manhole. Loose and protruding brick, mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them flush with the wail of the manhole. 3. All contaminates including but not limited to: oils, grease, waxes, form release, curing compounds, efflorescence, sealers, salts, incompatible existing coatings, and all other contaminants shall be removed. 4. Surfaces to receive protective coating shall be cleaned and abraded to produce a sound concrete/brick surface with adequate profile and porosity to ,provide a strong bond between the protective coating and the substrate. All foreign materials shall be removed from the manhole interior using high pressure water spray (3500 psi to 4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. 5. Detergent water cleaning, muriatic acid, and hot water blasting shall be used, if necessary, to remove dirt, oils, grease, and other matter which may prevent a good bond of sealing material to the manhole surface. A mild chlorine solution (household bleach) may be used to neutralize the surface to diminish microbiological bacteria growth prior to final rinse and coating. C. PRELIMINARY REPAIRS 1. All unsealed lifting holes, unsealed step holes, voids larger than approximately one- half (1/2) inch in thickness shall be filled with patching compound at least one hour (1) prior to application of the first spray coat. 2. Active leaks shall be stopped using City approved products specifically for that purpose and according to manufacturer's recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with City specifications and Section DA-20- PRESSURE GROUTING. 3. Bench area shall be built up if required to provide a uniform slope from the circumferences to the manhole trough. City approved cementitious patching compounds or epoxy grout as recommended by manufacture shall be us - 11/02104 ASC-8 Y, • : _ .- 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. I DA-12 OMIT DA-13 OMIT 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 shalt meet the requirements of this Section or of Section DA-12, DA-13, DA-15, DA-16 or DA-17. 2. Description } The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) inch specialty cement-based coating material (Qualex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. A _ 11102104 ASC-9 PART DA - ADDITIONAL SPECIAL CONDITIONS B. MATERIALS 1, Scope This section govems 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-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Matedal 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; 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 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 installations. C. EXECUTION 1. General Manhole coating shall not be installed until sealing of manhole frame and grade adjustments, or partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule, is complete. 2. Temperature 11102104 ASC-10 PAIN DA - ADDITIONAL SPECIAL CONDITIONS Normal interior coating operation shall be performed at temperatures of 40°F or - greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating a. 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. h. The interior coating shall be installed in accordance with the manufacturer`s recommendations and the following procedure. - 1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip), cleaning with muriatic acid, degreaser, or other solvents as needed 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 (112) 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 (4.125 inches). Thickness to be �- verifiable through the use of methods acceptable to the Engineer. 5) Coat trough area with specialty cement product (Quadex QM-1s or Reliner MSP). 1. Testing of Rehabilitated Manholes a. Vesting 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 portion of a particular manhole, V required by Manhole Rehabilitation Work Schedule or required to be donee by the Engineer, shall be paid for separately at the Contract Unit Price. 1 rio2�04 ASC-11 - PART DA - ADDITIONAL SPECIAL CONDITIONS For 5-sided manhole, coating shall be applied to all interior surfaces from top of bench to bottom of frame (including sealing of 5-sided structure), Payment for additional coating shall be considered subsidiary to vertical foot cost of coating the manhole, For reconstructed manhole vaults, coating shall be applied to all interior surfaces from top of bench to bottom of frame (including sealing of manhole vault structure — from level of sewer flow to top of vault wall). DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM A. GENERAL 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed of the Manhole Rehabilitation Schedule, listed in Section I. Interior manhole coating shall meet the requirements of this Section, or of Section DA-12, DA-13, DA-14, DA-1f or DA-17. 2. Description The Contractor shall be responsible for the fumishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of r manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations w Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes T shall have a minimum of one-half (112) specialty cement-based coating material (Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven !' Lining systems and designated as Raven 405. 11102104 ASC-12 PART DA - ADDITIONAL SPECIAL CONDITIONS -, 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. _ 4. Material Identification Contractors will completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance. These grouting materials shall be compatible with Raven 405 interior coating. The contractor shall be responsible for 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 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 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 40"F or .� greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating _ a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule. The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough, including the benchttrough. b. The interior coating shall be installed in accordance with the manufacturers recommendations and the following procedure. r11102104 ASC-13 L r PANT DA - ADDITIONAL SPECIAL CONDITIONS 1) The surface preparation shall comply with the requirements of Section DA--11, SURFACE PREPARATION FOR MANHOLE RESTORATION. ►� 2) Apply a minimum of one-half (1/2) inch specialty cement-based product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. 3) The surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water. Material shall be spray applied per manufacturer's recommendations with a minimum thickness of 125 mils (0.125 inch). I 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 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 actually grouted. For 5-sided manhole, coating shall be applied to all interior surfaces from top of bench to bottom of frame (including sealing of 5-sided structure). Payment for additional coating shall be considered subsidiary to vertical foot cost of coating the manhole. 91/02144 ASC-14 PART DA - ADDITIONAL SPECIAL CONDITIONS For reconstructed manhole vaults, coating shall be applied to all interior surfaces from top of bench to bottom of frame (including sealing of manhole vault structure — from level of sewer flow to top of vault wall). DA-16 OMIT DA-17 OMIT DA-18 OMIT DA-19 OMIT DA-20 OMIT DA-21 VACUUM TESTING OF REHABILITATED MANHOLES A. GENERAL Scrape. 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 worts is acceptable. Description: Infiltration may be observed in manhole defects at manhole walls, pipe seals or benchttrough areas. infiltration related repairs are intended to eliminate leakage of groundwater into manholes. Inflow may be observed in manhole defects at manhole frames, covers, frame seals, grade adjustments, grade adjustment seals, corbels, or walls. Inflow related repairs are intended to eliminate sources of surface water entry that become active during rainfall events. Structural repairs may be required when making Ili related manhole repairs. Structural repairs may include defects in any manhole components but not displaying 111. Testing, Observations and Guarantee Periods: The testing required shall be performed by the Contractor at locations designated by the Engineer and documented to the satisfaction of the Engineer. Any new or rehabilitated manholes that are observed to be leaking by the Engineer during periods of high groundwater or during inflow conditions shall be subject to additional repairs. The Contractor shall be responsible for all additional repairs required on these unsatisfactory manholes during the guarantee period. All manhole rehabilitation work shall be warranted to be free of defects and of good workmanship for a minimum of three (3) years from the date of final acceptance of the project. Any manhole repairs completed by the Contractor which fail during the warranty period shall be repaired to the satisfaction of the City at no additional cost to the City. B. NIATERIA.LS - Not specified. 91/07/04 ASC-1 5 PART DA - ADDITIONAL SPECIAL CONDITIONS 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 ail 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 {Mugged 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 MINIMUM TIME REQUIRED FOR A VACUUM DROP OF 1" H9 (10"H9-9"H9) (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. Is 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 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. 11102104 ASC-16 PART DA - ADDITIONAL SPECIAL CONDITIONS �- 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 Band Strength. Slant shear bond strength shall conform to ASTM 882 modified and shall meet or exceed a minimum 28-day break of 2,400 psi. .� If the manhole tested fails to pass any of these requirements,another manhole shall be selected and tested. If the second manhole fails,the City may,at its option, stop work until the Contractor can -� provide assurance that testing requirements can be met. Guarantee: -- Contractor shall warrant that the workmanship and materials are free from defects and that the manholes are sealed from inflow and infiltration for a period of three(3) years from the date of final , acceptance of the project. D. MEASUREMENT AND PAYMENT Payment for manhole vacuum testing shall be made at the Contract Unit Price bid for each Manhole Vacuum Test actually performed and passed and the appearance of the completed manhole is visually acceptable. Payment shall be full compensation for all labor and materials necessary to complete each test. No payment will be made for additional vacuum tests or any dyed water testing. Payment for manhole core testing, including all labor and materials necessary to complete each test, shall be made at the Contract Unit Price bid for each Manhole Core Test actually performed and passed. 11102104 ASC-17 �- PART DA - ADDITIONAL SPECIAL CONDITIONS DA-22 OMIT DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES - The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Telephone Number Contact Person Southwestern Bell Telephone 338-6275 "Hot Line" Texas Utilities 335-9411 Mr. Roy Kruger Ext. 2121 Lone Star 336-8381 Mr. Jim Bennett Ext. 6982 City of Fort Worth, 871-8100 Mr. Jim Bob Wakefield Street Light and Signal Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. r The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No. 104 "Removing Old. Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day I I/OZ'14 ASC-18 PART DA - ADDITIONAL SPECIAL CONDITIONS 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 iters 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 OMIT DA-26 OMIT 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 5A'WIDE A. Description This item shall consist of milling the existing pavement from the lip of gutter at a depth of 2" and transitioning to match the existing pavement (Q" cut) at a minimum width of 5'. The existing pavement to be milled will either be asphalt, concrete, or brick pavement. The removal and disposal of the milled materials shall be as directed by the Engineer. The milled surface shall provide a smooth surface free from gouges, ridges, oil film, and other -� imperfections of workmanship and shall have a uniform textured appearance. In all situations where the existing H.M.A.C. surface contacts the curb face the wedge milling shall include the removal of the existing asphalt covering the gutter up to and along the face of curb. The wedge milling operations for this project will be performed in a continuous manner along both sides of the street. Details of milling locations are at the back of this document. Contractor is required to begin the overlay, within five (5) calendar days from the date of the wedge milling completion of any one street. Should the contractor fail to meet this _ condition, the wedge milling will be shut down, and liquidated damage of $500.00 per day per street will be assessed until all wedge milled streets are overlayed. The overlay, once begun on a street shall continue uninterrupted until complete. 11102104 ASC-19 r PART DA - ADDITIONAL SPECIAL CONDITIONS r The Contractor shall haul-off the removed material to a suitable dump site. B. Equipment The equipment for removing the pavement surface shall be a power operated milling machine or other equal or better mechanical means capable of removing, in either one pass or two passes, the necessary pavement thickness in a five-foot minimum width. The equipment shall be self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. The machine shall be equipped with an integral loading and reclaiming means to immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. Adequate back-up equipment (mechanical street sweepers, loaders, water truck, etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface daily. Stockpiling of planed material will not be permitted on the project site unless designated by the Engineer. The machine shall be equipped with means to control dust created by the cutting action and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion thereby making it possible to cut flush to all inlets, manholes„ or other obstructions within the paved area. The speed of the machine r shall be variable in order to leave the desired grid pattern specified under Surface Texture. The unit price bid per linear feet shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. DA-29 OMIT DA-38 2" H.M.A.C. SURFACE COURSE (TYPE"W MIX) All applicable provisions of Standard Specifications, Item Nos. 312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts, Oils and Emulsions", 304 "Prime Coat4, and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the project. Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit r 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 b* necessary. L� 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: 11102104 ASC-20 PART DA - ADDITIONAL SPECIAL CONDITIONS Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute S' non-reinforced (2:27) Concrete Base in lieu of Crashed 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 severe (7) calendar days. -- I 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 T' CONCRETE VALLEY GUTTER This item shall include the construction of concrete valley gutters at various locations to be determined in field. Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item, Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer �- and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item. { See standard specification Item No. 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 105, "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". I7/0ZV4 ASC-21 n PART DA - ADDITIONAL SPECIAL CONDITIONS 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 $144 dollars liquidated damage will be assessed per each half of valley gutter per day, The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. DA-33 OMIT DA-34 OMIT DA-35 OMIT DA-36 RAISED PAVEMENT MARKERS �- All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply. The Contractor shall install standard roadway markers according to city specifications as shown on plan sheet or as directed by the Engineer. Please refer to "Roadway Markers Specifications". DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL: Where known by the design engineer, the locations of potentially petroleum contaminated material (soil) that may be encountered during excavation and/or construction activities will be shown on the plans. For all locations where material is excavated and suspected of being contaminated with petroleum products, whether known or not, these special conditions are to be followed. The contractor is also to follow all applicable Federal. State and Local regulations when handling known or suspect contaminated materials (soils). 1. WORT{ 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 consultants). 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. f 1/0ZV4 ASC-22 PART DA - ADDITIONAL SPECIAL CONDITIONS 2. REFERENCES a. All applicable OSHA regulatory requirements. b_ All applicable Environmental Protection Agency (EPA) regulatory requirements. c. All applicable State of Texas regulatory requirements. d. All applicable City of Fort Worth (City) regulatory requirements. e. All applicable NIOSH standards. f. All applicable TNRCC requirements. 3. SUBMITTALS a. The contractor shall prepare and submit to the City's Department of Environmental Management, Senior Specialist in Compliance, plans for handling Potentially Petroleum Contaminated Material (PPCM) not less than 30 days prior to commencing excavation. _ b. The Contractor shall take necessary precautions while performing this project. Contractor shall not commence PPCM work (1) Contractors submittal for dealing with PPCM is reviewed by the City and (2) the plans (i.e., drawing and description) for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the City (3) and acceptable stockpile area is identified by the Contractor. c_ Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City. The PPCM Handling Plan shall include the detailed sequence of construction including proposed excavation and handling methods, proposed carriers for contaminated materials, waste disposal site, and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC). d. Contractor shall submit actual limits of PPCM excavation, as prepared by his qualified environmental consultant(s) and testing lab. e. Contractor shall submit for review the proposed carrier pipe material to be used with the actual limits of PPCM excavation,. including pipe gasket and carrier pipe coating or liner. B. PRODUCTS: 1. PIPE GASKET MATERIAL.. Materials used within the actual limits of PPCM excavation, including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration. C. EXECUTION: 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS 1 i/OvV4 ASC-23 PART DA - ADDITIONAL SPECIAL CONDITIONS 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 pians 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 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 SOIL (PPCS) a. Contractor shall coordinate with the City to determine a suitable location for the stockpiling of contaminated soil. The following procedure shall be followed in preparing the chosen site: 1. Provide a diked enclosure large enough to hold all material and prevent runoff. 2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 91/02/04 ASC-24 PART DA - ADDITIONAL SPECIAL CONDITIONS .� 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 R standards. c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. d. Contaminated soil identified by test results will be disposed of according to DA-36, Loading, Transportation, and Disposal of Contaminated Soil. e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as backfill material, if the soils also meet the Type C or B backfill classifications. 4. HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW) a. Water pumped from the excavation or from dewatering activities that has an oily sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially _ petroleum contaminated. b. PPCW shall be handled, tested, and discharged in accordance with the TNRCC's appropriate state regulation. PPCW shall be tested no later than 15 days prior to extraction. PPCW shall, if necessary, be treated in an appropriately sized oilfwater separator, air stripper or GAC canisters. Contractor shall have his testing laboratory determine that the oillwater 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. r 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 permits) 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 o witater 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 carriers The Contractor is responsible for proper manifesting of the material from the site to the �^ 17/02/04 ASC-25 PART DA - ADDITIONAL SPECIAL CONDITIONS waste disposal facility. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. 5. HANDLING VAPOR CONCENTRATIONS a. In order to maintain safe working conditions, the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL), During construction, measures should be taken to maintain LEL levels below 20 percent in all working areas. b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a LEU02 meter should continuously operate in the working area. The CGI should be properly calibrated and should have an alarm that sounds if 20 percent LEL is reached. Monitoring data from the GCI should be recorded periodically to determine if ventilation or other methods are effective. In the event local health and safety agencies require more stringent monitoring, the local regulations must be implemented. D. MEASUREMENT AND PAYMENT: Payment for handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for any permits required, hiring the services of a qualified professional environmental consultant(s), environmental issues, stockpiling and all issues included and incidental to this section will be full compensation for all labor, equipment, materials, and supervision. Measurement and Payment for this section will be per cubic yard of excavated material that is handled as a contaminated material. No separate payment will be made for handling of contaminated water, vapor concentrations, sampling, stockpiling, etc. DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL A. GENERAL. This item has been established for the loading, transportation and disposal of contaminated soils in a State of Texas approved disposal site (landfill) to handle special wastes (petroleum contaminated soils). A bid item has been established in the proposal for the proper loading, transportation and disposal of the material to a designated site and the quantity established is the engineers best estimate of the quantity that may be removed. This quantity may vary depending upon actual conditions and testing results. The unit price bid will not be increased regardless of the actual amount of material disposed and may be decreased if'a larger volume of material, than that listed in the bid proposal, results in a unit cost reduction for disposal. B. WASTE MANIFESTS: Any and all non-hazardous liquid and petroleum substance waste removed from the site of generation and transported for treatment and/or disposal must be accompanied by a waste shipment record/manifest detailing required generator, transported, destination and waste description information. These results may not be uniform throughout the entire site. For all petroleum substance waste, the waste shipment record utilized shall be the TNRCC PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). 99/02/04 ASC-26 PART DA ADDITIONAL SPECIAL CONDITIONSIMF- 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 1 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 retumed to the City Department of Environmental Management within 94 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. DA-39 ROCK RIPRAP -GROUT - FILTER FABRIC A. GENERAL: 1. General Conditions, Supplemental Conditions, applicable requirements of Division 1 - General Requirements and the North Central Texas Council of Governments (NCTCOG) Standard Specifications, are hereby made a part of this section. 2.. This item shall govern for the installation of rock riprap of the various sizes shown on the plans. B. DESIGN CRITERIA: 1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the channel bottom is not stable, the design shall incorporate other requirements needed to stabilize the revetment toe. 2. The channel side slope shall be as shown on the drawings. 3. Engineering filter fabric material shall be placed underneath the riprap. 4. Riprap shall extend up the bank to an elevation where vegetation will provide adequate protection. See cross sections. C. PRODUCT: 1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to insure permanence in the structure. It shall be free from cracks, seams and other 11102104 ASC-27 i PART DA - ADDITIONAL SPECIAL CONDITIONS defects that would tend to increase deterioration. Rock shall be reasonably well graded between the following prescribed limits: Sieve Size �- (Square Mesh) Percent Passing 24" 24 inch 100 Riprap 18 inch 80-90 12 inch 45-55 6 inch 0-20 Sieve Size (Square Mesh) Percent Passinq 18" 18 inch 100 Riprap 12 inch 60-85 6 inch 15-45 3 inch 0-15 2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid cubic foot (min.) calculated from the bulk specific gravity (saturated surface dry). 3. FILTER FABRIC BLANKET: Approved Manufacturer: • Supac - Heavy Grade 8NP (UV) • Trevira 011/280 ■ Amoco 4553 or Equal Heavy Grade 4. RIPRAP GROUTING a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand, manufactured sand, or a combination of natural and manufactured sands. The grading and uniformity of the fine aggregate shall conform to the following requirements as delivered to the mixers: Sieve Designation, U.S. Permissible Limits Standard Square Mesh Percent by Weight, Passing 3/8 in. (9.5 mm) 100 No. 4 (4.75 mm) 95- 100 No. 8 (2.36 mm) 80-95 No. 16 (1.18 mm) 55- 75 No. 30 (600 um) 30 -60 No. 50 (300 um) 12 - 30 No. 104 (150 um) 2 - 10 D. EXECUTION: 1. CONSTRUCTION: a. The channel side slope and the toe excavation shall be prepared to the required lines and grades. �a 77102104 ASC-28 � .: PART DA ADDITIONAL SPECIAL CONDITIONS b. Filter fabric and riprap shall be placed in succession to the required thicknesses .� and elevations. Riprap shall be hand placed around structures to prevent damage to the structures. 2_ INSTALLATION OF THE FILTER FABRIC (GEOTEXTIL,E): The geotextile shall be placed in the manner and at the locations shown on the drawings. At the time of installation, the geotextile shall be rejected if it has defects, rips, holes, flaws, deterioration or damage incurred during manufacture, transportation or storage. The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions, depressions, debris, and soft or low density pockets of material. Erosion features such as rills, gullies, etc. must be graded out of the surface before geotextile placement. The geotextile shall be placed with the long dimension perpendicular to the centerline of the channel and laid smooth and free of tension, stress, folds, wrinkles, or creases. The strips shall be placed to provide a minimum R width of 24-inches of overlap for each joint. Temporary pinning of the textile to help hold it in place until the rock riprap is placed. The temporary pins shall be removed as the riprap is placed to relieve high tensile stress which may occur during placement of material on the geotextile. The specified placement procedure requires that the length of the geotextile be greater than the actual slope length. The Contractor shall adjust the actual length of the geotextile used based on initial installation experience. The A geotextile shall be protected at all times during construction from contamination by surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile. Any geotextile damaged during its installation or during placement of riprap shall be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that the covering of the geotextile with a layer of the specified material is accomplished within seven (7) calendar days after placement of the geotextile. Failure to comply shall require replacement of geotextile. The geotextile shall be protected from damage prior to and during the placement of rock riprap. Before placement of gabion units, the Contractor shall demonstrate that the placement technique will prevent damage to the geotextile. In no case shall any type y of equipment be allowed on the unprotected geotextile. 3. RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in such a manner as to produce a reasonably well graded mass of rock with the minimum practicable ,percentage of voids and shall be constructed within the specified tolerance to the lines and grades shown on the drawings. Then intent of these specifications is to require placement of riprap to the thickness shown and to allow isolated stones to extend as much as six inches above grade. Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid _ displacing the fabric. The larger stones shall be well distributed and the entire mass of stones in their final position shall conform to the gradation specified hereinbefore. The finished riprap shall be free from objectionable pockets of small stones and clusters of larger stones. The desired distribution of the various sizes of stones throughout the mass shall be obtained by selective loading of the material at the quarry or other source, by controlled dumping of successive loads during final placing, or by other methods of placement which will produce the specified results. Rearranging of individual stones, by mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably well graded distribution of stone specified above. The Contractor shall maintain the riprap protection until accepted. 11/02/04 ASC--29 PART DA - ADDITIONAL SPECIAL CONDITIONS Any material displaced by any cause shall be replaced at his erosion to the lines and grades shown on the Drawings, 4. GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining �. admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of sand, sufficient water to produce a workable mixture, and that amount of admixture which will entrain sufficient air to produce durable grout, as determined by the ENGINEER. Sand for grouting shall conform to the requirements of paragraph: FINE AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for concrete except that the time of mixing shall be increased to that necessary to produce a mixture having a consistency such as to permit gravity flow into the interstices of the riprap with the help of limited spading and brooming. The grout shall be used in the work within a period of one (1) hour after mixing. Retempering of ground will not be permitted. Riprap shall not be grouted when the ambient temperature is below 35 degree F. or above 95 degrees F. unless approved by the ENGINEER in writing; nor when the grout, without special protection, is likely to be subjected to freezing temperatures before final set has occurred. Prior to grouting, all surfaces of riprap shall be wetted. The riprap shall be grouted in successive longitudinal strips, approximately 10 feet in width, commencing at the lowest strip and working up the slope. Grout shall be brought to the place of final deposit by approved means, and in no case will grout be permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately after dumping the batch of grout, it shall be distributed over the surface of the strip by the use of brooms and the grout worked into place between stones with suitable spades, trowels, or vibrating equipment. As a final operation, the grout shall be removed from the top surfaces of the upper stones and from pockets and depressions in the surface of the stone protection, After completion of any strip as specified, no workman or any load shall be permitted on the grouted surface for a period of at least 24 hours, The grouted surface shall be protected from rain, flowing water, and mechanical injury, The surface of all grouted riprap shall be cured by keeping the surface continuously wet for a ,period of not less than 7 days. E. MEASUREMENT AND PAYMENT 1. FILTER FABRIC: Filter fabric will be measured by the square yard for material used including that required at toes and thickened edges of riprap. Payment for filter fabric will be made at the contract unit price per square yard which includes all plant, labor, -� material, and all installation costs in-place, complete. 2. STONE RIPRAP: Stone (rack) riprap will be measured by the cubic yard using actual plan dimensions. Payment for riprap will be made at the contract unit price per cubic yard which includes all plant, labor„ material, and installation costs in-place, complete. 3, GROUT: Grout for rock riprap will be measured by the square yard using actual plan dimensions. Payment for grout will be made at the contract unit price per square yard which includes all plant, labor, material, and installation costs in-place, complete. DA-40 OMIT DA-41 OMIT 11102104 ASC-34 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-42 OMIT DA-43 OMIT DA-44 OMIT DA-45 OMIT DA 46 OMIT DA-47 OMIT 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 getter. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA-49 OMIT DA-50 OMIT 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 OMIT DA-53 OMIT DA-54 OMIT DA-55 OMIT 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 11/02/04 ASC-31 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: List the required submittals here Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals- The submittals shall be addressed to the Project Manager. Mr. Liam Conlon City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN i In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 OMIT DA-59 OMIT DA-60 OMIT DA-61 OMIT DA-62 OMIT r DA-63 BID QUANTITIES 11102104 ASC-32 PART DA - ADDITIONAL SPECIAL CONDITIONS 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. In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I be used on an "emergency" basis only. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of$200,000 (see Options to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed. It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all change orders. DA-64 OMIT DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works department. DA-66 OMIT DA-67 OMIT DA-fib OMIT DA-fig 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 ll 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. .. 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. 11/02x04 ASC-33 PART DA - ADDITIONAL SPECIAL CONDITIONS The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D" asphalt will be 91% of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established, densities should be taken at 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 OMIT DA-74 OMIT DA-75 OMIT DA-76 OMIT DA-77 OMIT DA-78 OMIT DA-79 OMIT DA-8b OMIT DA-81 OMIT DA-82 OMIT DA-83 OMIT DA-84 OMIT DA-85 OMIT DA-86 OMIT r DA-87 OMIT 11102104 ASC-34 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-88 OMIT DA-89 OMIT DA-90 OMIT DA-91 OMIT DA-92 OMIT DA-93 OMIT DA-94 OMIT DA-95 OMIT DA-96 OMIT DA-97 OMIT DA-98 OMIT DA-99 OMIT DA-100 OMIT DA-101 OMIT DA-102 OMIT DA-103 OMIT DA-104 OMIT DA-105 OMIT DA-106 OMIT DA-107 OMIT 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: Fiowable 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- 11102104 re:91102!04 ASC-35 a -� PART DA _ ADDITIONAL SPECIAL CONDITIONS a. High air generators, as manufactured by Grace Construction Products or approved equal, which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength. b. Air entraining admixtures conforming to ASTM C-260. c. High range water reducers conforming to ASTM C-494 Type F or G. d. Accelerating admixtures conforming to ASTM C-494, Type C. 1. Non-chloride, non-corrosive accelerators used where metals are present in concrete or embedded members. 2_ Calcium chloride 3. Measurement and Payment: All material and labor costs for flowable fill will be included in the price bid per linear foot of sewer pipe or structure in place (Re; DA-125 through DA-129). DA-109 OMIT DA-110 OMIT DA-111 OMIT DA-112 OMIT DA-113 OMIT DA-114 OMIT DA-115 OMIT ^� DA-11 fi OMIT DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan. A traffic control plan has been prepared and is included in the project plans. All other requirements of D-8 shall apply. DA-118 OMIT DA-119 SITE SPECIFIC MANHOLE REHABILITATION. A. GENERAL 1. Scope. This section covers the rehabilitation of sanitary sewer manholes and other appurtenances in accordance with the Manhole Details in the construction plans. The rehabilitation requirements for each manhole are as shown in the construction plans. Manhole rehabilitation includes repairing, replacing, or restoring manhole frame & cover, frame seal, chimney, corbel, wall, bench, invert and/or pipe seal(s) as shown in the construction plans. 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. 11102104 ASC-36 PART DA - ADDITIONAL SPECIAL CONDITIONS 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 flaw from contacting material used for rehabilitation prior to fully curing. Loose and broken brick and mortar shall be removed immediately from the manhole to eliminate the possibility of pieces entering the sewer lines. 3. Submittals: a. Product Information. Contractor shall submit manufacturer's information on products proposed to be used that are not specifically named in the Contract Documents. b. Personnel Qualifications. Prior to starting manhole coating, Contractor shall submit qualifications of personnel that will be performing wail repairs and coating procedures. Proposed personnel shall verify certification within the last two years by the coating manufacturer and verify working on at least three projects with similar coating within the previous 12 months. c. Work Schedule. Prior to beginning work on manholes to be rehabilitated or construction of new maintenance manholes, Contractor shall submit for review by Owner's Representative a plan for maintaining wastewater flow without any interruptions. Contractor shall maintain wastewater flow at all times. 4. Quality Assurance, Contractor will be responsible for all testing laboratory services in connection with data required for review of materials proposed to be used in the Work. Contractor shall obtain Engineer's acceptance of the testing laboratory before having services performed and shall pay for all costs for testing. Owner may, at his discretion, perform quality control tests on materials during and after their incorporation in the -- Work. If any of these tests fail, Contractor will be responsible for correcting situation and shall pay for any retest. All costs for quality assurance testing will be subsidiary to the Work. ., 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 manufacturers recommendations and all local, state, and federal regulations. B. MATERIALS 1. Cleaners: Water Clean and free from deleterious substances. Cleaners Detergent, muriatic acid or approved equal. 11102104 ASC-37 t PART DA - ADDITIONAL SPECIAL CONDITIONS 2. Wall, Bench, Trough Grouting, and Pipe 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 6612" or approved equal. Cementitious Grout Material Sauereisen Cements 7-100 Grout" or approved equal. Activated Oakum 3M Scotch Seal "6600" 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 Coating 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 "Refiner MSP" or Quadex"QM-1 s". 5. Frames, Covers, and Inserts Manhole Frames and Covers Pamrex 32-inch or approved equal. Manhole Insert - Polyethylene Corrosion-proof high density polyethylene, 118" thick in accordance with Fort Worth '- Water Department General Standards E100- 4. Manhole Insert -Stainless Steel Southwestern Packing & Seals, Inc., "Tetherl-ok°. 6. Fiber lass Manhole Liner Material in accordance with Section DA-15 of these specifications. 7. PVC Lined Concrete Wall Material in accordance with Section DA-16 Reconstruction of these specifications. 8. Joint Material Adjustment Rings Single-piece, precast concrete, ASTM 0478, 2" min. thickness. Bitumastic Gasket Material RAM-NEK, EZ-STIK or approved equal. Bitumastic Trowelable Material GS-702 compound or approved equal. 9. Miscellaneous 91142104 ASC-38 PART DA - ADDITIONAL SPECIAL CONDITIONS Root inhibitor Dichlobenil 2,6 - dichlorobensonitrile, or approved equal_ C. EXECUTION 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 the construction plans. After City Engineer revises the construction plans, Contractor shall commence with Work, 2. Manhole Rehabilitation Repairs. Each manhole, as designated in the construction plans, 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 Details in the construction plans. a. Junction Manhole Roof Removal and Replacement 1) 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 existing manhole top to be removed, keeping trench sides as vertical as possible. Remove the pavement by breaking out from saw cut toward the manhole to avoid breaking the frame. 2) Completely remove the existing manhole top structure. Contractor shall -. remove vault roof and cut down any wall reinforcing steel to provide a smooth surface at the top of the remaining vault walls, Contractor shall take measures to prevent debris resulting from the removal of the roof from falling into the sanitary sewer flow. 3) Clean exposed interior and exterior surfaces of the existing manhole vault. All surfaces shall be free of dirt and debris. 4) 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 ane-haEf (112) 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. 5) In paved areas, backfill with granular material meeting requirements of Item 462 and Section E1-2 and E2-2, 6) Remove and replace the existing frame, cover, and sealing material. If grade rings are broken, deteriorated, or loose, Contractor shall notify Engineer prior to placing manhole frame. Also, if manhole contains brick grade adjustments on top of concrete corbel or chimney, Contractor shall replace the brick grade adjustments with precast concrete rings in accordance with manhole grade ring replacements. f vat 04 ASC-39 - PART DA - ADDITIONAL SPECIAL CONDITIONS 7) A concrete collar shall be constructed in accordance with Figure 121. Concrete collars will be required on rehabilitated manholes and new replacement manholes as shown on the construction plans. 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. 8) Contractor shall maintain existing wastewater flows at all times. {Contractor shall submit a pian for maintaining wastewater flows to the Engineer prior to beginning work. b. 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. C. Bench and Invert Reconstruction (where shown on construction plans) 1) Remove the existing bench and invert completely. If the existing invert is formed of sewer pipe laid continuously through the manhole, special care shall be taken to ensure that the pipe seal and the sewer pipe to remain is not damaged. Contractor shall, at no additional cost, replace any portion of the existing manhole or sewer pipe to remain that is damaged during bench and invert replacement. 2) All surfaces shall be wire brushed and free of scale, dirt and debris. 3) Install new bench and invert with Class A per Item 406 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. 4) Remove all debris from reconstruction from the invert and dispose of properly. 5) 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. d. Cut and Remove Pipe and Patch Holes 1) Contractor shall saw cut the existing water, sewer or storm drain pipe to be removed at the interior walls of the sanitary sewer vault, and remove the pipe from the vault. 91/02/04 ASC-40 PART DA - ADDITIONAL SPECIAL CONDITIONS 2) Clean and remove loose debris from holes to be patched. The openings in the vault walls shall be filled with the finished surface flush with the interior and exterior vault walls using 4000 psi (minimum) concrete with 1 mat of#5 rebar 12-inches on center each way. The rebar shall be dowelled into the existing vault with Hilti Epoxy or approved equal, as per manufacturer's specifications. 3) Remove all debris from cut and patch and dispose of properly. -- 4) 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. e. Watertight Manhole Insert - Install watertight gasketed manhole inserts as specified in Fort Worth Water Department Standard E100-4. f. Bypass Pumping - The Contractor shall furnish and operate pumping equipment and piping as required for bypass pumping necessary to complete any manhole replacement or rehabilitation work. D. *MEASUREMENT AND PAYMENT 1. Frame and Cover Replacement: Payment for installation of new manhole frames and covers shall be subsidiary to the unit price of Junction Manhole Top Replacement. 2. Grade Ring Replacement: Payment for installation of new grade rings shall be subsidiary to the unit price of Junction Manhole Top Replacement. 1 Interior Manhole Coating: Payment for interior manhole coating shall be based on the Contract unit price (IIF) where interior manhole coating is applied. The Contract unit price shall be full payment far surface preparation, interior coating of the corbel, wall and bench, and cleanup. 8. Bench and Invert Replacement: Payment for bench and invert replacement shall be based upon the Contract unit price (EA) and the actual quantity of manholes where the bench and invert were replacer!. The Contract unit {Mice shall be full payment for materials, installation of materials, and demolition and disposal of waste materials, g. Cut and Remove Pipe and Patch Hole: Payment for cutting and removing pipe and ,patching holes shall be paid on a per each basis. The Contract unit price shall be full payment for cutting and removing existing protruding pipe, surface preparation, ,patching of the holes, and cleanup. Payment shall include all labor, materials, and equipment necessary to complete work. 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. 11/02104 ASC-41 - PART DA - ADDITIONAL SPECIAL CONDITIONS 12. Junction Manhole Roof Replacement: Payment shall be based on the Contract unit price and the actual quantity that were constructed. The Contract unit price shall include all work, materials and installation, including, but not limited new manhole frame and cover, grade rings, concrete, rebar, excavation, backfill, and demolition and disposal of waste materials. 13. Concrete Manhole Collars: Payment for manhole collars in paved areas shall be ,- based on the Contract unit price and the actual quantity installed. The Contract unit price shall be full payment for labor, materials, pavement sawing, excavating, disposal of waste materials. Payment shall not include pavement replacement, which if required, shall be paid separately. 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. DA-120 ABANDON EXISTING SANITARY SEWER MANHOLE 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 a point not less than 18-inches below final grade. The structure shall then be backfilled using flowable fill, per item DA-108. 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-121 TEMPORARY EXCAVATION SUPPORT SYSTEM A. GENERAL 1. Design, furnish and install temporary excavation support systems as required to maintain lateral support, prevent loss of ground, limit soil movements to acceptable limits and protect from damage and movement, existing and proposed improvements including, but not limited to, rail lines, pipelines, utilities, structures, roadways, and other facilities. 2. The requirement of sheeting left in place in areas indicated on the drawings does not relieve the Contractor from the responsibility of furnishing and installing proper temporary excavation support systems in other areas. 3. Common types of excavation support system include, but are not limited to, singular or multiple stages comprised of cantilevered or internally braced soldier piles and lagging, steel sheetpile wall, timber sheetpile wall, trench box, or combinations thereof. Except where noted on drawings, trench box temporary excavation support system is only acceptable for pipe or utility trench excavations but can not be used within 50-feet of the railroad. Except where noted on the drawings, temporary unsupported open cut excavation with stable sloping sides is allowed where applicable. 11102104 ASC-42 PART DA - ADDITIONAL SPECIAL CONDITIONS 4. Wherever the word "sheeting" is used in this section or on the contract drawings, it shall be in reference to any type of excavation support system specified except trench box. 5. Construction of the temporary excavation support systems shall not disturb the existing structures or the completed proposed structures. Damage to such structures shall be repaired by the Contractor at no additional cost to the Owner. 6. The Contractor shall bear the entire cost and responsibility of correcting any failure, damages, subsidence, movement of existing structures, upheaval or cave-ins as a result of improper installation, maintenance or design of the temporary excavation support systems. The Contractor shall pay for all claims, costs and damages that arise as a result of the work performed at no additional cost to the Owner or Union Pacific Railroad. B. MATERIALS 1. Structural Steel: All soldier piles, wales, rakers, struts, wedges, plates, waterstop and accessory steel shapes shall conform to ASTM A35. 2. Steel Sheet Piling: ASTM A328, continuous interlocking type. 3. Timber Lagging Left in Place: Pressured treated per appropriate AWPA standards. 4. Raker Ties: ASTM A615 Grade 60. 5. Tamping tools adapted for backfilling voids after removal of the excavation support -- system. 6. Provide specific trench box sizes for each pipe and utility excavation with structural capacity of retaining soil types as described in OSHA's 29 CFR Part 1926 Subpart P. 7. Equipment: a. Contractor's temporary excavation support system designer shall specify wether a vibratory or impact hammer shall be utilized for driving the temporary sheet piling. 8. Delivery, Storage and Handling: a. Store sheeting and bracing materials to prevent sagging which would produce permanent deformation. Keep concentrated loads which occur during stacking or lifting below the level which would produce permanent deformation of the material. 9. References: a. American Society for Testing and Materials (ASTM): i. A36: Standard Specification for Structural Steel ii. A328: Standard Specification for Steel Sheet Piling 11/02/04 ASC-43 PART DA - ADDITIONAL SPECIAL CONDITIONS iii. A415: Standard Specification for Strand Steel, Uncoated Seven-Wire for Prestressed Concrete iv. A722: Specification for Uncoated High-Strength Steel Bar for Prestressing Concrete ., V. A615: Standard Specifications for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement b. American Wood-Preserves Association (AWPA) Standards. c. American Welding Society (AWS) Code: D1.1. d. Federal Standard, FS TT-W-571: Wood Preservation and Treating Practices. e. Occupational Safety and Health Administration (OSHA) Standards and Regulations contained in Title 29: Subpart P - Excavations, Trenching and Shoring. f, American Concrete Institute (ACI) i. ACI 304: Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. C. EXECUTION 1. Design of temporary excavation support systems shall meet the following minimum requirements: a. Support systems shall be designed for earth pressures, hydrostatic pressure, equipment, temporary stockpiles, construction loads, rail yard equipment and operational loads, and other surcharge loads. b. Design a bracing system to provide sufficient reaction to maintain stability. c. Limit movement of ground adjacent to the excavation support system to be within the allowable ground deformation as specified. No movement of the existing structures is acceptable. d. Design the embedment depth below bottom of excavation to minimize lateral and vertical earth movements and provide bottom stability. Toe of braced temporary excavation support systems shall not be less than 5 feet below the bottom of the excavation. e. Design temporary excavation support systems to withstand an additional 2 feet of excavation below proposed bottom of excavation without redesign except for the addition of lagging and/or bracing. f. Do not cast permanent structure walls directly against excavation support walls. 91142rV4 ASC-44 PART DA - ADDITIONAL SPECIAL CONDITIONS g. Must be designed in accordance with Union Pacific Railroad "Guidelines for Temporary Shoring, October 25, 2004.9 (See Part 1) 2. Submitals-. a. Submit the following in accordance with DA-56 Shop Drawings: i, Submit the following qualifications prior to the construction: 1) Qualifications of Contractor's temporary excavation support system designer as specified in Paragraph 6. d. 2) Qualifications of Contractor's temporary Excavation support system installer as specified in Paragraph 6, e. 3) Qualifications of Contractor's temporary excavation support system installation supervisor as specified in Paragraph 6. f. ii- Submit a temporary excavation support pian stamped and signed by a Licensed Professional Engineer prior to start of the construction. The review will be only for the information of the Owner and third parties for an overall �. understanding of the project relating to access, maintenance of existing facilities and proper utilization of the site. Shoring is subject to the approval of the Chief Engineer — Design, Union Pacific Railroad. The Contractor shall remain responsible for the adequacy and safety of the means, methods and sequencing of construction. The plan shall include the following items as a minimum: 1) Proposed temporary excavation support system(s), details, location, layout, depths, extent of different types of support relative to existing features and the permanent structures to be constructed, and methods and sequence of installation and removal. 2) Requirements of dewatering during the construction. -� 3) Minimum lateral distance from the edge of the excavation support system for use for vehicles, construction equipment, and stockpiled construction and excavated materials. 4) List of equipment used for installing the excavation support systems, 5) A plan to monitor movements of the ground adjacent to excavation support systems and adjacent structures. The plan shall include, but not be limited to locations, details and monitoring schedule of geotechnical instruments such as survey markers (reference points on structures). iii. Submit a Construction Contingency Plan specifying the methods and procedures to maintain temporary excavation support system stability if the allowable movement of the adjacent ground is exceeded, or any movement of adjacent structures is detected. 11102104 ASC-45 PART DA - ADDITIONAL SPECIAL CONDITIONS iv. For excavation support systems left in place, submit the following as-built information prior to backfilling and covering the excavation support systems: 1) Survey locations of the temporary excavation support systems, including coordinates of the ends and points of change in direction. 2) Type of the temporary excavation support system. 3) Elevations of top and bottom of the excavation support systems left in place. 3. Installation: a. Installation of the temporary excavation support systems shall not commence until the related earth excavation and dewatering submittals have been reviewed by the Engineer and Union Pacific Railroad representative with all comments satisfactorily addressed. b. Install excavation support systems in accordance with the temporary excavation ^� support plan. c. Do not drive sheeting within 100 feet of concrete less than seven (7) days old. d. Carry out program of temporary excavation support in such a manner as to prevent undermining or disturbing foundations of existing structures of work ongoing or previously completed. e. Install and read geotechnical instrumentation in accordance with the temporary excavation support plan. Notify the Engineer immediately if any geotechnical instrumentation is damaged. Repair or replace damaged geotechnical instrumentation at the sole option of the Engineer and at no additional cost to the Owner. f. Continuously monitor movements of the ground adjacent to excavation support systems and adjacent structures. In events of the measured movements approaching or exceeding the allowable movements (zero for existing structures), take immediate steps to arrest further movement by revising procedures such as providing supplementary bracing, filling voids behind the trench box, supporting utilities or other measures as required. 4. Ground Deformation Adjacent to Excavation Support Systems: a. Allowable Vertical (heavelsettlement) and Lateral Movements 2 inches maximum for the trench box excavation support system, and 1 inch maximum for other types of excavation support systems at any location behind the excavation support system. 111OM4 ASC-46 �j .••��y,t�J"Q PART DA - ADDITIONAL SPECIAL CONDITIONS b. Monitoring personnel shall use a procedure for reading and recording geotechnical instrumentation data which compares the current reading to the last reading during data collection to eliminate spurious readings. c. Notify the Engineer when the allowable ground deformation is exceeded. s 5. Removal of Earth Retention System: a. Sheeting shall be left in place unless otherwise indicated or approved in writing by the Engineer, or Union Pacific Railroad Representative. b. When indicated or approved by the Engineer, remove the temporary excavation support system without endangering the constructed or adjacent structures, utilities, or property. Immediately backfill all voids left or caused by withdrawal of temporary excavation support systems with bank-run gravel, screened gravel or select borrow by tamping with tools specifically adapted for that purpose. c. The excavation support system left-in-place shall be cut-off a minimum of 2 feet below the bottom of the next higher foundation level or a minimum of 5 feet below finished grade. d. Conduct survey of the locations and final cut-off elevations of the excavation support systems left in place. 6. Quality Assurance: a. Provide in accordance with C5-5, -4 b. Conform to the requirements of the OSHA Standards and Interpretations: "Part 1926 Subpart P - Excavation, Trenching, and Shoring", and all other applicable .� laws, regulations, rules, and codes. c. All welding shall be performed in accordance with AWS Q1.1. d. Prepare design, including calculations and drawings, under the direction of a Professional Engineer registered in the state of Texas and having the following qualifications: i. Not less than ten (10) years experience in the design of specific temporary excavation support systems to be used. -- ii. Completed not less than five (5) successful temporary excavation support system projects of equal type, size, and complexity within the last five (5) years. e. Temporary Excavation Support System Installers Qualifications: - rt i. Not less than three (3) year experience in the installation of similar types and equal complexity as the proposed system. 11/02104 ASC-47 PART DA - ADDITIONAL SPECIAL CONDITIONS ii. Completed not less than three (3) successful excavation support systems Y of similar type and equal complexity as the proposed system. f. Install all temporary excavation support systems under the supervision of a supervisor having the following qualifications: i. Not less than five (5) years experience in installation of systems of similar type and equal complexity as the proposed system. ii. Completed at least five (5) successful temporary excavation support. systems of similar type and equal complexity as the proposed system. D. MEASUREMENT AND PAYMENT — Lump sum payment shall be full compensation for support system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of temporary excavation support systems. DA-122 5-SIDED MANHOLE AND CONNECTION TO EXISTING SANITARY SEWER LINE This item shall consist of the construction of a new 5-sided sewer manhole over an existing sanitary sewer line and the connection of a new sanitary sewer line to the manhole and existing sewer line at locations as designated in the construction plans. Excavation and backfill, furnishing and installation of materials, labor, and equipment shall be included in the unit bid item price. Item shall be constructed in conformance with Item 444 and detailed drawings included in the construction plans. MEASUREMENT AND PAYMENT — Measurement and payment for 5-sided manhole shall be b considered as a single unit all inclusive, rim through invert structure, and shall include appurtenant work including excavation through backfill to provide for the structure complete in place as designed for the project. Payment for vault shall include all labor, material, and equipment necessary for complete installation of structure. DA-123 SUBSURFACE EXPLORATION 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. 11102104 ASC-48 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-124 FILL ABANDONED SANITARY SEINER PIPE This item shall consist of filling existing 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 as well as any requirements of the[Jnion Pacific Railroad Company. Payment for this item shall be per lineal-foot of pipe filled with flowable fill. This cost shall include all labor,material, and equipment associated with filling existing sanitary sewer pipe with flowable fill. DA-125 DUCTILE IRON PIPE A. GENERAL 1. Scope of Work-This item shall consist of furnishing all labor, materials, equipment, and incidentals necessary to install ductile-iron pipe, fittings, and specials, including connections and appurtenances as required for the proper installation and function of the system, as indicated in the City of Fort Worth Material Specifications except as modified herein. - 1. Quality Assurance a. Manufacturer finished pipe shall be the product of one(1)manufacturer. b. Reference Standards: i. ANSI/AWWA C I051A21.5-American National Standard for Polyethylene Encasement ii. ANSIIAWWA CI IO/A2I.10-American National Standard for Ductile Iron and Grey Iron Fittings, 3-inch through 48-inches for Water and Other Liquids. iii. ANSIIAWWA C 1501A21.50-American National Standard for the Thickness Design of Ductile Iron Pipe iv. ANSI/AWWA C 1511A21.51 -American National Standard for Ductile Iron Pipe, Centrifugally Cast, for Water or Other Liquids. v. AWWA M41 -Ductile Iron Pipe and Fittings S. PRODUCTS 1. Ductile Iron Pipe(Section A-1 - M-1348) a. Thickness class shall be a minimum of Class 51. b. All pipe shall be lined with Protecto 401 Ceramic Epoxy Coating(or approved equal),40 mils(as recommended by Manufacturer). c. All buried pipe shall be polyethylene encased in accordance with AWWA C 105. 11102104 ASC-49 P. PART DA - ADDITIONAL SPECIAL CONDITIONS 2. Ductile Iron Pipe (Section A-2 —M439*) a. Thickness class shall be a minimum of Class 53. b. All pipe shall he lined with Protecto 441 Ceramic Epoxy Coating(or approved equal), 40 mils (as recommended by Manufacturer). c. All brined pipe shall be polyethylene encased in accordance with A W WA C 145, C. MEASUREMENT ANIS PAYMENT low The measurement of sewer pipe for payment purposes will be the horizontally measured i, length of the line from center of fitting or manhole to center of fitting or manhole,or end of pipe without deduction for intermediate fittings or manhole. Payment will be made at the applicable unit price bid in the proposal as it corresponds in size and depth of the constructed facility. Such payment shall include furnishings and installing sewer pipe, and crushed limestone bedding and embedment, backfill and/or �- flowable fill backfill. DA-126 FIBERGLASS SEWER PIPE — GRAVITY SERVICE A. GENERAL �. 1. Section Includes a) Fiberglass Reinforced Polymer Mortar Pipe. 2. References r a) ASTM D3262 - Standard Specification for 'Fiberglass" (Glass-Finer-Reinforced Thermosetting-Resin) Sewer Pipe. b) ASTM D4161 - Standard Specification for "f=iberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Seals. c) ASTM D2412 - Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. 3. Specifications The specifications contained herein govern, unless otherwise agreed upon between purchaser and supplier. 4. Submittals Contractor shall submit load and pipe calculations confirming selected pipe behavior. Load calculations shall include, but not limited to, buckling resistance, pipe deflection, pipe wall strain cracking and wall crushing load. All design calculations shall be sealed by a Registered Professional Engineer of the State of Texas. I M02104 ASC-50 . PART DA - ADDITIONAL SPECIAL CONDITIONS Product data submittals to include the following are as a minimum: Details of the proposed pipe. Details of proposed manholes. Properties, strengths, etc. of the pipe. Joint detail drawing, including maximum interior joint gap opening, in the deflected ,position and in the straight alignment. Instructions on storage, handling, transportation, and pipe installation. Standard catalog sheets_ Gasket type and composition showing ability to withstand the chemicals and conditions within sanitary sewers- Pipe laying schedule. Connections to all proposed structures including water stop. B. PRODUCTS 1. Materials 4 a) Resin Systems: The manufacturer shall use only polyester resin systems with a proven history of performance in this particular application. The historical data shall have been acquired from a composite material of similar construction and composition as the proposed product. b) Glass Reinforcements: The reinforcing glass fibers used to manufacture the components shall be of highest quality commercial grade E-glass filaments with binder and sizing compatible with impregnating resins. c) Silica Sand. Sand shall be minimum 98% silica with a maximum moisture content of Q.2%. d) Additives: Resin additives, such as curing agents, pigments, dyes fillers, thixotropic agents, etc., when used, shall not detrimentally affect the performance of the product. e) Elastomeric Gaskets: Gaskets shall be supplied by approved gasket manufacturers and be suitable for the service intended. i 2. Manufacture and Construction a) Pipes: Manufacture pipe to result in a dense, non-porous, corrosion-resistant, consistent composite structure_ b) Joints: Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve couplings that utilize elastomeric sealing gaskets made of EPDM rubber — compound as the sole means to maintain joint watertightness. The joints must meet the performance requirements of ASTM D4161. Joints at tie-ins, when needed may utilize fiberglass, gasket-sealed closure couplings. c) Fittings: Flanges, elbows, reducers, tees, wyes, laterals and other fittings shall be capable of withstanding all operating conditions when installed. They may be contact molded or manufactured from mitered sections of pipe joined by glass-fiber-reinforced 11102104 ASC-51 PART DA - ADDITIONAL SPECIAL CONDITIONS overlays. Properly protected standard ductile iron, fusion-bonded epoxy coated steel and stainless steel fittings may also be used. 3. Dimensions a) Diameters: The actual outside diameter (18" to 48") of the pipes shall be in accordance with ASTM D3262. For other diameters, OD's shall be per manufacturers literature, b) Lengths: Pipe shall be supplied in nominal lengths of 20 feet. Actual laying length shall be nominal +1, -4 inches. At least 90% of the total footage of each size and class of pipe, excluding special order lengths, shall be furnished in nominal length sections. c) Wall Thickness: The minimum wall thickness shall be the stated design thickness. d) End Squareness: Pipe ends shall be square to the pipe axis with a maximum tolerance of 1/8". 4. Testing a) Pipes: Pipes shall be manufactured and tested in accordance with ASTM D3262. �- b) Joints: Coupling Joints shall meet the requirements of ASTM D4161. Stiffness: Minimum pipe stiffness when tested in accordance with ASTM D2412 shall .� normally be 72 psi. In no case will the stiffness be less than SN72. 5. Customer Inspection a) The owner or other designated representative shall be entitled to inspect pipes or witness the pipe manufacturing. b) Manufacturers Notification to Customer: Should the Owner request to see specific pipes during any phase of the manufacturing process, the manufacture must provide the Owner with adequate advance notice of when and where the production of those pipes will take place. 6. Packaging, Handling, Shipping a) Packaging, handling, and shipping shall be done in accordance with the manufacturer's instructions. C, EXECUTION 1. Installation a) Burial: The bedding and burial of pipe and fittings shall be in accordance with the project plans and specifications and the manufacturers requirements (Section 13 A of the product brochure)_ 11102104 ASC-52 1]- PART DA - ADDITIONAL SPECIAL CONDITIONS b) Pipe Handling: Use textile slings, other suitable materials or a forklift. Use of chains or cables is not recommended. c) Jointing: 1) Clean ends of pipe and coupling components. 2) Apply joint lubricant to pipe ends and elastomeric seals of coupling. Use only lubricants approved by the pipe manufacturer. 3) Use suitable equipment and end protection to push or pull the pipes together. 4) Do not exceed forces recommended by the manufacturer for coupling pipe. 5) Join pipes in straight alignment then deflect to required angle. Do not allow the deflection angle to exceed the deflection permitted by the manufacturer. d) Field Testing 1) infiltration / Exfiltration Test: Maximum allowable leakage shall be per local specification requirements. 2) Low Pressure Air Test: Each reach may be tested with air pressure (max 5 psi). The system passes the test if the pressure drop due to leakage through the pipe or pipe joints is less than or equal to the specified amount over the prescribed time period. 3) Individual Joint Testing: For pipes large enough to enter, individual joints may be pressure tested with a portable tester to 5 psi max. with air or water in lieu of line infiltration, exfiitration or air testing. 2. Deflection: Maximum allowable long-term deflection is 5% of the initial diameter.. D. MEASUREMENT AND PAYMENT The measurement of sewer pipe for payment purposes will be the horizontally measured length of the line from center of fitting or manhole to center of fitting or manhole, or end of pipe without deduction for intermediate fittings or manhole. Payment will be made at the applicable unit price bid in the proposal as it corresponds in size and depth of the constructed facility. Such payment shall include furnishings and installing sewer pipe, and crushed limestone bedding and embedment, backfill and/or flowable fill backfill DA-127 FIBERGLASS REINFORCED POLYMER MORTAR PIPE FGR TUNNEL CARRIER INSTALLATION —GRAVITY SERVICE A. GENERAL 1. Section Includes 11/02104 ASC-53 PART DA - ADDITIONAL SPECIAL CONDITIONS a) Reinforced Polymer Mortar Pipe. 2. References a) ASTM D3262 - Standard Specification for "Fiberglass' (Glass-Fiber-Reinforced Thermosetting-Resin) Sewer Pipe. b) ASTM D4161 - Standard Specification for "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Seals. c) ASTM D2412 - Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. 3. Specifications a) The specifications contained herein govem, unless otherwise agreed upon between the purchaser and supplier. B. PRODUCTS 1. Materials a) Resin Systems: The manufactures- shall use only polyester resin systems with a proven history of performance in this particular application. The historical data shall have been acquired from a composite material of similar construction and composition as the proposed product. b) Glass Reinforcements: The reinforcing glass fibers used to manufacture the components shall be of highest quality commercial grade E4ass filaments with binder and sizing compatible with impregnating resins. c) Silica Sand: Sand shall be minimum 98% silica with a maximum moisture content of 0.2%. d) Additives: Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents, etc., when used, shall not detrimentally effect the performance of the product. e) Elastomeric Gaskets: Gaskets shall be supplied by approved gasket manufacturers and be suitable for the service intended. 2. Manufacture and Construction a) Pipes: Manufacture pipe to result in a dense, nonporous, corrosion-resistant, consistent composite structure. b) Joints: Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve couplings or bell-spigot joints, 'flush" or "non-flush, that utilize elastomeric sealing gaskets as the sole means to maintain joint watertightness_ The joints must 11102104 ASC-54 PART DA - ADDITIONAL SPECIAL CONDITIONS meet the performance requirements of ASTM D4161, Joints at tie-ins, when needed, may utilize fiberglass, gasket-sealed closure couplings. c) Fittings: Flanges, elbows, reducers, tees, wyes, laterals and other fittings shall be capable of withstanding all operating conditions when installed. They may be contact molded or manufactured from mitered sections of pipe joined by glass-fiber-reinforced overlays. Properly protected standard ductile iron, fusion-bonded epoxy-coated steel and stainless steel fittings may also be used. - 3. dimensions a) Diameters: The actual outside diameter (18" to 48") of the pipes shall be in accordance with ASTM D3262. For other diameters, OD's shall be per manufacturer's literature. b) Lengths: Pipe shall be supplied in nominal lengths of 20 feet. When required by radius curves, pit size, or other limitations restrict the pipe to shorter lengths, nominal sections of 10 feet or other even divisions of 20 feet shall be used. Actual laying length shall be nominal +1, -4 inches. At least 90% of the total footage of each size and class of pipe, excluding special order lengths, shall be furnished in nominal length sections. c) Wail Thickness: The minimum wall thickness shall be the stated design thickness. d) End Squareness: Pipe ends shall be square to the pipe axis with a maximum tolerance of 118". 4. Testing a) Pipes: Pipes shall be manufactured and tested in accordance with ASTM D3262, b) Joints: Joints shall meet the requirements of ASTM D4161 .� c) Stiffness: Minimum pipe stiffness when tested in accordance with ASTM D2412 shall normally be 72 psi. In no case will the stiffness be less than SN72. 5. Customer Inspection a) The Owner or other designated representative shall be entitled to inspect pipes or witness the pipe manufacturing. b) Manufacturer's Notification to Customer: Should the Owner request to see specific �- pipes during any phase of the manufacturing process, the manufacturer must provide the Owner with adequate advance notice of when and where the production of those pipes will take place. 6. Packaging, Handling, Shipping a) Packaging, handling, and shipping shall be done in accordance with the manufacturer's instructions. C. EXECUTION 11102104 ASC-55 PART DA - ADDITIONAL SPECIAL CONDITIONS `y 1. Installation a) Installation: The installation of pipe and fittings shall be in accordance with the project •-» plans and specifications and the manufacturer's requirements (Section 13 E of the product brochure). b) Pipe Grouting: Annular space grouting shall not damage the liner and shall conform to the manufacturer's requirements (Section 13 E of product brochure). Contractor shall verify that the grouting pressure is within the normal pressure rating of the pipe and liner, Submit anticipated grouting pressure to the engineer,. c) Pipe Handling: Use textile slings, other suitable materials or a forklift. Use of chains or cables in not recommended. d) Jointing: 1) Clean ends of pipe and coupling components. 2) Apply joint lubricant to pie ends or bell interior surfaces and the elastomeric seals. Use only lubricants approved by the pipe manufacturer. 3) Use suitable equipment and end protection to push or pull the pipes together. 4) Do not exceed forces recommended by the manufacturer for joining or pushing pipe. 5) Join pipes in straight alignment then deflect to required angle. Do not allow the deflection angle to exceed the deflection permitted by the manufacturer, e) Field Tests 1) Infiltration / Exfiltration Test: Maximum allowable leakage shall be per local specification requirements. 2) Low Pressure Air Test: Each reach may be tested with air pressure (max 5 psi). The system passes the test if the pressure drop due to leakage through the pipe or — pipe joints is less than or equal to the specified amount over the prescribed time period. �. 3) Individual Joint Testing: For pipes large enough to enter, individual joints may be pressure tested with a portable tester to 5 psi max. with air or water in lieu of line infiltration, exfiltration or air testing. 4) Deflection: Maximum allowable long-terra deflection is 5% of the initial diameter. D. MEASUREMENT AND PAYMENT See Section DA-+6 for measurement and payment of this item. 11102104 ASC-55 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-128 SANITARY SEWER MANHOLE VAULT This item shall consist of the construction of a new sanitary sewer manhole vault (or "transition manholes") connecting existing RCP sanitary sewer fine to the proposed DIP sanitary sewer line at locations as designated in the construction plans. Excavation and backfill, furnishing and installation of materials, labor, and equipment shall be included in the unit bid item price. Item shall be constructed in conformance with Item 444 and detailed drawings included in the construction plans_ ... MEASUREMENT AND PAYMENT—Measurement and payment for sanitary sewer manhole vault shall include appurtenant work including excavation through flowable fill backfill to provide for the structure complete in place as designed for the project. Payment for vault shall include all labor, material, and equipment necessary for complete installation of structure. DA-129 STORM SEWER VAULT This item shall consist of the construction of a new storm sewer vault at locations as designated in the construction plans. Excavation and backfill, furnishing and installation of materials, labor, and equipment shall be included in the unit bid item price. Item shall be constructed in conformance with Item 444 and detailed drawings included in the construction plans. MEASUREMENT AND PAYMENT---Measurement and payment for storm sewer vault shall include appurtenant work including excavation through flowable fill backfill to provide for the structure complete in place as designed for the project. Payment for vault shall include all labor, material, and equipment necessary for complete installation of structure. 11/02/04 ASC-57 s i i i 1 t i t Y i i i r r r 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 i 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 k` M 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.l. values as follows: C. Additional backfill requirements when approved for use in streets: 1. Type 'B' Backfill (c) Maximum plastic index (PI) shall be B. 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. 1 (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 where the '95% modified Proctor density" shall remain unchanged.) E-1 SECTION E100 — MATERIAL SPECIFICATIONS MATERIAL SPECIFICATIONS January 1, 1978 (Added 5113/90) E100-4 WATERTIGHT MANHOLE INSERTS E100-4.1 GENERAL: This standard covers the furnishing and installation of watertight Basketed manhole inserts in the Fort Worth sanitary sewer collection system. E1004.2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion-proof high density polyethelene that meets or exceed the requirements of ASTM D1248, Category 5, Type III. b. The minimum thickness of the manhole insert shall be 118". - c. The manhole Insert shalt 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 01056, or equal. 1 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. E100-4.3 INSTALLATION: a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert of the rim. i 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 i 1 �1 1 1 r i r i l� VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. The law, that in order to be awarded a contract as low bidder, non-resident y 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 to underbid a non-resident bidder in,the order to obtain a comparable contract in the state in which the non-resident's principle place of business is located. The appropriate blanks in Section A must be filled out by all out-of--state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractor's to do so will automatically PM disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in (give state), or 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. BIDD E R: Company (please print) .&Ole V L Title: f e_S_e >> ` City State Zip t THIS FORM MUST BE RETURNED WITH YOUR QUOTATION r r r r F-3 ODCORD„ CERTIFICATE OF LIABILITY INSURANCE °041272005' PRODUCER Serial# THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION JOHN A.MILLER&ASSOCIATES,INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE PO BOX 7214 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR FART WORTH,TX 76111-{}214 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PHONE: (817)834-7111 FAX: (817)834-7115 INSURERS AFFORDING COVERAGE NA1C# INSURED INSURER A: ST.PAUL FIRE&MARINE INS.CO. 24767 WILLIAM[C CONSTRUCTION CTIINCDCA INSURER B: ST.PAUL MERCURY INSURANCE CO. 24791 CIRCLE X 4 CDNSTRtlCTIDN COMPANY, ET AL INSURER C: NATIONAL UNION FIRE INS.CO. 19445 P. O, E3DX 40328 .J FORT WORTH,TX 76140 INSURER 0: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH s� POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSRQ TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE MMIDDIYY DATE MNIIDDNY LIMITS ,J � GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 X COMMERCIAL GENERAL LIABILITY PREMGES9RaENTEDn cel s 300.000 CLAIMS MADE FX OCCUR MED EXP (Anyone person) 3 10,000 A X X $5,000 P.D. DED, KC09100200 08112/04 48/12/05 PERSONAL 8 ADV INJURY $ 1.000,000 X CONTRACTUAL_XC5 GENERAL AGGREGATE $ 2,040,000 GEN L AGGREGATE UMIT APPLIES PER: PRODUCTS-COMPIOP AGG S 2,000,000 POLICY X JECT LOG AUTOMOBILE LIABILITY COMBINED SINGLE LIMTr I 5 1,000.000 X ANY AUTO (Ea acmdenl) ALL OWNED AUTOS BODILY INJURY S X SCHEDULED AUTOS KV09100149 08/12104 08/12105 Iger person) X HIRED AUTOS BOO ILY INJURY $ X NON-OWNED AUTOS (Peraccidenl) PROPERTY DAMAGE 5 (Per accldenl) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ANY AUTO EA ACC S OTHER THAN AUTO ONLY AGG S E%CESSIUMBRELLA LIABILITY EACH OCCURRENCE $ 2,000,000 X OCCUR CLAIMS MADE BE 291 13 00 08/12/04 08/12105 AGGREGATE S 2,040,000 C X S DEDUCTIBLE S }( RETENTION S 10,000 yy S WORKER'S CO MPENSATION AND X TC] Y LMITS ER EMPLOYERS'LIABIUTY WVS9100219 08/12/04 08/12/05 EL EACH ACCIDENT S 1,000,000 A ANY PRO PR IETORIPARTNE OFF ICERIMEMOER EXCLUDE ECUTWE D II ye 5.descnheUnder ELDiSEASE-EA EMPLOYEE 3 1,000,000 QQ SPECIAL PROVISIONS Gelow EL DISEASE-POLICY LIMIT $ 1,000,000 OTHER 7 - DESCRIPTION OF OPE RATtONSILO CATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMFNTISPEC1A.L PROVISIONS PROJECT: SANITARY SEWER REHABILITATION CONTRACT LXX(70),UNIT 1-SEWER PROJECT NO-PS5M70580175210-DOE NO.4315-IF REQUIRED IN A WRITTEN CONTRACT,THE CITY OF FORT WORTH, ITS OFFICERS, EMPLOYEES AND SERVANTS ARE INCLUDED AS ADDITIONAL INSUREDS ON ALL POLICIES (EXCEPT WORKER'S COMPENSATION),THE POLICIES TO WHICH THE ADDITIONAL INSUREDS ARE ADDED APPLY ON A PRIMARY BASIS IN RELATION TO THE ADDITIONAL INSURED'S OWN SELF-FUNDED OR COMMERCIAL COVERAGES, WHICH WILL BE NON-CONTRIBUTING, AND A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF FORT WORTH IS INCLUDED ON THE WORKER'S COMPENSATION POLICY. *EXCEPT 10 DAYS WRITTEN NOTICE IN THE EVENT OF CANCELLATION FOR NON-PAYMENT OF PREMIUM) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION THROGKMORTON STREET GATE THEREOF.THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30" DAYS WRITTEN 1000 CITY F FORT WORTH NOTICE TO THE CERTIFICATE H ED TO THE LEFT,BUT FAILURE TO DO SO SHALL FORT WORTH,TX 76102 IMPOSE NO 03LI OR LIABILFTY OF ANY IND UPON THE INSURER,ITS AGENTS OR REPRESENTAT S. AUTHORIZED RE ACORD 25(2001108) ®ACORD CORPORATION 1988 rp ! CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A Labor Code Section 406.095 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all its employees employed on City of Fort Worth Department of Engineering No. 4315 and City of Fort Worth Project Number PS58-070580175210: PE William I Schultz,Inc.,dba Circle"C" Construction Company CONTRACTOR By: William). Sc tx President Title -7—a " Date STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared William I Schultz, 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 President of William I. Schultz, Inc., dba Circle "C" Construction Company for the purposes and consideration therein expressed and in the capacity therein stated_ GIVEN UNDER MY HAND AND SEAL OF OFFICE 27th day of April, 2005. SHERYL A. KLUTTS # Notary Public " STATES of TEXAS otary Public in d for the State of Texas MYcomm Exp o4ry 1/2008 ow i• PERFORMANCE BOND Bond No. 6290169 I-V THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) William J. Schultz Inc. dba. Circle "C" Construction Company, as Principal herein, and (2) Safeco Insurance Company of America, 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 *Six Hundred Ninety-Three Thousand Four Hundred Ninety-Five and No1100* Dollars ($*693,495.00*) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents, WHEREAS, Principal has entered into a certain written contract with the Obligee dated the 3rd day of May, 2005, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of: Sanitary Sewer Rehabilitation Contract LXX(70),Unit 1 Sewer Project No.PS58-070580176214; D.Q.E.No.4315 NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which r Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation +� shall be void;otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this band 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 A herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. Y SIGNED and SEALED this 3rd day of May,2005. r- r William J.Schultz,,Inc.,On _ Circle"C"Construction Company PRINCIPAL ATTEST: By: Name: William J.Schultz,President (Principal) Secretary Address: P.0.Box 40328 Fort Worth,TX 75140 Witness as to Principal Safeco Insurance Company of America SURETY ATTEST: By: - .1'1�4 j ri.2)4 U Naive: Sheryl.A. Mutts,Attorney-in-Fact Secretary Address: Safeco Plaza (SEAL) Seattle,WA 98185 Witness as to Surety,Joan A. Iffiller Telephone Number: 1.800.472-4455 NOTE. (1) Correct name of Principal (Contractor). (2) Correct name of Surety. ('-i) State of incorporation of Surety Telephone number of surety must he 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. POWER SAFECO INSURANCE COMPANY OF AMERICA 1 _ OF ATTORNEY HOME OFFICE: SAFECO PML Y 4F ANtERICA AZA SEATTLE,WASHINGTON 98185 No. 7498 KNOW ALL 13Y THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each hereby appoint :►.►s►.,.ar••s■►►•►sa►r►a►s=r►JOHN A.NW-LER;SHERYL A.KLUTi"S;H]HN A.MILLER,fl;K.R.HARVEY,Fort Werth,Tcxasr►■s►►►►es■►...►�►►s►►►sad►►�•e..►►««. its true and lawful attomey(sy 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 Ilia course of its business,and to hind 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 ?ist day of April 1999 k� �4va� R.A.PIERSON,SECRETARY W.RANDALL STODDARD,PRESIDENT CERTIFICATE EAract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: '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 individuals as attorneys-in-fad 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 arty instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any Instrument conferring such authority or on arty bond or undertaking of the Company,the seas,or a facsimile thereof,may be impressed or affixed or in any other manner raproduced;provided,how-ever,that the seal shall not be necessary to the validity of any such instrument or undertaking.' F_ictract 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, 0) The provisions of Article V.Section 13 of the By-Laws.and (It) A ropy of the power-of-attomey appointment,executed pursuant thereto,and (AI) Certifying that said power-0f-attomey appointment Is in full force and effect, the signature of the cart rig officer may be by facsimile,and the seat of the Company may be a facsimile thereof.` I,R.A.Pierson,Secretary 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 WRNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said Corporator r this °moi day of /a E CUtyp,� SEAL SEAL 1953 16z% OF y eOf R.A.PIERSON,SECRETARY S-09741SAEF 7MB S Registered iradarnark of SAFECO Corporation. 4121188 POF PAYMENT BOND Bond No. 6290169 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) William I. Schultz, Inc„ dha Circle "C" Construction Company, as Principal herein, and (2) Safeco Insurance Company of America, 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 *Six Hundred Ninety-Three Thousand Four Hundred Ninety-Five and No1100* Dollars (S_*693 495.00*) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 3rd day of May, 2005, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Sanitary Sewer Rehabilitation Contract LXX (70) Unit I Sewer Project No.PS58-070580176210; D.O.E No.4315 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied. at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. .. SIGNED and SEALED this 3rd day of May, 2005, William J.Schultz Inc. dba Circle "C"Construction Company PRINCIPAL ATTEST: By: Name: William I Schultz (Principal)Secretary Address: P.4.Box 441328 Fort Worth,TX 76140 Witness as to Principal Safeco Insurance Coonny of America SURETY ATTEST: By: r �' r Name: Sheryl A.Mutts,Attorney-in-Fact Secretary Address: Safeco Plaza [SEAL) Seattle, WA 98185 Witness as to Surety, o A.Miller Telephone Number; 1-8410-472-4455 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. POWER SAFECO INSURANCE COMPANY OF AMERICA S A F ECO- GENERAL INSURANCE COMPANY OF AMERICA 1 OF ATTORNEY HOME OFFICE: SAFECO PLAZA SEATTLE,WASHINGTON 98185 No. 7498 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each hereby appoint ""'0".........."JOHN A.MILLER;SHERYL A.KLUTTS;JOHN A.MILLER,II;K.R.HARVEY;Fort Worth,T�YhCR}t!}!rt}•1R.}..}i.k}.kiY}�k}}r�}}r.i►} its trace and lawful attorney{syirrfact, 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 WETNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these prasents this 21st day of April 1 V4g . r R.A.PIERSON,SECRETARY W.RANDALL STODDARD.PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "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 Individuals as attomeys-in-fact or under other appropriate tithes 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 ssal,or a facsimile thereof,may be impressed or mixed or in any other rnanner reproduced;provided,however,that the seat shall not be necessary 10 the validity of any such instrument or undertaking." Extract from a Resolution of the Beard of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. '0n any certl5cais exeRted by the Secretary or an assistant secretary of the Company setting out, (i) The provls&s of Article V,Section 13 of the fay-Laws.,and (6) A copy of the poiwer-of-attorney appointment,executed pursuant thereto,and {iii} Certifying that said power-4f-attorney appointment is in fukl force and effect, the signature of the certifying officer my be by facsimile,and the seal of the Company may be a facsimile thereof." f,R.A.P'ersorr,Secretary 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 Attomey issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Attomey are still in full foroe and effect. IN WITNESS WHEREOF,i have hereunto set my hand and affixed the facsimile seal of said corporation this day ofA44 �. E COMP � SEAL � �S E'p►L �9 rs2a r`O&P 'e Of L R.R.PtERSON,SECRETARY S-M741SAEF 7158 0 Ragmtered trademark of SAFECO Corporation, 4121199 P(7F MAINTENANCE BOND Bond No.6290169 THE STATE OF TEXAS § COUNTY OF TARRA NT § KNOW ALL BY THESE PRESENTS: That William J. Schultz_ Inc., dba Circle "C" Construction Company, ("Contractor"), as principal, and Safeco Insurance Company of Arne:rica 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 sura of *Six Hundred Ninety-Three Thousand, Four Hundred Ninety-Five and No1100*Dollars($*693,495.001), 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 3rd of May, 2005, 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) Unit I, the same being referred to herein and in said contract as the Work and being designated as Project Number(s)PS58- 070580176210t D-O.E No. 4315 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 two (2)_years after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of two (2)years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary;and, r i WHEREAS, said Contractor hinds 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 terns and conditions of said Contract, these PM presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the ~ premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for ► successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF,this instrument is executed in 3 counterparts,each of which shall be r deemed an original, this 3rd day of May, A.D.2005. �. ATTEST: William J.Schultz Inc. dba (SEAL) Circle"C"Construction Company Contractor Secretary Name; William J.Schultz Title: President 1" Address: P.U.Box 44328 ! Fort Worth,TX 76144 rWitness as to Surety: Safeco Insurance an of America (S Surety '• By: A A//,/ Ze John A.Miller f., Name: Sheryl A. Mutts Title: Attorney-in-Fact Safeco Plaza ► Seattle WA 98185 Address r r S+ pA POWER SAFECQ INSURANCE COMPANY OF AMERICA F E C O_ GENERAL INSURANCE COMPANY OF AMERICA 1 OF ATTORNEY HOME OFFICE: SAFECQ PLAZA SEATTLE.WASHINGTON 98185 No, 7498 KNOW ALL BY THESE PRESENTS: That SAFECQ INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each hereby appoint ••,,••■••►••►••,'F`•�'c`"*R"'JOIRJ A.MILLER:SHFRYL A.K_LUTTS;JOHN A.MILLER,ti;K.R.HARVEY;Fort Worth,Texas"'........... its true and lawful attomey(s}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. fN WETNESS WHEREOF, SAFECQ INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 2 isr day of April 1999 k� &4&49&(9 R.A.PIERSON,SECRETARY W.RANDALL STODDARD,PRESIDENT CERTIFICATE Extract from the By-Laws of SAFE CO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA-. '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 individuals as atiomeys-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 seal,or a facsimile thereof,may be impressed or affixed or in any other manner reprodur ed.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 SAFECQ 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. (I) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of Ute power-of-attomey appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appodntment is In full force and effect, the signature of the certifying ofUcer may be by facsimile,and the seal of the Company may be a facsimile thereof' 1,R.A.Pierson,Swetary of SAFEC0 INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hweby certify that the foregoing extracts of the Ely-Laws and of a Resolution of the Board of Urecto rs of these corporatk:ins,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 Jof said corporation f this yf day ofG �` co M"KE SEAL s SEAL (M p( . R.A.PIERSON,SECRETARY S-09741SAEF 7118 0 Reglsiered trademark of SAFECO Corporation. V21199 POF r PART G - CONTRACT r THE STATE OF TEXAS § COUNTY OF TARRANT § THIS CONTRACT, made and entered into 3rd day of Mav, 2005 by and between the City of Fort Worth, a home-rule municipal corporation located in Tarrant County, Texas, acting through its City Manager thereto duly authorized so to do, Party of the First Part, hereinafter termed "OWNER", and William J. Schultz Inc. dba Circle "C" Construction Company of the City of Fort Worth, County of Tarrant and State of Texas, Party of the Second Part, hereinafter termed "CONTRACTOR". WITNESSETH: at for or and in consideration of payments and agreements hereinafter mentioned to be made and performed by the Party of the First Part (Owner), said Party of the Second Part (Contractor) hereby agrees with the said Party of the First Part (Owner) to commence and complete certain improvements described as follows: Sanitary Sewer Rehabilitation Contract LXX(70) Sewer Project No.PS58-07058017621.0; D.O.E. No.43115 r And all extra work connected therewith, under the terms as stated in the Contract Documents, and at his (their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, bonds, insurance, and other accessories and services necessary to compete the said construction, in accordance with all the requirements of the Contract Documents, which include all maps, plats, blueprints and other drawings and printed or written explanatory matter thereof, and the specifications thereof, as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon, together with the Contractor's Written Proposal and the other parts of the Contract Documents hereto attached, including the Fart Worth Water Department General Contractor Documents and General Specifications, all of which are made a part hereof and collectively and constitute the entire contract. The Contractor hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him, and to substantially complete same within the time stated in the Proposal. The Owner agrees to pay the Contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefore, subject to additions and deductions, as provided in the Contract Documents and all approved modifications thereof, and to make payment on account thereof as provided therein. r r IN WITNESS WHEREOF, the Parties of these presents have executed this Contract in 3 counterparts in the year and day first above written. FM CITY OF FORT WORTH TEXAS Owner ATTEST: P. Party a First Part N— By: City Secretary Marc A. Ott, ssistan i y Manager ( SEAL) CONTRACTOR: William J. Schultz,Inc.,dba Circle"C" Construction Company APPROVED: P. Q.Box 40328 Fort Worth,,TX 76140 A. Douglas Radermaker, F.E., Director By: Department of Engineering William J. Schultz Title: President r. W TINES S: r l APPR �D AS TQZRXI AND LEG TY: Asst. ity Atte f 1 •- Contra t Authorization Hate r r r r r r F f r r r r r r r r .o a CL I � f ' . rw Od CD C Ci CD C uG Ei r= Pr N } ' a 0 cd c" ai cr E ` c�s7 ctl � tu Cl SLI C? LIS � rM .-, TA C CD d r .. ' au o qu cd 0 � ° � � as 43 � zt ❑ rajcn cd d U CJ CJ %-4 cn 1) 8 0 �4y� CD C� tw o ~ "' A U. PLO orn Uc C) v - v 41 q ib Q A 3 ro_ ►� q C4 CD 4. ° v N a 71 u o U a� I� U '" N v rn I 1 . � to y� INTERSTATE 30 SCALE: 1" — 407' �� 1 V�g� � q L9YCENR !T7 F vtf IGUT t*� A '2 � ati S�. g g N RCISEDM.E ,-c RasEDALE 3 I P� l -- G u P .. I r 4MIYERSITY PARK DR- I rr I t ` h� I � an re C 01A, P, S77 I TLLIN sT. a Legend f TDR Q Core Location , r s � ee GAA- „u4Y 2004 �� Kmley-Hom it of Fart Worth ve��� .n. � and Assocales,Inc.IneY ElORA%", x40 Sanitary Sewer Rehabilitation CXEO: CAG Pavement Contract LXX (70) w0.: 06,01a02s Unit I Care Locations CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: SANITARY SEWER REHAB LXX DOE NO. : 4315 FUND CODE: 01102 HOLE # 1 LAB NO: 40793 LOCATION: QLD UNIVERSITY @ ROSEDALE E/4 5 . 00" HMAC 2 . 00" BROWN SAND W/GRAVEL 5, 00" REDDISH' BROWN SANDY CLAY W/GRAVEL 8 .00" RED SAND ATTERBURG LIMITS: LL: 22. 7 PL: 15 . 7 PI: 7 .0 SHRKG: 1 . 0% MUNSELL COLOR CHART: 6/4 LIGHT YELLOWISH BROWN SAND UNIT WEIGHT: 146.0 #/C€'T } HOLE # 2 LAB NO: 40794 r LOCATION: 1401 OLD UNIVERSITY CL 3.00" HMAC I 3. 00" GRAVEL 14 , 00" DARK BROWN SANDY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 41 . 4 PL: 21 . 0 PI: 20. 4 SHRKG: 10 . 0% l MUNSELL COLOR CHART: 5/2 GRAYISH BROWN CLAY UNIT WEIGHT: 138 .0 #ICFT HOLE # 3 LAB NO: 40795 i LOCATION: 1500 OLD UNIVERSxTY W/4 r 13. 00" HMAC 3 . 00" BROWN SANDY CLAY W/GRAVEL 4 . 00" GRAY SANDY CLAY W/GRAVEL rATTERBURG LIMITS: LL: 27 . 1 PL: 14 . 8 PI : 12.3 SHRKG: 8 . 0% MUNSELL COLOR CHART: 6/2 LIGHT" BROWNISH GRAY CLAY UNIT WEIGHT: NIA #ICFT HOLE # 4 LAB NO: 40736 LOCATION: 1525 OLD UNIVERSITY CL 5. 00"1 HMAC 4 . 50" CONCRETE (COMPRESSIVE STRENGTH 3810 PST) 3 .00" BROWN SANDY CLAY W/GRAVEL 7. 50" DARK GRAY CLAY r. ATTERBURG LIMITS : LL: 28 . 1 PL: 15. 1 PI : 12 . 0 SHRKG: 8 .0% MUNSELL COLOR CHART: 5/2 GRAYISH BROWN SANDY CLAY UNIT WEIGHT: NIA #ICFT pm 2 DOE # 4315 HOLE # 5 LAB NO: 40797 LOCATION : E/4 OF S . UNIVERSITY DR. 100' NORTH OF OLD UNIVERSITY 4. 50" HMAC 7 . 00" CONCRETE (COMPRESSIVE STRENGTH 5948 PSI) 8, 50" BROWN CLAY ATTERBURG LIMITS : LL: 29 . 7 PL: 16.0 P1: 13. 7 SHRKG: 10 . 0% MUNSELL COLOR CHART: 513 BROWN CLAY UNIT WEIGHT: N/A #/CFT HOLE # 6 LAB NO: 40798 LOCATION: CL OF S. UNTVERS TTY DR. 50' SOUTH OF OLD UNIVERSITY t' 6.00" HMAC G. 50" CONCRETE (COMPRESSIVE STRENGTH 5819 PSI) 7. 50" DQARK BROWN CLAY W/GRAVEL ATTERBURG LIMITS: LL: 25 . 5 PL: 14 . 3 21: 11.2 SHRKG: 6.0% MUNSELL COLOR CHART: 5/3 BROWN SANDY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 7 LAB NO: 40799 LOCATION: 1660 S . UN=RSTIY DR. W/4 . i 3. 00" HMAC 8 .50" CONCRETE (COMPRESSIVE STRENGTH 4932 PSI) 8 .50" DARK BROWN CLAY W/,GRAVEL ATTERBURG LIMITS: LL: 42 . 4 PL: 27 . 7 PI : 14 .7 SHRKG: 9 .0% 1` MUNSELL COLOR CHART: 5/2 GRAYISH BROWN SANDY CLAY V UNIT WEIGHT: N/A #/CFT HOLE # 8 LAB NO: 40800 + LOCATION: CL OF S . UNIVERSITY DR. 20' SOUTH OF COLLINSWORTH 7.00" HMAC 7.00" CONCRETE (COMPRESSIVE STRENGTH 5954 PSI) 5 6.00" BROWN CLAY W/GRAVEL ATTERBURG LIMITS : LL: 2.0. 4 PL_ 12 . 1 PI: 8 . 3 - SHRKG: 6 . 0% MUNSELL COLOR CHART: 6/3 PALE BROWN SANDY CLAY r., UNIT WEIGHT: N/A #/CFT HOLE # 9 LAB NO: 40801 LOCATION : 1712 S . UNIVERSITY DR. E/4 13.50" HMAC u 6. 50" CONCRETE (COMPRESSIVE STRENGTH 5540 PSI) 2.50" BROWN SANDY CLAY ATTERBURG LIMITS : LL: 22. 3 PL: 11 ,0 PI: 11 . 3 SHRKG: 5. 0% MUNSELL COLOR CHART: 6/3 PALE BROWN SANDY CLAY UNIT WEIGHT: NIA #/CFT 9 r 01. DOE # 4315 ROLE # 10 LAB NO: 40702 r" LOCATION: W/4 OF S. UNIVERSITY DR. 30' SOUTH OF RIVERFRONT 3.00" 14MAC I 6. 501, CONCRETE (COMPRESSIVE STRENGTH 5929 PSI) I` 11. 54" BROWN SANDY CLAY W/GRAVEL ATTERBURG LIMITS : LL: 27 . 0 PL: 13. 9 PI : 13. 1 SHRKG: 8 . 0% MUNSELL COLOR CHART: 5/2 GRAYISH BROWN SANDY CLAY fib UNIT WEIGHT: N/A #/CFT APPPROVAL: rJERI ROUTING DATE TESTED: 08-15-04 ABE CALDERON DATE REPORTED: 08--23-04 LIAM CONLIN TESTED BY: HERNANDEZ FILE 1 f 1 I 0 f go i 1� I a • 7636 Pcbblc Drrvc CMJ ENGINEERING, INC. Fort Worth,Tcx2376118 -r 'VY�W'.CIl7i t;A�3:CDii1 July 23, 2004 ` G.M. Enterprises '�����•�� 7098 Mansfield Highway Kennedale, Texas 78060 1 G Attn: Mr. Glenn Morales p RE: REPORT 456-04-01 SANITARY SEWER LINE REHAB #70 UNION PACIFIC RAIL YARD WEST OF HULEN STREET BRIDGE FORT WORTH, TEXAS Dear Mr. Morales: CMJ Engineering, Inc. is pleased to present herein the results of exploration borings and laboratory testing conducted at two locations at the above referenced site. The exploration borings were conducted in general accordance with our communications and authorization to proceed with this investigation provided via Mr_ John Atkins, P.E. of Kimley-Horn and - Associates, Inc. on July 9, 2004. The boring locations were specifically identified by Kimley-Horn and Associates, Inc, and located west of the Hulen Street Bridge and south of the Union Pacific Flail Yard in Fort Worth, Texas. Plates 1 and 2 present detailed descriptions of the materials encountered in the borings F Y and the results of moisture content and laboratory identification performed by CMJ Engineering, Inc. Plates 3 and 4 present nomenclature utilized on the boring logs. Detailed descriptions of r the field and laboratory procedures are on file and available upon request. Subsurface materials consist of 6 to 9 feet of fill material, underlain by an additional 3Y� to 15Y-- feet of possible fill, which is thereby underlain by natural soils definitively identified at depths of 9'/7 to 24 feet. All onsite soils generally consist of sandy clays, silty clays, sandy clay/clayey L sand, and silty sandy clays existing in a firm to very stiff state: Gravel occurs in the majority of the materials, Standard Penetration blow counts conducted on near surface samples resulted in "N" values varying from 24 to 30 glows per foot. Similar Standard Penetration test sampling in Boring B-1 at a depth of 34 to 35 feet resulted in a blow count of 20 blows per foot. Hand penetrometer values at the sampling locations resulted in variations between 1.0 and over 4.5 tons per square foot. Phone(817)284-9400 - - -:- Fax(817) 589-9993 •_r _ Metro (817)589-9992 G.M. Enterprises Project No. 456-04-01 July 22, 2004 Page 2 r The borings were advanced using continuous flight augers to observe seepage levels during the drilling process. Barings B-1 and B-2 encountered seepage at 9 feet and 29 feet, respective}y_ At the end of field work, water levels were recorded at depths of 25 to 32 feet. Readers should understand that water levels will fluctuate with seasonal climatic changes and the relative level of water in the adjacent Clear Fork Trinity River. Long-term water level readings wou#d be necessary to attain exact variations in the potential ground water fluctuations. We appreciate the opportunity to present this data. Should questions arise on information contained herein, please contact us. The following plates are attached and complete this report: Plates 1-2— Logs of borings Plate 3 Unified Soil Classification System Plate 4— Key to Classification and Symbols Very truly yours, CMJ ENGINEERING,INC. Charles M_ Jackson, .E. President copies submitted: (2) Mr. Glenn Morales; G.M. Enterprises (1) Mr. John Atkins, P.E.; Kimley-Hofn and Associates, Inc. ,Ir rtujecr rvo. 1 Boring No. Project Sanitary Sewer Line Rehab #70 %-1vil 456-04-01 B— Fort Worth,Texas Location Water Observations See Plate A.I Seepage at 9' during drilling; water at 25' at end of field work, Completion Completion pa Depth 35.(1, Bate 7_14-f}4 Surface Elevation Type Auger r4 c u. a >' ' a c o Stratum Description LL. M MLA 00 u : R'.Il. G u 'A-.. a "' Y , H r: U p [}'C iyy Q CZ > Tl E � d c M cd m0.!- a,in E 2to J Z)CJa°.. SANDY CLAY,grown,gray,and reddish brown,wl 4,5+ 10 f abundant gravel and limestone fragments,very stiff, 4.5+ a rill 4.5+ 8 SANDY CLAYICLAYEY SANT? brown and reddish brown,wl abundant gravel and occasional shaly clay 25 7 POP 5 zones,medium dense/stiff,fill 24 6 SANDY CLQ reddish brown,gray,and dark gray, 2.5 17 t wi gravel and calcareous nodules,firm,possible fill f l.5 17 i5 } 2.5 17 2 P 25 I.,TS_ Y CLQ gray and grayish brawn,w/ironstains 19 and ironstone nodules, firm f 3 wl gravel zones,29'to 32' L25 20 SANDY CLAYICLAY brown and gray,wf calcareous nodules 20 19 F35 ------------------------ r I i t r u� � 4 Y U x 0, p M LL Q LOG OF BORING iso. B-1 PLATE 1 l.iV11 t?rGIhlEttt4NGIDiC. Project No. Boring No. Noyect Sanitary Sewer Line Rehab 070 456-44-01 B-2 Fort Worth,Texas M Location Water Observations See Plate A.1 Seepage at 29' during drilling; water at 32' at end of field work Completion Completion Ow Depth 35.01 Date 7-14-44 Surface Elevation Type Auger V <n p 67 4 v >V... Vi vi n Stratum Description i ook '� LI _ _ u a c — r . (� t� 3�w 'on a. y w e qui U E c Cr o uv] n u �� m� o [.0 r- 0 o fl rs» aG m sL 1- c»rn i a. c.�. C3 � 1 a U c. SANDY CLAY_ICLAY brown,w/abundant gravel, 4.5+ 7 iJI very stiff,fill SANDY CLAYICLAYEY SAND brown and dark 25 6 brown,wl gravel,medium dense to denselstitf,fill 5 34 91 SILTY SANDY CLAY grayish brown.wl ironstains I and gravel,fun io stiff,passible fill 2.75 15 ir~ 10 23 1 SILTY CLAY_dark gray,wl ironstains and occasional gravel,stiff -grades dark brown, 13'+ 4.0 23 15 3,D 18 2 3.75 I8 5 s 3 -grades to brawn and grayish brown,w1 calcareous 1.75 24 deposits,27+ f l 35 —grades to brown,p-ay-,and light gray,X to 35 V— 3.0 17 n c7 6. C7 i R x t o 0 o LOCI OF BORING No. $-2 PLATE � Major Divisions G,p. Typical Names Laboratory Classification Criteria 1� Sym. 1 ar � Well-graded gravels,gravel- , py D Q M` GW sand mixtures, little or no K Cy=Q°° greater than 4: c�= between 1 and 3 m Mp fines a ra Dra x Qea In `� a7 C p m V) � 0 mc m Poorly graded gravels,gravel- M F„ N U J GP sand mixtures, little or no rn Cn to fa Not meeting all gradation requirements for GW m V1 ® fines t2 C rn C7 d tn e C Liquid and Plastic limits Z a) o Silty gravels,gravel-sand-silt N 0 0 :7 q Liquid and plastic limits r.i c F GM N below"A"line or P.I. a _ @ mixtures a greater than 4 Plotting in hatched zone — '3 .d 2between 4 and 7 are ' borderline cases `—^ t ® 0 v `o m o ° Liquid and Plastic limits o -- L Clayey gravels, gravel-sand- 'U,n requiring use of dual y a GC ? m above "A"line with P.I. 'o m 0 n clay mixtures S d =-r symbols m °i ¢ z : � greater than 7 c Well-graded sands, gravelly °' D. C S° 407 a ,MVV 6 L'_--- greater than 6: ccA between 7 and 3 w ro E c w sands,little or no fines Q G V7 ny d, i�V '0 Q10 x 0.yG h N yy Q C Itf `p C V 2 m Poorly graded sands: M SP gravelly sands, little or no c C u Not meeting all gradation requirements for SW Lo fines ° (D Q y In r4 o a Q, � I m a Liquid and Plastic limits c ' o 7- w SM Silty sands, sand-silt mixtures c m C - n below"A"line or P.I.less Liquid and plastic limits ati m E m L' 3 °u r 2m o y j o than 4 plotting between 4 and 7 to 0. ' Y m o = ° are borderline cases U Liquid and Plastic limits requiring use of dual Clayey sands,sand-clay V (1) symbols ` SC c above-A'line with P.J. g U) a mixtures m in greater than 7 d V Inorganic silts and very fine sands,rock flour,silty or ML clayey fine sands, or clayey y silts with slight plasticity at fi Z H inorganic clays of low to W I A medium plasticity,gravelly a H :CL clays,sandy clays,silty clays, 5 n+ = — and lean clays CH CL Organic silts and organic silty 4 y L clays of low plasticity y E � � 2�3 G U, Inorganic silts, micaceous or 1-2 m M-I diatomaceous fine sandy or CH aid MH M silty soils, elastic silts .e~ m �+ :S2 E @ m - CL p inorganic clays of high its m °1 CH plasticity, fat clays i r ur ;`.�;CC•Mlti ;�' NEL aid OL Organic clays of medium to O OH o 0 10 20 30 40 so 60 70 80 90 100 g high plasticity, organic silts Liquid Lund mQ,'o Pt Peat and other highly organic plasticity Chart = o soils UNIFIED SOIL CLASSIFICATION SYSTEM JPLATE3 SOIL OR ROCK TYPES 4. GRAVEL LEAN CLAY LIMESTONE SAND SANDY SHALE SILT SILTY _. SANDSTONE HIGHLY CLAYEYCONGLOMERATE Shelby ,Auger split Rock Cone No + PLASTIC CLAY Tine spoon Gore Pen LRcavery 1� TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50%Passing No_200 Sieve) Descriptive Item Penetrometer Reading, (tsf) Soft 0.0to 1.Q Firm 1.0 to 1.5 Stiff 1.5 to 3,0 Very Stiff 3.0 to 4.5 Hard 4.5- Coarse Grained S01IS (More than 50%Retained on No.200 Sieve) Penetration Resistance Descriptive Item Relative Density 1 (blowsifoot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100° 110 Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular I oft Slickensided Having inclined planes of weakness that are slick and glossy in appearance IG Laminated Composed of thin layers of varying color or texture Fissured Containing cracks,sometimes filled with fine sand or silt t� Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils AO Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife '"'Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz,calcite,dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering - Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock ' jExtremely Weathered Complete color change with consistency,texture,and general appearance approaching soil K'EY TO CLASSIFICATION AND SYMBOLS _ PLATE 4 i APPENDIX B DOCUMENTS PROVIDED BY UNION PACIFIC RAILROAD COMPANY AUGUST 2004 UNION PACIFIC RAILROAD COMPANY Rea! E=te GEPai-Mlef-11 ' R,D.Uhrich J.L Hawker-5 Assistant Vice President Director-Operalions Support J-k Anthony M.E.Heenan Disector•Contracjs ©irector•Adminislration&Budget's D.D.Brown R-H.Lighrwine C7irmor-11e31 Estate Director-Real Estate M.W.Casey T-K Lore General Dir".or-Spcval Prc•peAie3 1800 Farnam Elreel ORmor-Real Eslale J. P Gad@ Omaha, Nebraska 68102 DirectOl-Facility Managemerd Fax.(402)997-3501 August 27 2001 FILE COPY Folder No. 1020-74 a MR- FRED SCOTT ?� FORT WORTH, TEXAS, CITY OF 927 TAYLOR ST. FORT WORTH, TX 75102 RE' Proposed Wastewater Pipeline Encroaclunent of Railroad Property at Mile Post 249.40 on the 1 Baird Subdivision at or near Ft Worth, Tarrant County,Texas. +' Dear Fred: ri Attached is your original cosy of our Agreement, fully executed on behalf of the Railroad Company. When you or your representative enter the Railroad Company's property, a copy of this fully- executed document must be available at the site to be shown on request to any Railroad employee or �. official. If this construction is to be done by a contractor, before work can begin, the Contractor's Right of ' Entry Agreement must be executed by the contractor and retumcd to me, together with their proof of insurance, as provided in this Agreement. In accordance with she terms of the Agreement, you are required to notify the following Railroad Company's Manager of Track Maintenance and the Fiber Optics Hot Line at least 10 days in advance of the date you plan on entering the right of way for further instructions and approval to commence construction. Mr. Charles L. Cutrer, MTM ' Union Pacific Railroad Company P.Q. Box 2368 Rm. 305 Ft. Worth,TX 76113-2368 Phone: 8171878-0843 Fax: 817/879-4562 r ]Fiber Optics Hot Line: 1-800-336-93.93 FORT WORTH, TEXAS, CITY OF Page 2 As an additional note, the casing and carrier pipe must be placed a minimum of two (2) feet below any existing fiber optic cable. Any open excavation required within five (5) feet of the 5ber optic cable must be dug by hand. All future insurance notices should be forwarded to: i Real Estate Department Folder No: 1020-74 Union Pacific Railroad Company 1800 Farnarn Street Omaha,NE 68102 Ifyouhave-a Tques6ons;please-cuntactme-at-(4-3��7=3 ---- Yours truly, i2 1Vlary Toss Contracts.representative I i~ nD G INA L PLE.DOC 980220 Form Approved.,AVP-1-aw Folder N:). I020-74 LONGITUDINAL PIPELINE ENCROACHMENT AGREEMENT Between Mile Pasts 2.48.54 and 249.90, Baird Subdivision ! Location- Ft Worth, Tarrant County, Texas r THIS AGREEMENT is made and entered into as of October 18, 1999, by and between UNION PACIFIC R�ULROAD COMPANY, a Delaware corporation (hereinafter the "Licensor'), and FORT WORTH, TEXAS, CITY OF, a Texas municipal corporation, to be addressed at 927 Taylor St., Fort „��--WorthK-Te. ?�II72(hereinafie�ther"I_icensee'} _ _� _ _ IT IS MUTUALLY AGREED BY AND BETWEEN THE PARTIES HERETO AS 1,. FOLLOWS_ Article I. LICENSE FEE Upon execution of this Agreement, the Licensee shall pay to the Licensor a one-time license fee of ONE HUNDRED SIXTY-EiGH'T THOUSAND FOUR HUNDRED FIFTY-FOUR DOLLARS Article II. LICENSOR GRANTS RIGHT. In consideratiou of the License Fee to be paid by the Licensee and ur further consideration of the covenants and agreements herein contained to be by the Licensee kept, observed and performed, the. Licensor hereby grants to the Licensee the right to construct and thereafter, during the tem hereof to + maintain and operate pipeline encroachmen_ for conveying municipal wastewater only (hereinafter the "Pipeline") in the location shown and in conformity wish the dimensions and specifications indicated on the attached print dated April 27, 2001 and marked Exhibit "A" Under no circumstances shall Licensee modify the use of the Pipeline for a purpose other than conveying municipal wastewater, and said Pipeline shall not be used to convey any other substance, any 5ber optic cable, or for any other use, whether such use is currently technologically possible, or whether such use may come into existence during the life of this Agreement, ,Article IIT. .CONSTRUCTION, MAINTENANCE AND OPERATION. The grant of right herein made:to the Licensee is subject to each and all of the ternns, provisions, conditions, limitations and covenants set forth herein and in Exhibit B, hereto attached. Folder No. 1020-74 Page i August 21, 2001 PM Article IV. IF WORK IS TQ BE PERF'ORN ED BY CONTRACTOR. If a contractor is to do any of the work performed on the Pipeline (including initial construction and subsequent relocation or substantial maintenance and repair work), then the Licensee shall require its contractor to execute the Licensor's form Contractor's Right of Entzy Agreement. Licensee acknowledges receipt of a copy of Contractor's Right of Entry Acreesnent and understanding of its terms, provisions, and '}. requirements, and will inform its contractor of the need to execute the Agreement. Under no circumstances will Licensee's contractor be allowed onto Licensor's prerrdses without first executing the Contractor's Right of Entry Agreement. 7 Article V. INSURANCE r, A. The Licensee, at its expense, shall obtain the insurance described in Exhibit B-1, hereto attached. The Licensee will also provide to the Licensor a Certificate of Insurance, identifying Folder No. 1024-74, issued by its insurance carrier confirming the existence of such insurance and that the policy or policies contain the following endorsement: UNION PACIFIC RAILROAD COMPANY is named as an additional insured with respect to all liabilities arising out of the existence, use or any work iY performed on or associated with the 'Pipeline' located on Railroad right-of-way at Mile Post 249.900 on the Baird Subdivision/Branch, at or near Ft Worth, Tarrant County, Texas. B. If the Licensee roamed in this Agreement is a public entity subject to any applicable statutory tort laws, the limits of insurance described in Exhibit 13-1 shall be the limits the Licensee then has in cffect or which is required by applicable current or subsequent law, whichever is greater, a portion of which may ;r be self-insured with the consent and approval of the Licensor C. All insurance correspondence shall be directed to: Folder No. 1020-74 'r Union Pacific Railroad Company Real Estate Department 1800 Famam Street Omaha,NE 68102 Article VI. TERM. This Agreement shall take effect as of the date first herein written and shall continue in full force and effect until terminated as herein provided. Article VII. SPECIAL PROVISIONS Upon completion of the installation of the pipeline,Licensee agrees, at its sole cost and expense,to pave the Railroad Right of Way road within the limits of the pipeline, such paving to be done in accordance with Exhibit C attached Hereto. In addition,Licensee shall be responsible for the cost of flagging or other protective services or devices provided by Licensor. Folder No_ 1020-74 Page 2 August 21,2001 r WP Sections 1(a), 4, 5(a), 10(a)and 13(b) are hreby amended as follows: Section 1 LIMITATION AND SIMORDINAIJON a RIGHTS GRANTED (a) This grant is expressly subject and subordinate to the present and future right in Licensor, its successors and assigns, lessees, grantees and licensees to maintain, use, operate, and renew on, beneath or above surface of the Property any telephone,telegraph, power, communication or signal lines, poles and/or appurtenances, fiber optic communications,tracks, roadway, pipelines, structures, improvements or facilities of sirrular or different character, as now located, and to construct, install, establish, and thereafter maintain, use,operate and renew on, beneath or above the surface of the Property, any or all said things provided the same do not materially interfere with Licensee's use of the Property as hereinabove provided; provided further, however, the foregoing condsitions for future construction and installation shall not apply to railroad tracks and appurtenant facilities which Licensor, its successors and assigns, shall have the right to install, construct,maintain and operate on, over or under the Property at any and all times. Upon the determination by Licensor that further tracks should be built on the Property and such �ture-Radroad ase vaili requir errexserr�erit; zn otcerr�en eJ�ocation;or rnodi`1 cations fo tFie PipeKinc,the I work and the costs of such encasement, reinforcement, relocation, or modifications shall be by Licensee. Section 4 LICENSEE TO BEAR ENTIRE EXPENSE Tie Licensee shall bear the entire cost and expense incurred in connection with the construction, maintenance, repair and renewal and any and all modification, revision, relocation, removal or reconstruction of the Pipeline, including any and all expense which may be incurred by the Licensor in connection therewith for supervision, inspection, flagging, or otherwise:, such.expense to be computed in accordance with Licensee's customary practices_ Section 5 REINFORCEMENT, RELOCATION OR REMOVAL OR PIPELINE (a) In the event that the property is required for Railroad purposes,Licensor may upon no less than six months' written notice to Licensee, require encasement reinforcement, relocation, or other modification to the Pipeline in accordance with Licensor's reasonable standards so as to accommodate Licensor's use of I the Property. The encasement, reinforcement, relocation and/or modification shall be at the expense of Licensee. Provided, however, that this requirement shall apply only in cases of strict necessity and shall never be construed to allow a Railroad use which would defeat the fundamental purposes of the Pipeline constructed by Licensee on the Property. } Section 10 INDEMNITY p� # (a) To the extent that it may lawfully do so, Licensee hereby assumes and discharges Licensor from, and shall defend, indemnity and save hanTdess Licensor from and against, any and all claims, suits, damages, costs (including attorneys' fees), losses, outlays, and expenses of any nature whatsoever (1") in any manner resulting from, arising out of or incident to the installation, construction, maintenance, repair, reconstruction, relocation, removal, use or existence of the Pipeline and appurtenances thereto, or any part thereof, including the breaking of any part thereof and any leakage therefrom, or (2"4)resulting from or growing out of any failure of Licensee to comply with or perform any of the obligations, terms or provision on Licensee's part to be complied with or performed hereunder. Licensee further agrees to assume all risk of loss or damage to the Pipeline regardless of how caused;provided, however, the foregoing indemnification provisions shall not apply to any claims, suits, damages, costs, losses, outlays and Foider No_ 1020-74 Page 3 August 21, 2001 expenses for which Licensor shall have been fully compensated throngh the Licensee's insurance required herein. Nothing contained herein shall ever be construed so as to require Licensee to assess, levy or collect any tax to fund this indemnification obligation. Section 13 TERMINATION Section 13(b) of the Exhibit B, hereto attached, is hereby deleted. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed as of the date Erst herein written. 7.4 PACIFICRA ROAD COMPANY P Director-- Contra T A3 �� F'L�Rf4 A1t� b Ghi.ITI: FORT WORTH, TEXAS, CITY OF - l 13 llasistant It7r ;,ttvtnl Title P i Folder No. 1020-74 Page 4 August 21,2001 yy y 1� t ori* 1y rtr r-�'AV?-L A r SsrcUon L. (c) LIDO and mainldn Its anti a property IncfudIng the right and pvworof Lhe Uconsor to co p ran-w w a, aporLrto, chwo�. rnod0y or rOlnCQto railroad trac'kr. signal co es, or alhar•+r+ralln.as. ptpal�oa cold other fae{iikfe, y! upon alatig or nCro]] n r ` roparly, all or any o1which may be lrvaly done 0l any Ump or timaa by Rhe ZJc cruor - lY (b) as for sgotnggTMn111 also aubJact to all:Cub trn zLUuj cup prior righla Ynclud.Lng Lhoao infavvr of Ucvnsa-+ts and lotaaae of f the ticaruor's property: and alherr)and Lha right of tho Llcensor le rDnowand arland the crams, and is made without coven,=!al UUe or for quiet enjoyrnon_ (a) - Tho PipaJino shall bo Co tru�c —ad op roti yt�svltmrrod rvp saro�w+�d�.ru,dlatts7conr it i�lF�o.Ucnrupa in aL'ict conlormfty with Union Pacific Ra2macl Co. Common Skmdard SpecMcalion 1029 eadoplod tow.-on bor 1949. ar'd c1! Cmandmeniz Utorpol crnd supplemenls thcrnlo. which by thio rolarance is haruby modes a pals)hartof, 4.1cupl an maybe rnocUed and approved by tho Llcaruor's Vico PromIdunt-EnginneringSeMces. In Lhe evonl such SpecUk-cr ton eordUcTs Ln any reaped wjLh thQ raqus.ramontr of nnylodorul ttaAs or mun.'clpcl Law or rDCukrUon. auzh ragLmrorncnla ahcxl govorn on aU pcainln of conlllct but in a]1 oLhe r roapocLs Ll•10 Spocfltcallon shall apply. F Alt work porlarmed on propony of Lha Licancor In cortaacUon with the cornLructicarL inadats exec, repair, ranowr4 rnaduicadortor rnconawction of tha Pipolina KoIL he dorsa to tho ccrtbfacl4nof LFso Liesruor. (c) prtor Lo Lha corru-rsoncnrnentoI any Work in castroc6cnwilh tho eorutrucVon.rMCE;nt11McutCB, r.7pctir.ran owxA ntndif=Uor% IoIocaUor, r9coraIn=bon or rerr-wim'n1 Uta Pipollnrs whorm I pcuitot undarnoath the madbgd and Lrcrc;;or V=ka o Rhn 14coruor. t}-sa Ucaruaa 3hm1l.2ubrnit to Lhsa Lconnor atzau setiiruq nut tho moUhDd and nurser 0 hca,dllnq tho work including Uw tshoring and crsSbir77 U tuty- requfrad 1a protact the T_karix 4r's opura6cjris. and shall runt pro caDd with txla work unLH ouch-pIcau have bears approved by Lho Ytco Pmsicont-Engtnonring Srrvlcos oI Lhv 1 coruar ar,d then the werlr ahtall Ina dorso Io$a iatbkrc On of the Vlca Pro sidant-Ehei%o aring Sorvicor or hla miftrised ropronantativa.:%-11censor shcali have thv right- U It so olocls. to prvrido such support csa it may deem neco.-Sary for U-a solely of IU Lrock or back-during the dmo Pf constrtxlzcart ma rstorz=e, repclfr, ronowc rnodWcaUom rOtacauon rocorulrucUon or romov¢I at Lha ;LpotL-io. and in the avant the Lcomor provides, such support, tho 1lcensaa shad)pay to the L}caruor,within(U(,6 an 65F orrya cdter biAz shall have been rand erod Lheralar,all oxporti-,o incurred by the Lcantor IncanncK:Ucn thoroveILK which orponsst ahaU Lnciuda all rzsslgnabla canUt. Idl Tf ,n Ucotic o-a ahalJ knop and Mainitcn the so0 ovvr Llvr Pipatirsa "rw.gWycarnp—tnd and Lhv gran oven with,thb ati3)7,rara cu idea of Lha ground. pr, If cm erne rgancy should arua requiring Immediate atisrnflort, Lha L}caruco 9hOU provide oa rnuch notico as prescdcablu to Licensor bofarn coavnancUV any•wrk. In atl Othor si'.xiakru.tho LJcensea shall notify Lho Licortisar at coast tars I10)days(or such athar time =Lhe Lice naor mcry allow)In advance of the c®mrnancomard of any workuponpraperiy of the Uc9ruor In connection with Lha corutructlan mainlencnco, raprair. runowcl. modllicalian rocorutrucUart relocaUnn or removal of Lhe Pipelina. All jiuch poworkthall ha pro sacuted diligently to carnpieUort- 5 ocean 4. Ug $ IAEAUMDEEaQLU2 SEEAFM UE repair and ran-awal and coy and ag mccMcation rn to opours, Lncluding any and C 4�+'4•t�-krr-ear Fitt L ON EriJbhB OU IN I AUG 27 2801 12:54 �i7 fir_ E�S1 PAGE.02 SEE:APTiCLr� ! L FIrrrt rc4,AVY•L rw lel Lh(mprave rnorLi and tna of LLa prvparly, and the LLanzov aholL at Cho role ezpomas of p-0 o, ar rlSasa vU or ony pardon of the PiPsUna to 1111111111'u pa see ram ruch property; a3 the, Ucero or may darlgnate, L.arJf�LY�� 1c::.,,..1.,.t1 �.,. .,.1.,,,}....-,.^.r v. +rcve;;z..;:.a. i Ib) All the lanTo.cancrtdom and:HpUJatioru haru[n erprrssed uf�Lh mlarance to Lha PipoUrne ors pruparty a l:-so Ucenaor fn tha location h,orrinbofora da3crODad shall,ao far as LJ a RpeLfne ramaim on the property! a-pply.la the Rpelins c7 =cuffed charsgcd or rerloccttcd v4t)in th0 contain pia Linn of lhis'sr ac do n. Tho pipeline Ord all po-rU thereof�Avflhin and ouL3ida al the ltrnlb of the proporry od the lJcrnaor 3hafl}sn consLnxted aci4 at alt irmai,rnaintathad repairea rans:wod and oparwod in such mcruwr a3 to czrwo r-o dnlerferonco w}&3oavor°+.•O i�w can-34=k 1 condnuow and u,nlntorruptad wo of Oho tro lea. property and foclsLiaa of the Uransor. and noting ahav bs done or vulfvrod to ba �dona by the ce ry v e ai"�i�-tfrts—si '�sakw✓avld irr�rtarsne-r lrnpalr tY+c►-aalGby_Iberavl.__.�_.�------ 5nclfon 7. PRO =H Dl'Fl$ 41xM�SY514d5 (01 Ftbvr optic cable ayslornr may ba buried on Lha Uctruor+r property. Proloc.11an at the fiber❑pile caxbla eyilnrtn G of oriromo Lrr.porUnco 'I arsyEroak could durupl serv(eo to u2or3 rosulting N bur:sncra lntamsption and lose of rovanuo and pm3b, Ljcanrav shall tolep).ortia J}o Ucowor at 1400.33e.9193 (a 24-hournurrtbar) to dalarrill it fbar opllc cable b hurfad mtyw)4orn 1 ars Lha Ljc■staid prortrisoa to be wets by Cho Ucensca. It It Ir, Llcil will tolophona " lolacotr municrrttanti cornporsy(laaj inwhcd arrrmgo for a cc-bLa!vector,rnakp arrasn2amont3 dor relocation oroLher protcctlon of the fLber optic cable,all at Llconsel orpersn,and will corrinarccv no work on tl+a righl of wery until all inch prolocLion ortolocatson has boon occornpttahad. Llceru oo attaLl tndomjufy and held the Lie anjcr h=nlaYe Pram cmd cigaim I all aaats, 1labLltry and 0xpart-za wharbaovur Uncludtn9r,without + LtmftatJart'atlarnoyaI fees, courl coats and arpe[xseas arisLng out of at cmased Li any way by Ucansso'e (ailuro to cornply with Lha proviitoru of "M perragr=ph {b) Ln ad di dors to ether indomnity prolvisiona Ln LK4 AgroamanL Uta Ucenaan ah=U Lndenu%gy and hold th9 Ucon-earhaxatlaea ( urrarn and lega ri all casts, llab(IJ ry and arparuo%u)-NaUoeve r ftncluring. w-ilhouI drrdial fart alIornnp'fec3,court canes and nrponscel cou ad by Lho nogiigonca at tato Licensee,Its eonLruclor,agents arid/or asnploy2o3,toe WLing Ln fl ,al darnago to or destruclson at any Ccloeomrnurvca+60eu ey ocm on Uco-Croev ptopor+y.and/or(2)any Wuy to or Veath of any po eon omplo}+od by ar on ba)ioV of,any IatucarnrnunfeatOru company. andJorIta can(rcmtor- ogenb cnid/ar amp!oyvae. on Ur.ons ar'a property, o=ept Lf such to ata. Uc,hIlyar exparuo3 Leo ca zed saIolybythe dkectactiva noQltgor,ca of the Licoruor. Ucanzm fur Lharagroes thai it rhall nal htrvr is or seek tecoursa agaLu l Ucersor for any clr6m or case of acUran for alSoged loss of prohLa or rovenuo or loxa od aPr ica or oLhar r carsaquontiaJ damage la a toIacammuricatioIn cornprtny sssirig Ucanaar's proparry or a cuslornnrarUsar of aercicer Cil Llvr Goer opttccablo onUceruor-'s property. 5o c do n 8. ] lol Toa uconsoa shall fully pay for 31 rnolo6alr fofnad or allured to and labor porlorrned upon property at the, L ezroor In connocdon wM Lha cora tructlan rndrllerwnao•repair,rgnowaL modtilcodonor roconslrucdon of Lha Rpouna, cmd ctz:W nbi pomti[ or sullor cmy rnechars c'a or rnatorialrnan's Gan al any Arid or naiurr to be .nfarcad og&rut the property far any work dera or mcftoriaL.r furruahod tharttsn at fho iMIL 7Ca of requarl or on lrehcH of the Llcamo, Tho Uooruaa lr +alt LndarnnLfy and hold hcrrnloas l Lha Uconsor a g al t rm d frarn any arld all Limns,clojm}.damandt costs and exgtrnsoc of wha(soemr ncrtwa to any wcy ca raw ctod withor grawtng auto(xuch wort`done.labor performocL or rndrrialt I'vir-ihad. tbl Tho Lice nsra 3.7x11 prarmpUy pay or d1xchorga all linos,cnarges crud asaessrnents lewd upon Lr,ra3poet Ln, or on aceourtl of the Flpalino,to prevent the sarmn lrarn bccorning acharge or Llcn upon-propelry of Lhv Ucansor, m,d co&kai Lho lcccas,chw Des Fand osoessmenl+ lc%Amd upon at, In respect to such properly shell yell be incroosod 1_aca%oo of the locaifon, eons Wcdon or rnaintananco of 11J is Pipolinn or ony impravarrl appliance or L-dura connoctad lherev'ith placed upon such property. or on account of the Ucansevs inlsreot Lherelm. Where such tae charge yr asseasmaml may rsol be soparatolyrnads or vs_see ned Lo the f ;lone eery]err �,idu;,A D 1 7i■ 7-1 �r?rA1 1 r.:�G 'tP7AA"77 Ja't apr.0 , RUG 27 2001 19.55 PAGE 03- riuo LJ C_ LA_VA UJ 1'J.., f l� J. .•.M1"fir"" ••- v r .���a. w ��•-'v...�- •� ' PIP nL11.11"j Fare r• +IL h'rP•Ls eqWtablo proportion of such taxes doLor r&nod by tho valuo of tha Licaro ao'a pro p9rry upon props rty of iha Uror zor at C'CmparL�d Is with the an lira valu9 of I Uch property. �* In Lin pont OiD LdcensorouthatiYas the laconaon to Lmie dawm any fano of tho Licoruar or in any momor movo or dit turb any of the other pmpur?Y of tha L.icomior in caruzaction wish the conctrucLiorL mainlenar,ct,; ropair, ronorral rnadt,ficcrilor' reconstruction. rolocalJan or rarndVd}o{ the F'ipORM than r%Lhat aysnl Lho LIcenroo shvall, cs sooty as possf;:rla and at Llcenalvo'a a sola axponiv.ros[cro auch limo and oLhor property to the Yarm cordiUon aw rho 2=na wroro In hofora sueha fanco wan lols&r►dawn P9 o r .ueh ad-tar propory w=movvd or dJsW6gd.and the Lkaraee.1hdl fndamrJy=td hold t,ca-rrrlaas thn Licansor. lis cfiicors.aganta I and omplcyra% aguirtat and f rvm any and alI Ucbtlity, Iasi, da?rwgae,china,danrumdti,casts and crporu as at wh auaavur nature, including court costa and attorneys'fee s, which may result Irom iryL to or death of parsons wh❑rnsoov'er. nr d=naga to or lane or daslructlon al property whaLsoever, when such injury,doa h dmruago, laaa or dDilruelion grows out of or rnisg4'Lrarn 1h0 [Gang clown of any tonco or Oho revving or cis turbanco al any othor proporFy of the facoruor• • t r.Y SEE o*M CLE sac ttan ;4, ����' of Oho Lica run o's LnsLuticst[vn and thetr.offfcors, agenla,and omployaoa;`Lobs' Vncludv-s )aa s. d v-ands, csctionc, causes a ccdon. penrxltias,eases, and axpomaa of wl,atsoevernatura osis cwd allomoyv'f"j, whJch mny:--*aull '6 from (a)injury to or domh of pervarm who rruoo a ansoYa o8ficari. ag=ts.and employees, the Lcensoo's ofik sm. e agant-s,and amployog y o r parionl:and,,br Cal-dornage to orlflaa or des U-.=Uanatproperty ruhaL:oevar lindtsibv [b} Ao arndor trducamtnt and incarvldarauan of thn licrrnsa mid parmLs:stora herein granted,Lha Llcoits"ggrep.a to Irs:6mr%;y and hold h osrri a an Lha Lc anoor from any Las s which Ir dory to or Qris on frt•rr>_ I, Tho prosacuton of any work canlnmpIcdad by*,3 Agrsarnard includ.Irq Ow LuIdllat!on canslnxtiorL Mairlaranc0, rapoir, re-no-al. rnvd11icrrJ0rL racarL71vcll0M TslocaUDrL or romavat of the Pipollno or any Dcul thmroof:or 2. Tho pro 3arsco,aporation. or up of Lh, Pipalina at coi%ionts escaptng thcrafrarrL to except to Lho aatarat that tho Lots is cpu.Ned by the sola and dlrocl negllgnnco of the Licoroor, 4 " .5ortien I I, FIF].aIC�Y O P�PE7JI+fF N T l�rI�1�IJ"dFAC;RE�NI' sto Prior to Lho lermin cn of rhes A.groamant hnursonvor, thoiscoruee shall. at Licamao4.1019 arporun,ramove tho Pipoune 1 from those porhona of Lha propmrty nol aceupSad by 0h2 rocdbad and back or tracks of tho Llcamor and ahall restorn, to the ismsfecsen of Lko Liconrar, cuch portions of such propr_Oy to or gccd a condldon tis thoy waro Lz a[ Ltw Uma of the carsstnxtloa of tho Pipelino. li rho Licensoo lcrU2 to do Iha foragolnq, tho Ucvruerrnay do .ucha wort[of rerncvol and rostoration at Lha coat and xprruof Lho tscoraru oo. Tae Liceat mcry. at Ila option, upon auch lorminadom at Lhv e:il"cvstand nxperu2 of thO Llcaruea• rfemvvao tha portions of Lha F'paling located under-noaLh its roadbad and tram or Uacks clad trstora such roar3bad to c good a condilion as fl wai to of One Urn of Lho conetruclfoh of tho Pip oUno,a if may prrrrnit Lha Licarua*to do it=h+nark o rern ovrd and re Ito ration+a 0%0 sati3I=UOn of tho Licensor. In the evont of the rvrnpval by"LicamorvI Ll o properly a Lho LJcoruaa and al tha }�cslaration of Ihn roadbed arsd property as harntn provided, the Llevrtsor shat! In no nu=Lnvr lye Ifablo to Lha Lcansnet for any :1amaga sustainod by Lho Llcensoe for or on account Llrrraot,card aurh removal and re3loraUon thaU In no manna prejudfco or tr'npai,r any right of cc lion for darnagos,or alhorwiae. Lhel the Lconoor may hcnra rrgarut Lho Lcoruee. "�ioctlan 1Z. ��F f3 �i��cx r Thr wa;vmr by the t-ic cruor cal the brsacht of any condition covancrni or agroorntrU herojn conlainatl Io be kept ob-pnrved nd porrorned by Iha Ucunz as shall in ria w cy impair tho right of rho Ucansor [a a+� ilsolf of any remedy for troy subsequent. [each therool. r IM 04.I.rb Y� v 7 of 1 Ex}r6�4 B i r 817 271 E351 TLl CY`� lQEtI '� �I• ;> SU An CLE I Secsinn 13, (a) If the Ucer-000 dcar not uno 0— 60ki hc)roLn gra[iod or Lha RpeUrxn for one fl I yam. or U Lha LLC oruaa conUri wa in dolrs-tit In Yha parfarrncMco of anY ccrvOncEnt or t7g7vemwil hertaln conlcz ned for a period of LhL4y (20) day7 offer w;ithar[rimUco fmm Lha LicPruor Lo Lho LIcUnsoo aP9cffysng 74th daIM11l Lha3 l_lrnns.r rnay, ct lla apllorL torLhwlth lrwnodialaly to rnLrustc L}LL3 AgTo omanl by v+riPicn rsaL;ca, pc*�ty�aaraIa Io Lha alhor on cmydLi0 In ru^h nal o 3u saquarit to &-m d=ie uponw26,h K 1c1 NDuE:o❑l do fault ord notica al iarrnlr Son rrcry be rnr od parsanally upon !ho Ucarua[a or by rnciUrU to Lha kart 1c nwn addras>r el Lha Liz—a. 7ar7ni.r411or%of Lhfa.AgTeorrent for�:my cocoon sYnil rioi a(locl cmy of tno right,or abUga-torLg of thQ FAQ) horoto which may haw accrued or liahWUee. accruad or othar vUc, which may ham =4.5cn prior Mtalo. Ssc6on 14, N ZL�$ Std + f7cv Vcnrvwa ahal7 r.at a�aLgn ih!a Aqro-ambnl inw},oIu or Ln Pcct or=-,y r{chts hore{n gms[t&<L vALhow Lhn wrimencoruent oLi is ceruaT-and-ItI.-agru,od thavanyiran farar crussvr ent-pratYhrnprac}rcrosfm^-or a31fD a�sToPl72i sworn®nZ.ar tsnyaT �� Iho rightn hamin granlocL whoLhor wlurs[my. by oparcrbort of law, or,a{hcrwiso, wiLhoul such cora ent in wTitl-ng, aha-!ba caknalul9ty •gold cr[ci al th. cptcnof tho Llcartsot•, ahay Wrnlnalo Lhie AgrrcmenL 1 Sccurn i5. © � Subfoct Yo the prnuix,toru o[ Socuon 14 horcwf, "r. um-amanl ahall'co hind.i„g u rn w,dinu a Yo t}w hongBt od the P<rrtes hornier, 0%atr helm. o"culora, admialhirators, succaxscr: and assigns. r Y i ICA e(1 (;t6iS;[8 rPUG 27 10=SG 61? 871 6361 PRI~E. CS 010 PUWUDRAINAGE1N5.021-(601 Form Approved,AVP-Law EXHIBIT B-1 AV Union Pacific Raiiroad Company Insurance Provisions For to Pipeline 1 Wireline 1 Drainage License Agreements Licensee shall, at its sole cost and expense, procure and maintain during the life of this Agreement the following insurance coverage! A. Commercial_General Liability insurance. This insurance shall contain broad form contractual liability with a single limit of at least $2,000,000 each occurrence or claim and an aggregate limit of at least $4,000,000- Coverage must be purchased on a post 1998 ISG or equivalent form,including but not limited to coverage for the following - Bodily injury including death and personal injury • Property damage • Fire legal liability (blot less than the replacement value of the portion of the premises occupied) Products and completed operations I The policy shall also contain the following endorsements which shall be indicated on the certificate of insurance: • For pur2aas^es of this.in$urance„_Union..P-acificB.allroad payments relate6-tr74hL-Feder-airEmployecT rs-Wbility'ftur-a-t7irn` Pacific Wage Continuation Program or similar programs are deemed not to be either payments made or obligations assumed under any Workers Compensation,disability benefits, or unemployment compensation law or similar law' • The exclusions for railroads {except where the Jot) site is more than fifty feet (50) from any railroad including but not limited to tracks, bridges, trestles, roadbeds, terminals, underpasses or crossings), and explosion, collapse and underground I hazard shall be removed. • Coverage for Licensee's (and Licensors)employees shall not be excluded i Waiver of subrogation B. Business Automobile Coverage insurance. This insurance shall contain a combined single limit of at least $2.000,000 per macccurrence or claim, including but not limited to coverage for the following; • Bodily injury and property damage Any and all motor vehicles including owned, hired and non-owned �he policy shall also contain the following endorsements which shall be indicated on the certificate of insurance; • 'For purposes of this insurance, Union Pacific Railroad payments related to the f=ederal Employers Liability Act or a Union Pacific Wage Continuation Program or similar programs are deemed not to be either payments made or obligations assumed r” under any Workers Compensation, disability benefits, or unemployment compensation law or similar law,' • The exclusions for railroads (except where the Job site is more than fifty feet (50') from any railroad including but not limited to tracks, bridges, trestles, roadbeds, terminals, underpasses or crossings), and explosion, collapse and underground hazard shall be removed. Motor Carrier Act Endorsement- Hazardous materials clean up (MCS-90) if required by law. G. Workers Compensation and Employers Liability insurance including but not limited to- Licensee's statutory liability under the workers'compensation laws of the slate(s) affected by this Agreement • Employers'LfabiFity(Part B)with limits of at least $500,000 each accident, $500,000 disease policy limit ^ $500,000 each employee If Workers Compensation insurance will not cover the liability of Licensee in stales that require participation in stale workers' -Wpensation fund, Licensee shall comply with the laws of such states. If Licensee is self-insured, evidence of state approval must be vided along with evidence.of excess workers Gompensabon coverage. Coverage shall include liability arising out of the U. S. _usigshoremen's and Harbor Workers'Act, the Jones Act, and the Outer Continental Shelf Land Act,if applicable, The policy shall also contain the following endorsement which sha11 be indicated on the certificate of insurance: - Alternate Employer Endorsement ]. Umbrella or Excess Policies In the event Licensee utilizes Umbrella or excess policies, these policies shall -follow form" and !",d no less coverage than the primary.poticy- Page 1 of 2 PL/WUDRAINAGE 1N5.02116/01 Form Approved,AVP-Law Other Requirements E. Punitive damage exclusion must be deleted, which deletion shall be indicated on the certificate of insurance. F. Licensee agrees to waive its right of recovery, and its insurers, through policy endorsement, agree to waive their right of subrogation against Licensor. Licensee further waives its right of recovery, and its insurers also waive their right of subrogation against Licensor for loss of its owned or leased property or property under its care, custody and control. Licensee's insurance shall be primary with respect to any insurance carried by Licensor. All waivers of subrogation,shall be indicated on the certificate of insurance. G. All policy(ies) required above (excluding Workers Compensation) shall provide severability of interests and shall name Licensor as an additional insured. Severability of interest and naming Licensor as additional insured shall be indicated on the certificate of insurance. H. Prior to commencing the Work, Licensee shall furnish to Licensor original certificate(s) of insurance evidencing the required coverage, endorsements, and amendments. The certificate(s) shall contain a provision that obligates the insurance company(ies) .ssuing such policy(ies) to notify Licensor in writing of any cancellation or material alteration. Upon request from Licensor, a certified duplicate original.of any required policy shall be furnished. Any insurance policy shall be written by a reputable insurance company acceptable to Licensor or with a current Best's Insurance Guide Rating of A- and Class VII or better, and authorized to do business in the state(s)in which the service is to be provided. Licensee WARRANTS that this Agreement has been thoroughly reviewed by Licensee's insurance agent(s)lbroker(s), who have Deen instructed by Licensee to procure the insurance coverage required by this Agreement and acknowledges that Licensee's insurance coverage will be primary. The fact that insurance is obtained by Licensee or Licensor on behalf of Licensee shall not be deemed to release or diminish the liability of Licensee, including, without limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by sensor shall not be limited by the amount of the required insurance coverage. Page 2 of 2 - �i ... - Iri eo'r.fc t�ff++�`7--^\...i+�r.air�.+eo+. • J N..,50.j01o•• yy.y Ne. •-? r cine .lL.tr:�<•t :�•:ts,.s: :.a •Q„_ 19`xtdfitd •• _ tth~ •c1tt� � _ r<.:a .� �{ 1.SKiLCcfpoY B�� ,,,11 1�1�• :� \ '• �� TL'1«res�At4�►•+'t''•�+" N.t' � — /�. �v+ 3 ••..,f••�►"'-r J^r �s�":•�V ♦y�'� ou 1(2 t v�2Q 16• �'- '�ro Y'r - - wX it ts+P no n A / /\\ It J�J pZ� •.: .`` _?� .t?-.� '•� -�0 '10- •• �e -. • • ���� \�' � �• EXHIBIT 'A' b / UNION PACIFIC RAILROAD CO. ' TO ACCOMPANY AGRERMe-T WITH ICITY OF ".WORTN FT.WORTH, TARRANT COUNTY) TX. ♦��� M.P.248,b0 - 249.90+- E3AIRD SUB. MP TX V 10/S-1a & S-1b REAL ESTATE DEPARTMENT OMAHA NE. �r / FILE #48Q&-J& DATE: 4-27-2001 TDA 1y SCALE: 1' = 200' LEGEND U.P.R.R•, RIGHT OF WAY - - PIPELINE SHOWN PIPELINE CROSSING SHOWN —-— -—-—1 ' ROADWAY SHOWN ••oa':•°o Q:4• ! i i i �i 1` tt'•^� ►'fi, ca - y.2.70' �y (70 �~� •��.:•.— �—,1 moi.. .. •rte r.. _a.«_�•' �3' Kc� MEN ' *raft AN sMaq - - r v VIC3SERY BLVO_ a CROSSING1 _ xy 7jrp.if- alt •1b; _ •� t_ -. •.... •••I� J'— –. w . :z: co tr a . � 1 a '} a rr^ 700' PR A � ■ POs SS `CS -* --fL�l.ilwat.r�� l RUG 17 2004 17 32 FR TO 916173355070 P.02/12 1 Folder No.: Folder Number To the Contractor: Before the Railroad Company can permit you to perform work on its right of way for the installation of an tmdcrground type and commodity of pipeline pipeline crossing/encroachment, for Name of Licensee, it will be necessary to complete the enclosed Contractor's Right of Entry Agreement as follows: I. Fill in the co lete legal name of the contractor in the ace provided on Pae 1 of the Contractor's Right of txm S space >; g Entry Agreement. If a corporation, give the state"of incorporation. If a partnership, give the names of all partners. 2• Fill in the date construction will begin and be completed in Article 5,Paragraph A, 3. Fill in the narne of the contractor in the space provided in the signature block at the end of the Contractor's Right of Entry Agreement. If the contractor is a corporation,the person signing on its behalf must be an elected corporate officer, 4. Return all copies of the Contractor's Right of Entry Agreement together with your Certificate of Imuiance as required in Exhibit B-1, in the attached,self-addressed envelope. 5. Check made payable to the Union pacific Railroad Company in the amount of 5500.00. If you require formal billet P Y mP Y Y �r g, you may consider this letter as a formal bill. In compliance with the Internal Revenue Services'new policy regarding their Form 1099,I certify that 94-6001323 is the Railroad Company's correct Federal Taxpayer Identification Number and that Union Pacific Railroad Company is doing business as a corporation_ To ensure proper application of your check, please indicate the folder number listed above on your check. After approval of the Contractor's Right of Entry Agreement and the Insurance Certificate,your fully-executed document will be returned to you,with instructions to proceed. In no event should you begin work until you have received a copy of the sighed Contractor's Right of Entry Agreement. *Under Exhibit B-1 of the enclosed Contractor's Rizbf of F.nlry, you are required to procure Railroad Protective Liability Insurance(RPLD for the duration of this protect As a service to you,Union Pacific is making this coverage available to you at the rate specified on the attached Insurance Application Form You are not required to purchase this eovcrage from the Railroad and are encouraged to shop the market for the best available rate. If you decide; however,that acquiring this coverage from the Railroad is of benefit to you,simply complete the form and follow the instructions at the bottom. Yours truly, TOM JUDKINS CONTRACT MANAGER (402) 5`*gj�totc r � j. UNION PAI'.I1.)r: MAILROAL) L __.�'�'�_••.. Leon Dougta> >4fvet.SLup In9n = Omaha. Nlehral.La bh 179.169!1 'e+.,` �a" �•. ri.(IU21 till! I1:-Ill J .x '•. c 1....{ +��<< AIJG 17 2004 17 33 FR TO 918173355070 P.03i12 CROEP I-DOC 941115 Folder No.:Folder Number Ftwm Apprr3+' ,AVP-)sw CONTRACTOR'S RIGHT OF ENTRY AGREEMENT 174IS AGREEMENT is made and cntcrcd into as of the day of ,20 by and between UNION PACIF3C RAILROAD COMPANY, a Delaware corporation (hereinafter referred to as the "Railroad"); and a corporation(hereinafter the refcned to as the"Contractor"). RECITALS: The Contractor has been hired by Name of Licensee for the purpose of constructing (hereinafter"work")an underground type and commodity of pipeline pipeline crossing/encroachment on property of the Railroad at Mile Post MP on the Name of Branch or Subdivision Line, at or near City or Station, State, The Contractor has requested the Railroad to permit it to perform the work and Railroad is agreeable thereto, subject to the following terms and conditions. AGREEMENT: NOW,THEREFORE,it is mutually agreed by and between the Railroad and Contractor, as follows: ARTICLE 1 - DEFINITION OF CONTRACTOR For purposes of this agreement,all references in this agreement to the Contractor shall include the Contractor's contractors,subcontractors,officers,agents and"loyees,and others acting under its or their authority. ARTICLE 2 - RIGHT GRANTED; PURPOSE The Railroad hereby grams to the Contractor the right,during the terns hereinafter stated and upon and subject to tach and all of the terms,provisions and conditions herein contained, to enter upon and have ingress to and egress from the property described in the Recitals hereof and as shown an the attached print dated date of Exhibit A print, marked Exhibit A for the purpose of performing the work descnbed its the Recitals above. The right herein granted to Contractor is limited to those portions of the Railroad's property specifically described herein, or designated by the Railroad representative named in Article 5. ARTICLE 3 - TERMS AND CONDI"CIQNg CQNTAINED IN EXHIBITS B AND B-1 The terms and conditions contained in Exhibits B and B-1, heretoatrached, arc hereby made a part of this agreement. ARTICLE 4 - AD IIMSTRATIVE FEE Applicant sball pay to the Railroad FIVE HUNDRED DOLLARS($500.00)as reimbursement for clerical, administrative and handling expense in connection with the processing of this Agreement. CrOeRr.J,tiP.O. 1 of 1 A..23 l Ir 7,^oD4 RUG 17 2004 17:33 FR TO 918173355070 P.04i12 CROEM-WC 941115 Folder No.:Folds Number Form Apprnved,AVP-Izw ARTICLE 5- ALL EXPENSES TO)3E BORNE BY CONTRACTOR;RAILROAD REPRESENTATIVE The Contractor shall bear any and all costs and expenses associated with any work performed by the Contractor, or any costs or expenses incurred by the Railroad relating to this agreement. All work performed by Contractor on } Railroad's property shall be performed in a manner satisfactory to the respective local Superintendent of Transportation Services of the Railroad or his authorized representative(hereinafter the Railroad Representative). ARTICLE 6- TERM; TERMINATION a). The grant of right herein made to Contractor shall commence on ,and continue until ,unless sooner ten-rdnated as herein provided,or at such time as Contractor has completed ils work on Railroad's property,whichever is earlier. Contractor agrees to notify the Railroad Representative in writing when it has completed its work on Railroad property. b). This agreement rosy be terminated by either party on ten(10)days written notice to the other party. ARTICLE ; - CERTIFICATE OF INSURANCE a). Before commencing any work, the Contractor will provide the Railroad with a Certificate issued by its insurance carrier providing the insurance coverage required pursuant to Exhibit B-1 of this agrremcat in a policy which contains the following type of endorsement Union Pacific Railroad Company,is named as additional insured with respect to all liabilities arising 1 out of Insureds,as Contactor,performance of any work on the property of the Railroad. f b). Contractor warrants that this agreement has been thoroughly reviewed by its insurance agent(s)/broker(s)and that said agcnt(s)/broker(s)has been instructed to procure in=ance coverage and an endorsement as required herein, a c). All insurance correspondence shall be directed to: l File No. Folder Number Union Pacific Railroad Company Director-Contmcts 1400 Douglas Street STOP 1690 Omaha,Nebraska 68179-1690 ARTICLE 8 - CHOICE OF FORUM Litigarion arising out of or connected with this agreement may be instituted and maintained in the courts of the states of Nebraska and State for litigation purposes only,and the parties consent to jurisdiction over their person and over the subject matter of any such litigation,in those courts,and consent to service of process issued by such courts. ARTICLE 9- SPECIAL PROVISIONS None. cnrrl.dn- P220 2 or 3 Auauwr 17,2004 Huu 1'7 2004 17:33 FR TO 918173355070 P.05/12 CROEYLIXC 941115 Folder No.:Folder Number Furm Appnwcd,AVP-Law IN WITNESS VVMREOF,the parties hereto have executed this agreement in duplicate as the date first herein wtinen. UNION PACIFIC RAILROAD COMPANY By MANAGER-CONTRACTS WITNESS: (Nanie urcontr c ) X rt)e: 1 t,�n�l.0uc FnW 3 of 3 AuVs%17.2004 AUG 17 2004 17=33 FR TO 91B173355070 P.06/12 UTI MES X&E RpF 990701 Form Approved,AVP-Law EXHIBIT B TO CONTRACTOR'S RIGHT Or ENTRY AGREENMNT Section 1. IQTICE OF COMMENCEMENT OF WORK-FLAGGING. The Contractor agrees to notify the Railroad Representative at least 48 hours in advance of Contractor commencing its work and at least 24 hours in advance of proposed performance of any woric by the Contractor in which any person or equipment will be within 25 feet of any track, or will be new enough to any track that any equipment extension (such as,but not limited to,a crane boom)will reach to within 25 feet of any track. Upon receipt of such notice, the Railroad Representative will determine and inform the Contactor whether a flagman need be present and whether the Contractor need implement any special protective or safety measures. If any flagmen or other special protective or safety measures arc performed by the Railroad,such services will be provided at Contractods expense with the understanding that if the Railroad provides any flagging or other services the Contractor shall not be relieved of any of its responsibilities or liabilities set forth herein. Section 2. NO MTERFERENCE WITH RAILROAD'S OPERATION. No work performed by Contractor shall cause any interference with the constant,continuous and uninterrupted use of the tracks,property and facilities of the Railroad its lessees, licensees or others, unless specifically permitted under this agreement, or specifically authorized in advance by the Railroad Representative. Nothing shall be done or suffered to be done by the Contractor at any time that would in any manner impair the safety thereof. When not in use,Contractor's machinery and materials shall be kept at Icast 50 feet from the centerline of Railroad's nearest track,and there shall be no vehicular crossings of Railroad's tracks except at existing open public crossings. Section 3. MECHANIC'S LIENS. The Contractor shall pay in full all persons who perform labor or provide materials for the work to be performed by Contractor. The Contractor shall not caste, permit or suffer any mechanic's or materialmen's liens of any kind or nature to be created or enforced against any property of the Railroad for any such work performed. The Contractor shall indemnify and hold harmless the Railroad from and against any and all liens,claims,demands,costs or expenses of whatsoever nature in any way connected with or growing out of such work done,labor performed, or materials furnished. Section 4. PROTECTION OF FIBER OPTIC CABLE SYSTEMS. a). Fiber optic cable systems may be buried on the Railroad's property. Protection of the fiber optic cable systems is of extreme importance since any break could disrupt service to users resulting in business interruption and loss of revenue and profits. Contractor shall telephone the Railroad at 1-800-336-9193 to determine if fiber optic cable is buried anywhere on the Railroad's premises to be used by the Contractor. If it is, Contractor will telephone the telecommunications company(ics)involved,arrange for a cable locator,make arrangements for relocation or other protection of the fiber optic cable, all at Contractor's expense, and will commence no work on the right of way until all such protection or relocation has been accomplished. b). In addition to other indemnity provisions in this Agreement, the Contractor shall indemnify and hold the Railroad harmless from and against all costs, liability and expense whatsoever(including,without limitation,attorneys'fees,court costs and expenses)arising out of any act or omission of the Contractor, its contractor, agents and/or employees, that causes or contributes to (1) any damage to or destruction of any telecommunications system on Railroad's property, and/or (2) any injury to or death of any person employed by or on behalf of any telecommunications company,and/or its contractor,agents and/or employees,on Railroad's property. Contractor shall not have or seek recourse against Railroad for any claim or cause of action for alleged loss of profits or revenue or loss of service or other consequential damage to a telecommunication company using Railroad's property or a customer or user of services of the fiber optic cable on Railroad's property. Section S. COMPLIANCE WITH LAWS, In the prosecution of the work coverall by this agreement, the Contractor shall secure any and all necessary permits and shall comply with all applicable federal,state and local laws,regulations and enactments affecting the work The Contractor shall use only such methods as arc consistent with safety,both as concerns the Contractor,the Contractor's agents and employees,the officers,agents,employees and property -)f the Railroad and the public in general.The Contractor(without limiting the generality of the foregoing)shall comply with all applicable state and federal occupational safety and health acts and regulations. All.Federal Railroad Administration regulations shall be followed when work is performed on the Railroad's property. If any failure by the Contractor to comply with any such laws,regulations,and enactments,shall result in any tine,penalty,cost or charge being assessed, imposed-or charged against the Railroad,the Convactor shall reimburse and indemnify the Nasc r ors Exhibit 0 AUG 17 2004 17 34 FR TO 918173355070 P.07i12 UT11.171F-S X k E POE 990701 Form Appruvcd,AVP-Law Railroad for any such fine,penalty,cost,or charge,including without limitation dttorneys' Fees,court costs and expenses. The Contractor further agrees in the event of any such action,upon notice thert:of being provided by the Railroad,to defend such action free of cost,charge,or expense to the Railroad. Section 6. SAFETY INSTRUCTIONS. Safety of personnel, property,rail operations and the public is of paramount importance its the prosecution of the work pursuant to this agreement. As reinforcement and in furtherance of overall safety measures to be observed by the Contractor(and not by way of limitation),the following special safety rules shall be followed: 9). The Contractor shall keep the job site free from safety and health hazards and ensure that its employees are competent and adequately trained in all safety and health aspects of the job. The Contractor shalt have proper first aid supplies available on the job site so that prompt first aid services can be provided to any person that may be injured on the job site. The Contractor shall promptly notify the Railroad of any U.S.Occupational Safety and Health Administration reportable injuries occurring to any person that may arise during the work performed on the job site. The Contractor shall have a non-delegable duty to control its employees,while they arc on the job site or any other property of the Railroad to be certain they do not use,-be under the influencd of,or have in their possession any alcoholic beverage, drug, narcotic or other substance that may inhibit the safe performance of work by the employee. bj. The employees of the Contractor shall be suitably dressed to perform their duties safcly and in a manner chat will not interfere with their vision,hearing or free use of their hands or feet. Only waist length shins with sleeves and trousers that cover the entire leg are to be worn, if flare-legged trousers are worn,the trouser bottoms must be tied to prevent catching. The employoes should wear sturdy and protective work boots and at least the following protective equipment: (1) Protective head gear that meets American National Standard-Z89.1-latest revision, it is suggested that all hardhats be affixed with Contractor's or subcontractors company logo or nante. (2) Eye protection that meets American National Standard for occupational and educational eye and face protection, 7-.57.1-latest revision. Additional eye protection must be provided to meet specific job situations such as welding,grinding, } burning,etc.; and (3) Hearing protection which affords enough attenuation to give protection from noise levels that will be occurring on the job site. a c). All heavy equipment provided or[eased by the Contractor shall be equipped with audible back-up warning devices. If in the opinion of the Railroad Representative any of Contractor's or any of its subcontractors equipment is unsafe for use on the Railroad's right-of-way, the Contractor, at the request of the Railroad Representative, shall remove such equipment from the Railroad's right-of-way. Section 7. INDEMNITY. a). As used in this Section, "Railroad" includes other railroad companies using the Railroad's property at or near the location of the Contractors installation and their officers, agents, and employees; "Loss" includes loss, damage, claims, demands, actions, causes of action, penalties,costs,and expenses of whatsoever nature,including court costs and attorneys'fees, which may result from: (a) injury to or death or t persons whomsoever(including the Railroad's officers,agents,and employees,the Contractors officers, agents,and employees,as well as any other person);and/or(b)damage to or loss or destruction of property whatsoever(including Contractor's property,damage to the roadbed,tracks, equipment,or other property of the Railroad,or property in its care or custody). b). As a major inducement and in consideration of the license and permission herein granted,the Contractor agrees to indemnify and hold harmless the Railroad from any Loss which is due to or arises from any cause and is associated in whole or in part with the work performed under this agreement,a breach of the agreement or the failure to observe the health and safety provisions herein,or any activity,omission or negligence arising out of performatrrcc or nonperformance of this agreement. However,the Contractor shall not indemnify the Railroad when the Loss is mused by the sole negligence of the Railroad. c). The Contractor shall maintain whatever insurance coverage is necessary to adequately underwrite its general and contractual liability under the terms of this Agreement. Pnec z of l t3Rhibit'H AUG 17 2004 17 34 FR TO 918173355070 P.08i12 UTILITIES X&E ROE 990701 Form Approved,AVP-Law Section B. RESTORATION OF PROPERTY. ' In the event the Railroad authori=the Contractor to take down any fence of the Railroad or in any manner move or disturb any of the other property of the Railroad in connection with the work to be performed by Contractor, then in that event the Contractor shall, as soon as possible and at Contractor's sole expense,restore such fence and other property to the same condition as the same were in before such fence was Taken clown or such other property was moved or disturbed. Section 9. WAIVER OF BREACH. The waiver by the Railroad of the breach of any condition,covenant or agreement herein contained to be kept,observed and performed by the Contractor shrill in no way impair the right of the Railroad to avail itself of any remedy for any subsequent breach thereof. Section 10. ASSIGNMENT-SUBCONTRACTING. The Contractor shall not assign,sublet or subcontract this agreement,or any interest therein,without the written consent of the Railroad and any attempt to so assign,sublet or subcontract without the written consent of the Railroad shall be void. If the Railroad gives the Contractor permission to subcontract all or any portion of the .work herein described, the Contractor is and shall terrain responsible for all work of subcontractors and all work of subcontractors shall be governed by the teens of this agreement. d s s i , Page)of Exhibit H r HUu 1'r 2004 17:35 FR TO 918173355070 P.09i12 CONTRACTOR'S RIGHT OF ENTRY INS.02/16/01 INVOLVING PIPELINE,WIRELINE&DRAINAGE WORK Farm Approved,AVP-Law EXHIBIT B-1 Union Pacific Railroad Company Insurance Provisions For Contractor's Right of Entry Agreement Involving Pipeline, Wireline, or Drainage Work on Union Pacific Property Contractor shall, at its sole cost and expense, procure and maintain during the life of this Agreement the following insurance coverage: A- Commercial General Liability insurance. This insurance shall contain broad form contractual liability with a single limit of at least $2,000,000 each occurrence or daim and an aggregate limit of at least $4,000,000. Coverage must be purchased on a post 1998 ISO or equivalent form,including but not limited to coverage for the following: • Bodily injury including death and personal injury Property damage • Fire legal liability(Not less than the replacement value of the portion of the premises occupied) • Products and completed operations i The policy shall also contain the following endorsements which shall be indicated on the certificate of insurance: • "For purposes of this insurance, Union Pacific Railroad payments related to the Federal Employers liability Act or a Union Pacific Wage Continuation Program or similar programs are deemed not to be either payments made or obligations assumed under any Workers Compensation, disability benefits,or unemployment compensation law or similar law." • The exclusions for railroads (except where the Job site is more than fifty feet (50') from any railroad induding but not limited to tracks, bridges, trestles, roadbeds, terminals, underpasses or crossings), and explosion, collapse and underground hazard shall be removed. • Coverage for Contractor's(and Railroad's) employees shall not be excluded • Waiver of subrogation S. Business Automobile Coverage Insurance_ This insurance shall contain a combined single limit of at least $2,000,000 per occurrence or claim, including but not limited to coverage for the following: • Bodily injury and property damage • Any and all motor vehides including owned, hired and non-owned 4 The policy shall also contain the following endorsements which shall be indicated on the certificate of Insurance: • "For purposes of this insurance, Union Pacific Railroad payments-related to the Federal Employers Liability Ad or a Union Pacific Wage Continuation Program or similar programs are deemed not to be either payments made or obligations assumed under any Workers Compensation, disability benefits, or unemployment compensation law or similar law." • The exclusions for railroads (except where the. Job site is more than fifty feet (50) from any.rafiroad including but not limited to tracks, bridges, trestles, roadbeds, terminals, underpasses or crossings), and explosion, collapse and underground hazard shall be removed. Motor Carrier Act Endorsement- Hazardous materials clean up(MCS-90)if required by law_ r C. Workers Compensation and EM219Yers Liability insurance including but not limited to: • Contractors statutory liability under the workers'compensation laws of the state(s) affected by this Agreement • Employers'Liability(Part B)with limits of at least $500,000 each accident. $50D,000 disease policy limit $500,000 each employee If Workers Compensation insurance will not cover the liability of Contractor in states that require participation in state workers' compensation fund. Contractor shall comply with the laws of such states. If Contractor is self-insured, evidence of state approval must be provided along with evidence of excess workers compensation coverage. Coverage shall include liability arising out of the U. S. Longshoremen's and Harbor Workers'Act,the Jones Act, and the Outer Continental Shelf Land Act,if applicable. r The policy shall also contain the following endorsement which shall be Indicated on the certificate of Insurance: • Altemate Employer Endorsement Page 1 of 2 AUG 17 2004 17=35 FR TO 9181?3355070 -P. 10i12 CONTRACTOR'S RIGHT OF ENTRY INS.02/18/01 INVOLVING PIPELINE,WIRELINE&DRAINAGE WORK Form Approved,AVP-Law D. Um�retla or Excess Policies In the event Contractor utilizes Umbrella or excess policies, these policies shall "follow form' and afford no less coverage than the primary policy. E. Railroad Protective Liability insurance naming only the Railroad as the insured with a combined single limit of $2,000,000 per occurrence with a $6,400,000 aggregate. The policy shall be broad form coverage for'Physical Damage to Property' (ISO Form CG 00 35 07 98 or equivalent). A binder stating the policy Is in place must be submitted to the Railroad until the original policy is forwarded to the Railroad. Other Requirements F. Punitive damage exclusion must be deleted,which deletion shall be Indicated on the certificate of Insurance. G. Contractor agrees to waive Its right of recovery, and its insurers, through policy endorsement, agree to waive their right of subrogation against Railroad. Contractor further waives its right of recovery, and its insurers also waive their right of subrogation against Railroad for loss of its owned or leased property or property under its care, custody and control. Contractor's insurance shall be primary with respect to any insurance carried by Railroad. All waivers of subrogation shall be indicated on the certificate of Insurance. K. All policy(ies) required above (excluding Workers Compensation) shall provide severability of interests and shall name Railroad as an additional insured. Severability of interest and naming Railroad as additional insured shall be indicated on the certlficate of insuranco. 1. Prior to commencing the Work, Contractor shall furnish to Railroad original certificate(s) of insurance evidencing the required coverage. endorsements, and amendments. The certificate(s) shall contain a provision that obligates the insurance company(ies) issuing such policy(ies) to notify Railroad In writing of any cancellation or material alteration. Upon request from Railroad,a certlfied duplicate original of any required policy shall be furnishod. J. Any insurance policy shall be written by a reputable insurance company acceptable to Railroad or with a current Best's Insurance i Guide Rating of A-and Class VII or better, and authorized to do business in the state(s) in which the service is to be provided. K Contractor WARRANTS that this Agreement has been thoroughly reviewed by Contractor's insurance agent(s)/broker(s),who have been instructed by Contractor to procure the insurance coverage required by this Agreement and acknowledges that .Contractor's insurance coverage will be primary. L The fact that insurance is obtained by Contractor or Railroad on behalf of Contractor shall not be deemed to release or diminish the liability of Contractor, including,without limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by Railroad shall not be limited by the amount of the required insurance coverage. Page 2 of 2 AUG 17 2004 17 35 FR TO 918173355070 P. 11/12 r :L_ NNE: �� a�.�a=i 0*i�dg^�s�a�shor in8.meq 10. I'M) r� CP -1 0 o — o n c c Q — •� n CD — — m 7 - CSD 0 O a � I _ i o CD CD - CCD - ; 0 ; m c a i„ a 02 O p X o _ I D -I -. a 0 O C7 O � CSA m ,' (� I m ro 'o ; i CD 0 O Q a - 0 to 't -t O I ^ -- 1 a - - - 1. u Cl) 1 CD En -t O `{ - CCD t a , 1 O v O < O p I U O �a iO 0 0 Q a f o �� f .s 1 o x (D -�- z C) o D I- m c n c2r X f I� x i I+ j� Ir I j c c _� I T T ; 0 0 0 0 o O ! CSD CSD CSD I ! --T r o N N - T ► 1 Cn c c Cn < cr+ — C N t a. - 1 _ m - c -ti (n - p - -i- n -0 Q C) cn -1- -0 -+ o — -, D CD -" -T -100 10CD — - cD m -- cn o rt'D O CD -M - - -t -1 o —— c CD -- -++ :'�C 1 0 o c7 0 =' 0 (D CD — —o � o CD - 1 f CD 1 --% cn -+ o =) o — 1 C) - -. :3 : -X O -h .O X - CD O to rp 0 Cr -+-0 -10 p -•h 0 -tCD 0D - n CDS- 00 CD m — 0 :3 -1- O -- 0 CD 0 < X 0 -.E. < c0i � � 01+COD cn r -+ o- a 0 0 � cn m O — < �, '. 7-0 0 0 - 1 C CD p (n -r - O 0 m o Cn O Cn n3 1 C7 "o OO< � ± CCDD --hOD Cn o .o c�CD Co un a :) CT D cn a CD O cn O 0 cD CD - f 43 1 S CD -E " ,T g - 0 a. ..(n CD Q ci O =rO Ct. m n 3s: > s 0 c 0 Cn N to CD o 0. a O a 1 - C CD Lc:) CD CD o -+ (n 1 CD 0'0 -1 D 0 -+ cn 0 y $ Z to 0 (D O ) to --4- 0 O - 1 yy C] Cn 1 0 Cn O - C7 0 O CT - O ?S Z z 1 1 cn 0 CD 0 Q tO C) 1 O C 0 _ v+ �D a -- CD - 1- CD ::170 Cn Cn =r a p 1 CD CJ -0 G -+ 7D is Z iK -t- _+"� < O CL LC N _0 cr 1 - O = C7 p ~ CD o p --4- O D{ --r -t- a CD O < -+ CD O rn C> m C7 3 m O C a i r O W Z a D C. AUG 17 2004 17 36 FR TO 918173355070 P.12i12 APPLICATION FORM RAILROAD PROTECTIVE LIABILITY INSURANCE 1) Name and address of UPRR Representative: I (leave blank—to be Mled in by railroad) 2) UPRR Contract Folder Number: 3) Description of Operations: 4) Complete Appropriate Project Information: PI poll ne/Wimlino Project (fill in linear footage within Railroad Right-of-Way) a) Crossing Overhead b) Crossing Underground . c) Longitudinal Underground d) Longitudinal Overhead e) Other(describe lull : I OR Other Construction Project(total project cost cannot exceed$5,000,000) a) Subsurface SoIVSedement Samples b) Hand Held Auger Borings j C) Soil Gas Survey Points d) Boring Drilled w/Soil Samples e) Temporary Plezometer Wells f) Temporary Monitoring Wells g) Recovery Wells w/above ground equipment h) Recovery Systems&Above Ground Equipment i) Other Construction Project(Describe Fully) Total Project Cost is$ 5) Job Location: i 6) Start and End Dates of Work vMthln Railroad Right-0f--Way 7) Designated Contractor, Mailing Address: 8) Name of involved Governmental Authority or other Contracting Party: Mailing Address: ) 9) Cost of Railroad Protective Liability coverage for this project $ THIS COVERAGE WILL NOT BEGIN UNTIL THE UNION PACIFIC RAILROAD REPRESENTATIVE HAS RECEIVED ALL (3) ITEMS SHOWN BELOW: (1)A CHECK(in the name of Union Pacific RR) FOR THE AMOUNT QUOTED IN ITEM#9 ABOVE I (2)A CERTIFICATE OF INSURANCE EVIDENCING THE GENERAL LIABILITY COVERAGE REQUIRED IN YOUR CONTRACT;and (3)THIS SIGNED COMPLETED FORM_ APPLICANT'S SIGNATURE I Title: Date: ** TOTAL PAGE.12 APPENDIX C '7 GUIDELINES FOR TEMPORARY SHORING I� ■ BUILDING AMERICA" "CALL BEFORE YOU DIC"' "CALL BEFORE YOU DIC! 1-800-533-2891 1-800-336-9193 ASSISTANT DIRECTOR STRUCTURE DESIGN OFFICE AVP ENGINEERING - DESIGN 4515 KANSAS AVE 1400 DOUGLAS ST. STOP 0910 KANSAS CITY, KS 66106- 1124 OMAHA, NE 68179-0910 iGUIDELINES FOR TEMPORARY 5T-OWNG Published October 2S,2{x04 ir INDEX SECTION PAGE 1. SCOPE . . . . . . . . . . . . . . . . . . . . 1 2. GENERAL CRITERIA • • • , . , • . . . . . . . . . . . . . 1 3. CONTRACTOR RESPONSIBILITIES . . . . . . . . . . . . . . . 2 4. INFORMATION REQUIRED . . . . . . . . . . . . . . . . . . 3 5. TYPES OF TEMPORARY SHORING . , • . , . , , . . . . . 5 6. GENERAL SHORING REQUIREMENTS . . . . . . . . . . . . . . 5 7. COMPUTATION OF APPLIED FORCES . . . . . . . . . . . . . . 7 & STRUCTURAL INTEGRITY. . . . . . . . . . . . . . . . . , 9 9. SOIL CHARACTERISTICS , . . . . . , . . . . . . . . • . 10 10. PLANS . . . . . . . . . . . . . . . . . . . . . . . . . . 11 , 11. SUBMITTALS . . . . . . . . . . . . . . . . . . . . . . . 13 12. APPENDIX . . . . . . . . . . . . . . . . . . . . . . . . 14 13. BIBLIOGRAPHY. . . . . . . . . . . . . . . 14 GUIDELINES FOR TEMPORARY SHORING,Published October 25,2004 i GUIDELINES FOR TEMPORARY SHORING 1. SCOPE The scope of these guidelines is to inform public agencies, design engineers, contractors and inspectors of current Railroad standards and requirements concerning design and construction of temporary shoring. 1. The term Railroad refers to the Burlington Northern & Santa Fe Railway (BNSF) and/or the Union Pacific Railroad (UPRR). The term Contractor is defined as any party gaining access to work on Railroad right-of-way or tither Railroad operating locations. 2. These guidelines are provided as a reference and may not be taken as authority to construct without prior review and written approval of the Railroad. These guidelines supersede all previous guidelines for temporary shoring and are subject to revision without notice. 3. These guidelines supplement the current, American Railway Engineering and Maintenance-of-Way Association (AREMA) Manual of Recommended Practice. The 2002 AREMA Manual was utilized in developing this guideline. The AREMA Manual is available from: American Railway Engineering and Maintenance-of-Way Association 8201 Corporate Drive, Suite 1125 Landover, MD 20785-2230 Phone: (301)459-3200 FAX: (301) 459-8077 www.arema.org 4. The specific requirements for temporary shoring addressed in this document shall be followed for all locations where the Railroad operates, regardless of track ownership. 5. Any items not covered specifically herein shall be in accordance with the AREMA Manual and subject to the review and approval of the Railroad. Where conflicts exist, the most stringent specification should be applied. 6. All excavations shall also be governed by Railroad requirements, Federal, State and Local laws, rules, and regulations concerning construction safety. 7. Safe rail operations shall be required for the duration of the project_ All personnel, railroad tracks and property shall be protected at all times. 8. To expedite the review process of the temporary shoring plans, drawings submitted by the Contractors are required to adhere to the project specifications, AREMA and other Railroad requirements. 2. GENERAL CRITERIA The Contractor must not begin construction of any component of the shoring system affecting the Railroad right-of-way until written Railroad approval has been received. 1. All excavations shall be in compliance with applicable OSHA regulations and shall be shored where there is any danger to tracks, structures or personnel regardless of depth. .• GUIDELINES FOR'TENIFURARY SHORING,Published October 25,2004 1 7 F, 2. The Contractor is responsible for planning and executing all procedures necessary to construct, maintain and remove the temporary shoring system in a safe and controlled manner. 3. Emergency Railroad phone numbers are to be obtained from the Railroad representative in charge of the project prior to the start of any work and shall be pasted at the job site. 4. The Contractor must obtain a valid right of entry permit from the Railroad and comply with all IP Railroad requirements when working on Railroad property. 5. The Contractor is required to meet minimum safety standards as defined by the Railroad. 6_ All temporary shoring systems that support or impact the Railroad's tracks or operations shall be designed and constructed to provide safe and adequate rigidity. T The Railroad requirements, construction submittal review times and review criteria should be discussed at the pre-construction meeting with the Contractor. P, 8. A flagman is required when any work is performed within 25 feet of track centerline. If the Railroad provides flagging or other services, the Contractor shall not be relieved of any responsibilities or liabilities as set forth in any document authorizing the work. No work is allowed within 56 feet of track centerline when a train passes the work site and all personnel must clear the area within 25 & feet of track centerline and secure all equipment when trains are present. 'I 9. Appropriate measures for the installation and protection of fiber optic cables shall be addressed in the plans and contract documents. For specific Railroad requirements and additional information trefer to www.bnsf.com or call 1-800-533-2891. www.uprr.com, call 1-800-336-9193 or refer to UPRR Fiber Optic Engineering, Construction and Maintenance Standards. 10. Relocation of utilities or communication lines not owned by the Railroad shall be coordinated with the utility owners. The utility relocation plans must then be submitted to the Railroad utility representative for approval. The shoring plans must include the correct contact for the Railroad, State or Local utility locating service provider. The Railroad will not be responsible for cost associated with any utility, signal, or communication line relocation or adjustments. 3. CONTRACTOR RESPONSIBILITIES The Contractor shall be solely responsible for the design, construction and performance of the Temporary structure. (AREMA 8.28.1.3) V- 1. The Contractor's work shall in no way impede the train operations of the Railroad and must be coordinated with the local Railroad operating department. 2. The Contractor shall develop a work plan that enables the track(s) to remain open to train traffic at lift all times. 3. The Contractor shall comply with all State and Federal Laws, county or municipal ordinances and regulations which in any manner affect the work. 4. All removed soils will become the responsibility of the Contractor and shall be disposed of outside the Railroad right-of-way according to the applicable Federal, State and Local regulations. 5_ The Project Engineer and the Contractor shall evaluate the quality of materials furnished and work performed. GUIDELINES FOR TEMPORARY SHORING,Published October 25,2004 r T `c 6_ The Contractor is responsible to protect the Railroad ballast and subballast from contamination. 7. The Contractor must monitor and record top of rail elevations and track alignment for the duration of the project. The movement shall be within the limits defined in Table 1, Deflection Criteria on page 10. Displacements exceeding the limits defined in Table 1 mast be immediately reported to the Railroad. All work on the project must stop and the Railroad may take any action necessary to _ ensure safe passage of trains. The Contractor must immediately submit a corrective action plan to the Railroad for review and approval. The Railroad must review and approve the proposed repair procedure. The repair must be inspected by the Railroad before the track can be placed back in service. 8. Any damage to Railroad property such as track, signal equipment or structure could result in a train derailment. All damage must be reported immediately to the Railroad representative in charge of the project and to the Railroad Manager of Track Maintenance (M-FM). 4. INFORMATION REQUIRED Plans and calculations shall be submitted, signed and stamped by a Registered Professional Engineer familiar with Railroad loadings and who is licensed in the state where the shoring system is intended for use. Shoring design plans and calculations shall be in English units. If Metric units are used, all controlling dimensions, elevations, design criteria assumptions, and material stresses shall be l^ expressed in dual units, with English units to be in parentheses. Information shall be assembled concerning right-of-way boundary, clearances, proposed grades of tracks and roads, and all other factors that may influence the controlling dimensions of the proposed shoring system. See section 10 for additional requirements. 1. Field Survey. Sufficient information shall be shown on the plans in the form of profiles, cross sections and topographical maps to determine general design and structural requirements. Field survey information of critical or key dimensions shall be referenced to the centerline of tracks) and top of rail elevations. Existing and proposed grades and alignment of tracks and roads shall be indicated together with a record of controlling elevation of water surfaces or ground water. Show the location of existing/proposed utilities and construction history of the area which might hamper proper Installation of the piling, soldier beams, or ground anchors. 2. Geotechnical Report shall provide: a. Elevation and location of soil boring in reference to the track(s) centerline and top of rail elevations. b. Classification of all soils encountered. c. Internal angle of soil friction. d. Dry and wet unit weights of soil. e. Active and passive soil coefficients, pressure diagram for multiple soil strata. f. Rearing capacity and unconfined compression strength of soil. g. Backfill and compaction recommendations. h. Optimum moisture content of fill material. i. Maximum density of fila material. j. Minimum recommended factor of safety. k. Water table elevation on both sides of the shoring system. 1. Dewatering wells and proposed fiownets or zones of influence. m. In seismic areas, evaluation of liquefaction potential of various soil strata_ 3_ Loads. PL GUIDELINES FOR TEMPORARY S11ORiN'G,Published October 25,2004 r All design criteria, temporary and permanent loading must be clearly stated in the design calculations and on the contract and record plans. Temporary loads include, but are not limited to: construction equipment, construction materials and lower water levels adjoining the bulkhead — causing unbalanced hydrostatic pressure. Permanent loads include, but are not limited to; future grading and paving, Railroads or highways, structures, material storage piles, snow and earthquake. The allowable live load after construction should be clearly shown in the plans and painted on the pavements behind the bulkheads or shown on signs at the site and also recorded on the record plans. Some of the loads are.- a- re:a. Live load pressure due to E80 loading for track parallel to shoring system. b. Live load pressure due to E80 loading for track at right angle to shoring system. c. Other live loads. d. Active earth pressure due to soil. e. Passive earth pressure due to soil. f. Active earth pressure due to surcharge loads g. Active pressure due to sloped embankment. h. Dead load. i. Buoyancy. j. Longitudinal force from live load. k. Centrifugal forces I. Shrinkage. rn. Temperature. n. Earthquake. o. Stream flow pressure. p. Ice pressure. 4_ Drainage. (AREMA 8.20.2.4) a. The drainage pattern of the site before and after construction should be analyzed and adequate drainage provisions should be incorporated into the plans and specifications. Consideration should be given to groundwater as well as surface drainage. b_ Drainage provisions for backfill should be compatible with the assumed water conditions in design. 5. Structural design calculations. a. List all assumptions used to design the temporary shoring system. b. Determine E80 live load latera pressure using the Boussinesq strip load equation. See 'Figure 2 which illustrates Plan Number 710001 "LIVE LOAFS PRESSURE DUE TO COOPER E80". c. Computerized calculations and programs must clearly indicate the input and output data. List all equations used in determining the output. d. Example calculations with values must be provided to support computerized output and match ' the calculated computer result. e. Provide a simple free 'body diagram showing all control)-ng dimensions and applied loads on the temporary shoring system. f. Calculated lateral deflections of the shoring and effects to the rail system must be included. See section 8, Part 6_ Include the elastic deflection of the wall as well as the deflection due to the passive deflection of the resisting soil mass. g. Documents and manufacturer's recommendations which support the design assumptions must be included with the calculations. GUIDELINES FOR TEMPORARY SHORING,Nblished October 25,2003 4 5. TYPES OF TEMPORARY SHORING 1. A shoring box is a prefabricated shoring system which is installed as the excavation progresses. This shoring system is not accepted by the Railroad. This system is allowed in special applications only, typically where Railroad five load surcharge is not present. The shoring box is moved down into the excavation by gravity or by applyirig vertical leading frurTT excavation equipment. 2. Anchored systems with tiebacks are discouraged. The tiebacks will be an obstruction to future utility installations and may also damage existing utilities. Tiebacks must be removed per Railroad direction. Removal of tieback assemblies is problematic. 3_ An anchored sheet pile wail is a structure designed to ,provide lateral support for a soil mass and derives stability from passive resistance of the soil in which the sheet pile is embedded and the tensile resistance of the anchors_ a. For purposes of these guidelines, ground anchors shall be cement-grouted tiebacks designed, furnished, installed, tested and stressed in accordance with the project specifications and AREMA requirements_ 4. An anchored soldier beam with lagging wall is a structure designed to provide lateral support for a soil mass and derives stability from passive resistance of the soil in which the soldier beam is embedded and from the tensile resistance of the ground anchors. a. Anchored soldier beam with lagging walls are generally designed as flexible structures which have sufficient lateral movement to mobilize active earth pressures and a portion of the passive pressure. b. For purposes of these specifications, soldier beams include steel H-piles, wide flange sections or other fabricated sections that are driven or set in drilled holes. Lagging refers to the members spanning between soldier beams. 5. A cantilever sheet pile wall is a structure designed to provide lateral support for a soil mass and derives stability from passive resistance of the soil in which the sheet pile is embedded. If cantilever sheet pile is used for shoring adjacent to an operating track, the shoring system shall be at least 12'-0" away from the centerline of track. Cantilever sheet pile walls shall be used only in granular soils or stiff clays. 6. A cantilever soldier beam with lagging wall is a structure designed to provide lateral support for a soil mass and derives stability from passive resistance of the soil in which the soldier beam is embedded. 7. A braced excavation is a structure designed to provide lateral support for a soil mass and derives stability from passive resistance of the soil in which the vertical members are embedded and from the structural capacity of the bracing members. a. For purposes of these guidelines, the vertical members of the braced excavation system include steel sheet piling or soldier beams comprised of steel H-piles, wide flange sections, or other fabricated sections that are driven or installed in drilled holes. Wales are horizontal structural members designed to transfer lateral loads from the vertical members to the struts, Struts are structural compression members that support the lateral loads from the wales. 8. A cofferdam is an enclosed temporary structure used to keep water and soil out of an excavation for a permanent structure such as a bridge pier or abutment or similar structure. Cofferdams may be constructed of timber, steel, concrete or a combination of these. These guidelines consider cofferdams primarily constructed with steel sheet piles. 6. GENERA. SHORING REQUIREMENTS For general shoring requirements and specific applications of the following items refer to Figure 1 on the next page which illustrates Plan Number 710000 "GENERAL SHORING REQUIREMENTS". GIJIDUINES FOR TEMPORARY SHORING,Published October 25,20045 N L � t� @ U) U 12, CL C: 3E o �H�� a + Cao E :E 0 E tu 4 a t O ❑.Q G C71 N Z d CP dl U @ p C L r LU $ C L L UC 0 S ti Q S m N — x 0.0 Jl 41 — @Cm N�f1 J llti :D r14 C] O o 2 bu!JoyS bu1jou * p -j-auoz--- auaZ 4 C E 3 O nl w EIf bu I Joys Lij ti LyJ -- ------------ n9 C CQ3 oc CL 2 Ln p 0 N r o a O C Z — 7 LU U L QN v 'CJ f-- p 7 x LU p cv Ln @ � k x — Ln d O C) V 41' _ O L� r ofpflj b X Q a 4J �s a Im -- a � d LL CCLLJ : 4 6 V) Q L •� d � I O U0 4- p [3 O I O I vy C W }_ a Emm n CU3 N N E m v v�a in i. C G A C] ' I QU O p u 9 } In F� Q ® CL {y v C L ®�Q O CL o rn c Q c o L U cc c D L 0` N o m u C 11 � 7 tm mei mox ` m eosn } yt`D m:o— v iv ur G Uw I� E C v v C m W m 15 w C X41-0 Q C DC O a U a E Z o - OD U ✓l Q, o u m# u t map_ e� aaL ,o d _ D+ C Q # ta7 o a4i E Lad v L q m 6 LCi pbf Lhi t O L -q p•^� +r+ V Vl V W f? GUIDELINES FOR TEMPORARY SHORING Published October 25,2004 1. No excavation shall be permitted closer than 12'-0" measured at a right angle from the centerline of track to the trackside of shoring system. If existing conditions preclude the installation of shoring at the required minimum distance, the shifting of tracks or temporary removal of tracks shall be investigated prior to any approval. All costs associated with track shifting or traffic interruption shall be at Contractor's expense. 2. Evaluate slope and stability conditions to ensure the Railroad embankment will not be adversely affected. Local and global stability conditions must also be evaluated. 3. All shoring within the limits of Zone A or Zone B must be placed prior to the start of excavation. 4. Lateral clearances must provide sufficient space for construction of the required ditches parallel to the standard roadbed section. The size of ditches will vary depending upon the now and terrain and should be designed accordingly. 5. The shoring system must be designed to support the theoretical embankment shown for zones A and B- 6. Any excavation, holes or trenches on the Railroad property shall be covered, guarded and/or protected. Handrails, fence, or other barrier methods must meet OSHA and FRA requirements. Temporary lighting may also be required by the Railroad to identify tripping hazards to train crewmen and other Railroad personnel. 7. The most stringent project specifications of the Public Utilities Commission Orders, Department of Industrial Safety, OSHA, FRA, AREMA, BNSF, UPRR or other governmental agencies shall be used. 8. Secondhand material is not acceptable unless the Engineer of Record submits a full inspection report which venfies the material properties and condition of the secondhand material. The report must be signed and sealed by the Engineer of Record. 9. All components of the shoring system are to be removed when the shoring is no longer needed. All voids must be filled and drainage facilities restored. See compaction requirements section 9, Part 4. _ 10. Slurry type materials are not acceptable as fill for soldier piles in drilled holes. Concrete and flowable backfill may prevent removal of the shoring system. Use compacted peagravel material. 7. COMPUTATION OF APPLIED FORCES 1. Railroad live load and lateral forces. a. For specific applications of the Coopers E80 live load refer to Figure 2 on the next page which illustrates Plan Number 710001 "LIVE LOAD PRESSURE DUE TO COOPER E80". Supplemental information and sample calculations are provided in the Appendix pages A-1 through A-4. 2. Dead load. a. Spoil pile: must be included assuming a minimum height of two feet of soil adjacent to the excavation. b. Track: use 200 fbs/linear ft for rails, inside guardrails and fasteners_ c. Roadbed: ballast, including track ties, use 120 lb per cubic foot. GUIDELINES FORTEMPORARY SHORING,Published October 25,2004 7 �LU w� w� r ffl goa a @ A0 j o W s ` y a Y *n x } J o c m a w Ni w L_ A�4 6 g p 6 N W L o N 0.4 a2 � A C LU a CD SdIA ZS n PO Shc A ZS o o Ck n Q � v a ShcA ZS C 5dl ll Z5 C7 P � r SdI N 09 � Y 'D m Sdil 09 v h a�C �� �:' H m Shill 08 Cars et* v m m �° ts Sh11 48 O � v o v a m v m CD # 9 [7 w Q b P ShcN 00 CD C z m 3F�� 0 Cr ° mm a� r� p C ina 7 C .-. C A 7 [y S d IA Z5 Lai o °' u a .'�• o n`i N a a m w Shcll ZS o :u �L = a _ d`v � n ' v CC C••) -� 10 fl W w q,4 3 h m m 7 ry v •• L FF q1 5d171 ZS N � b aO N V N . Lm? E mU 6. C m N O m 7 C r 41 y m N m C n ID Cy N u1 p Shcll ZS C � � � m �o -0 = cry Cp 5dil09 adyNdANacT m �m 07i Vl E 4� C Shc] 08 SdIY08accncmcv oo m 4 ® N 5dl1149 �� v��m� C � pwa � a Boas $ 1-12 -L - N Sd?Y % C .��z mus ca rvao � ° ° v u N GIRDELMS FOR TEMPORARY SHORING Published October 25,2004 $ h 3. Active earth pressure. a. The active earth pressure due to the soil may be computed by the Coulomb Theory or other approved method. b. The active earth pressure at depth `ze" is- m PA = KA y z,, ,where KA= tan�(45 -?) za= depth of soil influencing the active pressure. 4. Active earth pressure due to unbalanced water pressure. a. When bulkheads are used for waterfront construction, the bulkhead is subjected to a maximum earth pressure at the low water stage. During a rainstorm or a rapidly receding high water, the - water level behind the bulkhead may be several feet higher than in front of the bulkhead. b. Drained conditions in backfill apply when clean sand or clean sand and gravel are used and adequate permanent drainage outlets are provided. Where drained conditions exist, the design water Level may be assumed at the drainage outlet elevation. 5. Active earth pressure due to surcharge load. The active earth pressure due to surcharge load q'- 0 Pu= KAq', where K, - tan2(45 - 2 } 5. Passive earth pressure. The passive earth pressure, PP, in front of the bulkhead may also be computed by the Coulomb Theory. R Pp= Kp r zp where KP=tan`(45 +z 3 zP vertical distance beginning one foot below dredge line but not to exceed embedment depth 7. Pressure due to embankment surcharges. Conventional analysis (Rankine, Coulomb, or Log-Spiral) should be used to determine the �. additional surcharge from embankment slopes. 8. Additional analysis For centrifugal force calculations as described in AREMA Chapter 15, Part 1, Section 1.3, Article 1.3.6 Centrifugal Loads are required where track curvature exceeds three degrees. 9. Include and compute all other loads that are impacting the shoring system such as a typical Railroad service vehicle (HS-20 trucky. 8. STRUCTURAL INTEGRITY Structures and structural members shall be designed to have design strengths at all sections at least equal to the required strengths calculated for the loads and forces in such combinations as stipulated in AREIIAA Chapter 8 Part 2 Article 2.2.4b, which represents various combinations of loads and forces to which a structure may be subjected. Each part of the structure shall be proportioned for the group loads that are applicable, and the maximum design required shall be used. 1. Embedment depth. a. Calculated depth of embedment is the embedment depth required to maintain static equilibrium. GUIDELINES FOR TEMPORARY SHORING,Published October 25,2004 9 b. Minimum depth of embedment is the total depth of embedment required to provide static equilibrium plus additional embedment due to the minimum factor of safety. 1. Embedment depth factor of safety for well-defined loading conditions and thoroughly cetermined soil parameters is generally 1.3 for most temporary shoring systems. (See AREMA 8.20.4.1.c) 2. All anchored shoring systems require a minimum embedment depth of 1.5 times the calculated depth of embedment. Shallow penetration into strong soil layers is not acceptable. (See AREMA 8.20.5.1) 2_ The allowable stresses based on AREMA requirements are as follows: Structural Steel: 0.55Fy for Compression in extreme fiber. (AREMA Ch.15 Table 1-11) Structural Steel: 0.35Fy for Shear. (AREMA Ch.15 Table 1-11) Sheet Pile Sections: 213 of yield strength for steel. (AREMA 8,20.5.7) Concrete: 113 of Compressive strength. (AREMA 8.20.5.7) Anchor Rods_ 112 of yield strength for steel. (AREMA 8.20,5.7) 3. AISC allowances for increasing allowable stress due to temporary loading conditions are not acceptable. 4. Gravity Type temporary shoring systems must also be analyzed for overturning, sliding and global stability- 5. The contractor is responsible for providing an approved test method to verify the capacity of anchored or tieback systems. The manufacturers recommendations for testing must be satisfied. Systems which support the Railroad embankment will be considered high risk in determining the percentage of elements to be proof tested. 6. Calculated deflections of temporary shoring system and top of rail elevation shall not exceed the criteria outlined in Table 1 Deflection Criteria. Table 1 Deflection Criteria Horizontal distance from Maximum horizontal Maximum acceptable horizontal shoring to track CIL measured movement of shoring or vertical movement of rail at a right angle from track system 12' < S < 18' 318" 1/4" 18' <S <24' 112" 114" 9. SOIL CHARACTERISTICS I. Subsurface Exploration. (AREMA 8.5.2.2) a. Sufficient borings shall be made along the length of the structure to determine, with a reasonable degree of certainty, the subsurface conditions. Irregularities found during the initial soil boring program may dictate that additional borings be taken. b. The subsurface investigation shall be made in accordance with the provisions of AREMA Chapter 8 Fart 22, Geotechnical Subsurface Investigation. 2. Type of backfill. a. 8ackfili is defined as material behind the wall, whether undisturbed ground or fill, that contributes to the pressure against the wall. r GUIDELINES FOR TEMPORARY SHORING,Published October 25,2003 10 L The backfill shall be investigated and classified with reference to the soil types described in AREMA Table 8-5-1. c. Types 4 and 5 backfill shall be used only with the permission of the Engineer. In all cases the wall design shall be based on the type of backfill used. Table 8-5-1 (AREMA) Types of Backfill for Retainin2 Walls Backfill Type Backfill Description l Coarse-grained soil without admixture of fine soil particles,very frcc- draininv(clean&arid,Eavel or broken stone). Coarse-grained soil of low permeability dui-to admixture of particles of silt S12C. t Fine sifty sand;granufar materials with conspicuous clay content,Of residual soil with stones. 4 5oti or very soft cfa ,or ante sit[,or soft silty clay c ium ar sll I t clay that may he pi iced in such a way that a negligib le 5 aJnount of walcr will enter the spaces k wt'cn(lie chunks during floods err rleavv rains. r 3. Computation of backfill pressure. (AREMA 8.5.3.2a) a. Values of the unit weight, cohesion, and angle of internal friction of the backfill material shall be determined directly by means of soil tests or, if the expense of such tests is not justifiable, by means of AREMA Table 8-5-2 referring to the soil types defined in AREMA Table B-5-1- Unless the minimum cohesive strength of the backfill material can be evaluated reliably, the cohesion shall be neglected and only the internal friction considered. See Appendix page A-5 For AREMA generic soil properties. Table 8-5-2 AREMA Pro erties of Backfill Materials Type of Chit Weight Lb. Cohesion Angle of Internal Backfill Per Cu. Ft. "c" Friction 1 105 0 331421 36"for broken stone 2 110 0 30' 3 125 0 28' 4 1 100 0 a, 5 120 240 p� r- 4. Compaction. rt a. The backfill shall preferably be placed in loose layers not to exceed 8 inches in thickness. Each layer shall be compacted before placing the next, but over compaction shall be avoided. b. It is required that backfill be compacted to no less than 95% of maximum dry density at a moisture content within 2% of cptimum and tested using Modified Proctor ASTM Q 1557. c. Fill within 100 feet of bridge ends or 20 feet outside culverts shall be placed and compacted to not less than 100% of maximum. d. No dumping of backfill material shall be permitted in such a way that the successive layers slope downward toward the wall. The layers shall be horizontal or shall slope downward away from the wall 10. PLANS The shoring plans must completely identify the site constraints and the shoring system. Use the design templates provided in the appendix as an example to show the required information, specifications and drawings. The specific requirements of the plan submittals are as follows: GUIDELINES FOR TEMPORARY SHOW ING,Published October 25,2004 1 P r I. General plan view should show: I a. Railroad right-of-way and North arrow. b, Position of all Railroad tracks and identify each track as mainline, siding, spur, etc. c. Spacing between all existing tracks. d. Location of all access roadways, drainage ditches and direction of flow. e. Footprint of proposed structure, proposed shoring system and any existing structures if applicable. f. Proposed horizontal construction clearances. The minimum allowable is 12 feet measured at a right angle from centerline of track. g. Location of existing and proposed utilities.. h. Drawings must be signed and stamped by a Licensed Professional Engineer, registered in the state where the work will be performed. i. Railroad and other"CALL BEFORE YOU DIG" numbers. j. Deta4ed view of shoring along with controlling elevations and dimensions. 2. Typical section and elevation should show: a. Top of rail elevations for all tracks. b. Offset from the face of shoring system to the centerline of all tracks at all changes in horizontal ._ alignment. c. All structural components, controlling elevations and dimensions of shoring system. d. All drainage ditches and controlling dimensions. e. All slopes, existing structures and other facilities which may surcharge the shoring system. f Location of all existing and proposed utilities. g. Total depth of shoring system. 3. General criteria a. Design loads to be based on the AREMA manual and Cooper E80 loading.. b. Pressure due to embankment surcharges. c. ASTM designation and yield strength for each material. �- d. Maximum allowable bending stress for structural steel is 0,55Fy. e. Temporary overstress allowances are not acceptable. f. All timber members shall be Douglas Fir grade 2 or better. g. Insitu soil classification. h. Backfill soil classification. i. Internal angle of friction and unit weight of the soil. j. Active and passive soil coefficients. k. Fill within 100 feet of bridge ends or 20 feet outside culverts shall be placed and compacted to 1r` a minimum of 100% of maximum dry density tested per Modified Proctor ASTM D1557. # I. Slopes without shoring shall not be steeper than 2 horizontal to 1 vertical GUIDELINES FOR'rEMPORARY SHORING,Published October 25,2004 12 m. dredge line elevation. n. Shoriing deflection to be calculated and meet Railroad requirements. 4. Miscellaneous: a. Project name, locution, GPS coordinates, track owner, Railroad line segment, milepost and subdivision in the title block. b. Procedure outlining the Installation and removal of the temporary sharing system. c. General notes specifying material requirements, design data, details, dimensions, cross- sections, sequence of construction etc_ d. A description of the tieback installation including drilling. grouting, stressing information and testing procedures, anchor capacity, type of tendon, anchorage hardware, minimum unbonded lengths, minimum anchor lengths, angle of installation, tieback locations and spacing. e. All details for construction of drainage facilities associated with the shoring system shall be clearly indicated. f. Details and descriptions of all snoring system members and connection details. g. Settlement and displacement calculations. h. Handrail and protective fence details along the excavation i. Drawings must be signed and stamped by a Licensed Professional Engineer, registered in the state where the work will be performed j. Cali before you dig number k. Construction clearance diagram 11. SUBMITTALS The Contractor will be responsible for any and all cost associated with the review of plans by the Railroad. Review of design submittals by the Railroad will require a minimurn of four (4) weeks. To avoid impacting the construction schedule, the Contractor must schedule submittals well in advance. Partial, incomplete or inadequate designs will be rejected, thus delaying the approval. Revised submittals will follow the same procedure as the initial submittal until all issues are resolved. Submit a minirrnim of three sets of shoring plans and two sets of calculations with manufacturers' specifications. Drawings and calculations must be signed and stamped by a Registered Professional Engineer familiar with Railway loadings and who is licensed in the state where the shoring system is intended for use. Drawings accompanying the shoring plans shall be submitted on 11" x 17" or 8#/�" x 11" sized paper- 1. aper_1. Contractor review. The Contractor must review the temporary shoring plans to ensure that the proposed method of construction is compatible with the existing site and soil conditions. The Contractor's work plan must be developed to allow train traffic to remain in service. Removal of the shoring system must also be addressed. 2. Applicant and or Engineer of Record review. The applicant and or Engineer of Record must review and approve the submittal for compliance with the project specifications, AREMA Manual, these guidelines and structural capacity before forwarding the submittal to the Railroad. GUIDELINES FOR TEMPORARY S"OR]NG,Published October 25,2004 13 3_ Review process. All design submittals shall be forwarded to the Railroad Representative who wilt send them to the Structures Design Department. The Structures Design Department shall review or have an outside consultant review said submittals. If a Railroad consultant perforins said review, the consultant may reply directly to the applicant or their representative after consultation with the Structures Design Department. A copy of the reply will be mailed to the Railroad Representative. During the review process the Railroad Representative is the point of contact to resolve outstanding issues. 12. APPENDIX ITEM PAGE 1. SAMPLE PROBLEM . . . . . . . . . . . . . . . . . . . . • A-1 & A-2 2. CHART A . . . . . . . . • . . . . . . . . • . . . . . • • A-3 & A-4 3. GUIDELINE & WEBSITE DIRECTORY . . . • . • . . . . . . . • • A-5 4. TABLES . . . . . . . • . • . . . • . • . . . . . . . . A-6 AREMA Table 8-20-1. Granular Soils AREMA Table 8-20-2. Silt and Clay Soils AREMA Table 8-20-3. Unit Weights of Soils, and Coefficients of Earth Pressure 5. TEMPLATES GENERAL CRITERIA AND MISCELLANEOUS. . • . • . . . . • . A-7 GENERAL_ PLAN VIEW . . . . . . . • . . . . . . . . . . • A-8 TYPICAL SECTION & ELEVATION VIEW . . . . . . . . . . . . A-9 73. BIBLIOGRAPHY The following list of references used in these guidelines are placed here in alphabetical order for your convenience_ 1. Manual for Railway Engineering, 2002 American Railway Engineering and Maintenance-of-Way Association. 2. TRENCHING AND SHORING MANUAL, January 1990, Revision 11112196. State of California Department of Transportation, Office of Structures Construction. GUIDELINES FOR TEMPORARY SHORING,Published October 25,2004 14 SAMPLE PROBLEM Point in question: S= 12 ft H =6 ft q= 80'000 lbs =1778 psf for E80 loading, axle spacing= 5 ft, tie length b= 9 ft (5 ft)(9 ft) Solve for X, = S- b12 =7.5 ft Solve for X2= S + b12 = 16.5 ft !� Solve for 01 =arctan H =0.896 radians Solve for 62 arctan(H =1.222 radians l Solve for iii=62 -01 =0.326 radians Solve for a = 0' +02 =1.059 radians Note: tan Cr� 5 H 32 �— q l psfl p r 6reclge H KPr�e PRESSURE DESIRIBUTION FOR STRIP LOAD EQUIVALENT LOADING r o Pressure, Ps due to E80 liveload at the above-identified point- Ps= 2q(P-sinfl cos 2a)= 2 177$(0.326-sin(0.326)cos(2*1.059)}=558.psf s 7F • Shear due to E80 liveload at the above-identified point: ■" R _ 2gH,8 - 2*1778*6*0.326 =22141bs!ft ar • depth z from base of tie: Ir 7Fr FfO-bH+x22 2-B2 -4 2 6Z*032(x9*6+1652 n-1.222 -7.52 '2-0.896) z= 2 _ 2 =3.77_ft 2Hf3 2*6*Q326 GUIDELINES FOR TEMPORARY SHORING,Published October 25,2004 A-1 r SAMPLE PROBLEM (CONTINUED) • Moment due to E80 liveload at the above identified point: ~ M = R,(H--z)=2214 -(6-3.77)=4940 ft-lbs/ft Use the above equations to determine Ps, M, Rx & z due to the E80 liveload along the entire depth of the shoring system. Typically the equations are evaluated on 6" increments to determine the maximum e values along the depth of the shoring system. The resultants must be combined with other applicable pressures and loads to evaluate the total loading on the shoring system for the entire depth of the system. Determine the minimum embedment depth required and the minimum cross sectional properties of the shoring system based on the allowable stresses and the required factors of safety. 1 GUIDELINES FOR TEMPORARY SHORING,Ptblished October 25,2004 A-2 r CHART A c This chart identifies the active pressure and resulting forces due to E80 liveload. �e See"SAMPLE PROBLEM"sheet for definitions of variables and equations. S.Setect distance S from track centerline to face of shoring. 2.Setedt depth H,below base of tie. s~ 3.Read Ps,M,R and 2 from the table. J3 4.Use the procedure outtined in the sample problem to determine r vatues al non-tabulated points. IIL; I - 6{t. !a Ps=Rqt`-sin/lcos(2a)] where q= 1778 psf Boussinesq surchar a pressure E80 live load for H1=0 '"" `,m Depth below torp of Horizontal distance IS)from sharing to track Gl-measured at a right angle shoring Hatt) Variables 12 14 15 18 20 22 24 26 28 30 Ps tPsr1 305 220 166 130 105 86 72 61 53 46 ct (radians) 1.38 141 1.44 1.45 1.47 1.48 148 1.49 1.50 1.50 2 l3 [radians] 0.14 0,10 0.07 0,06 0.05 0,04 0.03 0.03 0,02 0.02 _ Z tri) 1.32 1.33 1.33 1.33 133 1.33 1.33 1.33 1.33 1.33 M (ft-tbsm) 215 152 114 89 71 58 49 41 36 31 R (lb&R) 317 226 170 132 106 87 73 62 53 46 Ps (PSO 496 381 299 240 197 164 138 118 102 89 CL !radians) 1.21 1,27 1.31 1,34 1.36 1.38 1.40 1.41 1.43 1.44 4 (radians) 0.25 0.19 0.14 0.11 0,09 0.07 0.05 O.DS 0.05 0.04 Z (n) 2.59 2,61 2,63 2,64 2.64 2.65 265 2.65 265 2.66 M 1n-lbsm) 1,609 1,165 882 692 557 459 384 327 281 244 R Ilam) 1,141 640 643 508 411 339 285 242 209 182 Ps Wif) 558 461 381 317 266 225 193 167 146 128 a tradians) 1.D6 113 119 1.23 127 1.29 1,32 1.34 1.35 1.37 6 Iradians) 0.33 0.25 0.20 0.16 0.13 0.11 0.09 0.08 0.07 0.06 Z Vt) 3.77 3.83 3.88 390 3.92 3.94 3.95 3.96 396 3.97 M (n-lbsm) 4,944 3,674 2,830 2,244 1,822 1,508 1,269 1,082 933 813 R iibsm) 2,214 1,596 1,332 1,070 877 731 518 529 458 400 Ps (P5i) 535 475 414 358 309 268 234 205 181 160 a (radians) 0.94 102 1.08 1.13 1.17 1,21 1.24 126 1.29 1.30 8 (radians) 0,37 0.29 0.24 0,19 0.16 014 0-12 0.10 0.09 008 Z (n) 4.84 497 5 136 5.11 5.16 5.19 5.21 5.23 5.24 5.26 M (R4bsm) 10,481 6.006 6,286 5,051 4,141 3,452 2,920 2,501 2,165 1,892 R (m,m) 31316 2,641 2,134 1,751 1,456 1,228 1,047 903 785 689 Ps (Rill 474 449 411 370 329 293 264 232 207 186 a (radians) 0 R3 0 97 n 99 104 1 nq 1.13 1 97 1.19 1 72 1.24 iQ (radians) 0.38 0.32 0.26 0.22 0.19 0.16 0.14 0.12 0.10 0.09 z 0t) 5.81 6.02 6.16 6.26 6.34 6.39 6.44 6.47 6.50 5.52 M (R-lbsm) 18,145 14„227 11,385 9,280 7,689 6,463 5,502 4,736 4,117 3,610 R msm) 4,328 3,571 2,964 2,482 2,099 1,792 1,544 1,341 1,175 1,037 Ps 1psf) 404 403 386 360 331 302 274 248 225 204 a (radians) 0.75 0.83 0.90 0,96 1.01 1.06 1.10 1,13 1,16 118 12 0 (radians) 0.38 0.33 0.28 0.24 0,20 0.18 0,15 0.13 0.12 0.11 z 01) 6.68 6.97 7.18 7.34 746 755 7.61 7.67 7.71 7.75 M (n-rbslh) 27,703 22,237 18,121 14,980 12,550 10,641 9,121 7,895 6,894 6,068 R pbsm) 5,207 4,424 3,763 3,214 2,762 2,385 2,080 1,823 1,609 1,427 Ps !Pill 338 351 349 337 319 298 276 255 234 215 a (radians) 0.68 0.76 0.83 0.89 0.94 0.99 1.03 1.07 110 1.13 14 (S (radians) 0.38 0.333 0,28 0.25 0.22 0.19 0.17 0.15 013 0.12 z in) 7.46 7.85 8.13 8.35 8.51 8.64 8.74 8.82 8.89 8.94 M (ff-1bsen) 38,880 31,836 26,395 22,115 18,729 16,021 13,831 12,043 10,568 9,339 R iftm) 5,948 5,178 4,499 3,913 3,414 2,990 2,631 2,327 2,068 1,647 Ps iW 280 301 310 308 300 286 271 254 237 220 a (radians) 0,62 0.70 0.77 0.83 0.88 0.93 0.97 1.01 1.04 1.07 16 R (radians) 0,36 0.321 0.28 0.25 0.22 0.20 0.18 0.16 0.14 0,13 z (n) 8,17 8.64 9.01 9.29 9.51 9.68 9.82 9.93 10.03 10.10 M (n-Iba/n) 51,411 42,880 36,066 30,598 26,183 22.590 19,644 17,207 15,175 13,468 R {[been) 6,563 5,829 5,158 4,560 4,034 3,576 3,179 2,837 2,540 2,284 G1JIDELINES FOR TEMPORARY SHORING, Published October 25, 2004 A-3 r r CHART A continued #in This chart identifies the active pressure and resulting forces due to E80 iiveload See"SAMPLE PROBLEM"sheet For definitions of variables and equations. 1.Select distance S from track centerline to face of shoring. ' 2.Select depth H?below base of tie. e f 3.Read Ps,M,R and s from the table- t '""� r.fpi 4.Use the procedure outlined in the sample problem to determine values at non tabulated points. i, o h.Ps= 2i9sinQ cos{2")] where q= 1778 psf Boussines surcha a ressure E80 live load for H =0 - Depth below top of Horizontal distance(S)from sharing to track CL measured at a right angle shoring Fh(R) Variables 12 14 16 18 20 22 24 26 28 30 Ps (psi) 231 256 271 277 276 269 259 247 234 220 u (radians) 0.57 0.64 0,71 0.77 0.82 0.87 0.92 0.95 0.99 1-02 18 l3 (radians) 0.35 0.31 0.28 0.25 0.23 020 0.18 0.16 0.15 0.13 Z (it) 8.80 9.37 9.81 10.18 10.44 10.67 10.85 11 00 1112 11.27 M (rt-ksM) 65,062 55,110 46,976 40,313 34,834 30,304 26,536 23,384 20,728 18,477 R msm) 7,072 6,386 5,739 5,145 4,609 4,132 3,710 3,338 3,012 2,725 Ps (psi) 191 217 236 246 250 249 244 237 227 217 U (radians) 0-52 0,59 0.66 0.72 0.77 0.82 0.87 0.91 0.94 0.98 20 (j (radians) 0.33 0.30 0.28 0.25 0-23 0.21 0.19 0.17 0.16 0.14 Z (f4) 9.37 10.03 10.56 10,98 11.32 11.59 11.82 12.01 12,16 12.30 M (flabslR) 79,641 68,368 58,973 51,137 44,586 39,093 34,465 30,546 27,216 24,367 _- R (Ybslft) 7,493 6,859 6,245 5,668 5,135 4,651 4,214 3,822 3,474 3,163 i Ps 05f 159 184 204 217 225 228 227 223 217 210 u triidians) 0,49 0.55 0.62 0.67 0.73 0.77 0.82 D.86 0.90 0.93 �2 (S (radians) 031 0.29 0.27 0.25 0.23 0.21 0.19 0.17 0.16 0.14 r, z IRI 9.69 10.64 11.244 11,73 12.14 12.47 12,74 12.97 13.17 13,33 M lfe-+txsrn) 94,986 82,497 71,913 62,945 55,341 48,879 43,370 38,658 34,611 31,122 R Ilb&M) 7,842 7,260 8,684 6,131 5,611 5,128 4,685 4,283 3,918 3,590 Ps tpsf 133 157 176 191 202 207 210 209 206 201 a (tatfar%) 0.45 0.52 0.56 0.63 0.68 0.73 0.78 082 0,85 0,89 24 Q (radians) 0.30 0,28 0,26 D.24 0.22 0.20 0,19 0.17 0.16 0.15 IR 1 10.35 11-19 11.07 12.44 12.90 13.29 13.62 13.89 1413 14.32 M (rtabSM) 110,969 97,3615 85,670 75,625 66,997 59,577 53,183 47,661 42,875 38,716 R obsm) 8,132 7,600 7,064 6,540 6,037 5,564 5,122 4,715 4,342 4,001 Ps (ass) 112 134 153 168 180 188 192 194 193 191 U (radians) 4.42 0.4B 0.54 0.60 0.55 0.69 0.74 0-78 0.82 0,85 ?6 l3 (radians) 0,28 0.27 0.25 0.23 0.22 020 0.19 0.17 4.16 0.15 Z 111) 10.78 11.69 12.45 13-09 13.62 14.07 1444 14.77 15.04 15,28 M Ifl-1b-sJR) 127,485 112,863 100,135 89,071 79,460 71,105 63,836 57,499 51,963 47,113 R Iib&M 8,376 7,890 7,393 6,899 6,418 5,959 5,524 5,118 4,741 4,393 Ps (p) 94 114 132 148 160 169 175 179 100 180 a (radian O 0.40 0.46 0,51 0.56 0.61 0.66 0.70 0.74 0.78 0.81 28 Iradans) 0.27 0.26 0,24 0.23 0.21 0.20 0.19 0.17 0,16 0.15 Z (1) 11.17 12.16 12.99 13.70 14.29 14.80 15.23 15.60 15.91 16.19 M Ift-ft-f;) 144,448 128„895 115,211 103,191 924642 83,365 75,258 68,113 61,823 56,274 R Iibsm) 8,581 8,137 7,677 7,214 8,758 6,315 5,892 5,491 5,115 4,754 Ps 1W) 80 98 115 130 142 152 160 165 167 168 a (radians) 037 0.43 0.48 0.53 0.58 0.63 0.67 0.71 0.74 0.78 30 0 ;radians) 0.26 0,25 0.23 0.22 021 0.20 0.18 0.17 0,16 0.15 Z lf4 11.52 12.59 13A9 14.26 14.92 15,48 15.97 16.38 16.75 17.06 M (fi-ra%M) 161,789 145,388 130.819 117,903 106,466 96,343 B7,381 79,443 72,404 66,153 R (lb-) 8,755 8,349 7,925 7,492 7,060 6,636 6,227 5,834 5,462 5,112 Ps (ate 69 85 101 115 127 137 145 151 165 1ST er (radians) 0.36 0.41 0.46 0.51 0.55 0.60 0.64 0.68 0.71 0.75 32 (j [radians) 0.25 0.24 D 22 0.21 0.20 0.19 0.18 0.17 0.16 0.15 Z (it) 11.85 12.98 13.95 14.79 15.51 16.13 16.67 17.13 17.54 17,89 M M.'baln) 179,452 162,274 146.888 133,136 120,859 109,909 100,144 91,432 83,655 76,706 f R (Ybsm) 8,904 8,532 0,140 7,736 7,329 6,925 5,531 6,150 5,785 5,438 GUIDELINES FOR TEMPORARY SHORING, Published October 25,2004 A-3 GUIDELINE & WEBSITE DIRECTORY BNSF guidelines are as follows: a. Guidelines for Design and Construction of Grade Separation Structures. UPRR guidelines are as follows: a. Underpass Structures — "Guidelines for Design and Construction of Grade Separation Underpass Structures." b. Overhead Grade Separation} — "Guidelines for design of Highway Separation Structures Over Railroad (Overhead Grade Separation)." c. Demolition— "Guidelines for Preparation of a Bridge Demolition and Removal Plan for Structures Over Railroad." d. Shoofly— "Guidelines for Design and Construction of Shoofly (Detour) Tracks." e. Fiber Optic — "UPRR Fiber Ootic Engineering, Construction And Maintenance Standards." 111/2002 f. Pipeline— "Pipeline Installation" available at www.uprr.com. g. Industry Track—"Technical Specification for Construction of Industrial Tracks" WEBSITE DIRECTORY: 1. www.astm.org 2. www.arema.org 3. www.bnsf.corn 4. www.pilespecs.com 5. www.uprr_com GUIDELINES FORT EMPORARVSHORING,Published October 25,2004 R-5 I" rr- �. AREMA Table 8-20.1. Granular Soils Descriptive Term for Relative Density Standard Penetration Test Blows per Foot"N" Very Loose 0-4 Loose 4-10 Medium 10-30 Dense 30-50 Very Dense [Iver 50 AREMA Table 8-20-2. Silt and Clay Soils Descriptive Term for Consistency [lneoufined Compressive Strength Tons per Square Foot Very Sod Less than 0.25 Soft 0.25-0.50 Medium 0.50-1.00 Stiff' 1.00-2.00 Very Stiff 2.00-4.00 Hard Over 4.00 AREMA Table 8-20-3. Unit Weights of Soils,and Coefficients of Earth Pressure r� Coefficient of Active Earth Pressure, Coefficient of Passive Unit Weight of Moist Unit Weight of KA Earth Pressure,Kp Soil,Y Submerged Soil,Y' Friction Type of (Note 1) (Vale 1) Friction Angles For Angles Soil For For Soils (Note 2) Soils in (Note 2) Backfill in Place PlaceMinimum Maximum Minimum Maximum 4. $ � $ (1) (2) (3) (4) (5) (6) (7) (8) (9) (10) (11) (12) Clean Sand: Dense 110 140 65 78 0.20 38 20 9.0 38 25 Medium 110 130 60 68 0.25 34 17 7.0 34 23 Loose 90 125 56 63 0.35 0.30 30 15 5.0 30 20 Silty Sand: Dense 110 150 70 88 0.25 7.0 Medium 95 130 60 68 0.30 5.0 Loose 80 125 50 63 0,50 0.35 3.0 Silt and Clay 165(1+w) 103 100 1- q" t+ q" (Note 3) 1+2.65w 1+2.65w p +yz p+Y-z Nate 1: In pounds per cubic foot. Note 2- These angles,expressed in degrees,are ck the angle of i Aemal friction,and b,the angle of wal I friction,and are Md in estimating the coefficients under which they are listed. Note 3; The symbol y represents y or y',whichever is applicable;P is the effective unit pressure on the top surface of the stratum,;q„is the unconfined compressive strength;w is the natural water content,in percentage of dry weight;and z is the depth Wow the top surface of the stratum. GUIDELFNES FOR TEMPORARY SII©RING Published October 25,2004 A-6 F General criteria: Pr a. Design loads to be based on the ARFMA manual and Cooper E80 loading. b. Pressure due to embankment surcharges. c. ASTM designation and yield strength for each material. d. Maximum allowable bending stress for steel is 0. 55Fy. e. Temporary overstress allowances are not acceptable. f. All timber members shall be Douglas Fir Grade 2 or better. g. Insitu soil classification. h. Bockf i l l soil classification. i. Internal angle of friction and unit weight of soil, j. Active and passive soil coefficients. k. Bockf 11 1 compacted to a m I n i mum of 95% Proctor dens i ty per ASTM R- 1557. 1. Slopes without sharing shall not be steeper than 2 horizontal to i Vertical. m. Dredge line P I Pvot i on. n. Shoring deflection to be calculated and meet Railroad requirements. Miscellaneous: a. Project name, location, GPS coordinates, track owner, Rai I road I ne segment, milepost and subdivision in the title block. b. Procedure outlining the installation and removal of the temporary shoring system. c. General notes specifying material requirements, design data, details, dimensions and cross-sections, sequence of construction etc. d. A description of tieback installation including drilling, grouting, stressing information and testing procedures, anchor capacity, type of tendon, anchorage hardware, minimum unbonded lengths, minimum anchor lengths, angle of installation, tieback locations and spacing. e. All details for construction of drainage facilities associated with the shoring system shall be clearly indicated. f. Details and descriptions of all shoring system members and connection details. g. Settlement and displacement calculations. h. Handrail and protective fence details along the excovotions. 1. Drawings must be signed and stamped by a Licensed Professional Engineer, registered in the state where the work will be performed. j. Call before you dig number. k. Construction cleoranccs diagram as shown below. 0 TOP Of NO CONSTRUCTION ACTIVITIES RAIL OR OTHER OBSTRUCTIONS MAY BE PLACED WITHIN THESE LIMITS. *ADD 1.5 INCHES PER DEGREE OF TRACK CURVATURE To THE HORIZONTAL ' #12.0' CLEARANCE DISTANCE. q OF RAIL MINIMUM CONSTRUCTION CLEARANCES DESIGN BY: NAME & LOGO OF ENGINEERING FIRM OR (NORMAL TO RAILROAD) DRAWN BY: PROJECT OWNER Not to scale SCALE: GENERAL CRITERIA AND MISCELLANEOUS DRAWING NO. SHEET: I of 3 RR M.P. SUBDIVISION DOT": CITY COUNTY STATE DATE: PROJECT NAME & LOCATION GLJ1DE7,INES FOR TEMPORARY SHORING Publisbed October 2S,2404 A-7 General pian view should show: a. Railroad right-of-way and North arrow. b. Position of all Railroad tracks and identify each track as mainline, siding, spur, etc. c. Spacing between all existing tracks. d. Location of all access roadways, drainage ditches and direction of flow. e. Footprint of proposed structure, proposed shoring system and any existing structures if applicable, f. Proposed horizontal construction clearances. The minimum allowable is 12 feet measured at a right angle from centerline of track. g. Location of existing and proposed utilities. h. Drawings must be signed and stamped by a Licensed Professional Engineer, registered in the state where the work will be performed. i. Railroad and other "CALL BEFORE YOU DIG" numbers. j. Detailed view of sharing along with controlling elevations and dimensions. DESIGN BY: NAME & LOGO OF ENGINEERING FIRM OR DRAWN BY. PROJECT OWNER SCALE: GENERAL FLAN VIEW DRAWING NO: SHEET: Z OF 3 RR M.P. SUBDIVISION DOT`: city COUNTY STATE DATE. PROJECT NAME & LOCATION GUTHELINES FOR TEMPORARY SHORING Published October 2S,2004 A-9 I 1 C Typical section and elevation should show: a. Top of rail elevotlons for all tracks. b. Offset from the face of shoring system to the centerline of all tracks at all changes in horizontal alignment. c. All structural components, controlling elevations and dimension's of shoring system. d. All drainage ditches and controlling dimensions. e. All slopes, existing structures and other facilities which may surcharge the sharing system. f. Location of all existing and proposed utilities. g. Total depth of sharing system. 1 i r DESIGN BY: NAME & LOGO OF ENGINEERING FIRM OR DRAWN BY; PROJECT OWNER SCALE: TYPICAL SECTION & ELEVATION VIEW DRAWING NO; SHEET: 3 al 3 RR M.P. SUBDIVISION DOT'; I CITY COUNTY STATE DATE: PROJECT NAME & LOCATION GLTIDEILINIES FOR TEIv ORARY SHORING Published October 25,2004 A-9