Loading...
HomeMy WebLinkAboutContract 43081CITY SECRETARY v' D.O.E. FILE CONTRACTOR'S BONDING CO. CCU NE `''RUCTION'S COPY G '`"41 DEPARTMENT FORT WORTH CITY SECRETARY CONTRACT NO. SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 2008 CAPITAL IMPROVEMENT PROGRAM (COUNCIL DISTRICT 8), PART 2 Pavement Reconstruction and Water Replacement CONTRACT 8B CITY PROJECT No. 01276, DOE NO. 6484 MAY STREET (FROM W. TERRELL AVE. TO W. CANNON ST.) LEUDA AVENUE (FROM S. JENNINGS AVE. TO ST. LOUIS AVE.) MULKEY STREET (FROM S. JONES ST. TO 1-35 W) MARION STREET (FROM I-35 W TO EVANS AVE.) ILLINOIS AVENUE (FROM E. PULASKI ST. TO E. TERRELL ST.) TPW No. C204-541200-208400127683 Water No. P253-541200-608170127683 FILE NO. X-21286, K-2122 DECEMBER 2011 T.M. Higgins City Manager Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Fernando Costa Director, Parks and Community Services Department Betsy Price Mayor S. Frank Crumb, P.E. Director, Water Department PREPARED BY: ' NICHOL�5 TBPE REG F-2144 OFFICIAL RECORD C!TY SECRETARY Ft WORTH, TX � , . , , �� � ,� SECTION 10 ADDENDA No. 1 attaching it to the Contract Documents (inside). Note receipt of tlus Addendum in the Bid Proposal and on the outer envelope of your bid. 1. -Plans _ _ _ - ---- _ - - __ Section 10 - 1 ADDENDA Page 1 of 3 2008 CAPITAL IMPROVEMENT PROGRAM (COUNCIL DISTRICT 8) PART 2, Conh act 8B Pavement Reconstruction and Water Replacement �,,�t�''� CITY PROJECT No. 01276, DOE NO. 6484 �, ��,��`��°^`"` "�''°�;����' TPW No. C204-541200-208400127683 �'"�* � �'4'ater No. P253-541200-708170127683 ��� .* .:�.c,««.t,.���a>��#. CHRIS B. B�SCO FILE NO. X-21286, K-2122 �,�,.�79 ��.. � � �Q�������5������� Issue Date: January 5, 2012 ���� �����,�� �7�/� '1 This addendum forms part of the Contract Documents referenced above and modifies the origival I51 a°�� Contract Documents. Acknowledge receipt of this Addendum by signing in the space below aud �1 1 2 3 4 S 6 7 � 9 io �i 12 13 14 IS 16 17 18 a. Retaining Wall Layout — sheet 25 shall be modified to match descriptiou below: 19 i. The heights of t��vo points ou the wall were revised fi•om 5' to 0.5' at 20 station 11+61.50 and station 111+65.00 on the retainiug wall sheet for 21 May Street and Illiuois Avenue. 22 U. Typical Sections — sheei 26 shall be modified to inatch sheet uploaded to 23 buzzsaw: i. The widths of the streets were adjusted to match the table below and the subgrade treatment percentage was modified froin 10% to 8% lime by weight. 24 2S 2b Nlay 30' B-B Marion I 30' S-B Leuda 29'B-B Mulkey 29' B-B Illinois 27' B-s ` 27 I�� i. I . ` ... _� CITY OF FORT WORTH STANDARD CONSIRUCTION SPECiFICATION DOCUMENTS Revised July 1, 2011 CII'_2008-8B, Part 2 ii'- <' - . 01276 �� Section 10 - 2 ADDENDA Page 2 of 3 c. Retauiing Wall Detail — sheet 32 shall be modified to match sl�eet uploaded to buzzsa��: i. The detail previously shown was removed and the sl�eet was modified to reference the City's standard sidewalk/retainiug wall combined. 1 2 2. Bid Proposal a. Water Im�rovements — Modify previous water proposal to match cunent proposal attached. i. 11'Iodify pavement-2inch HMAC on 6 iuch Flex Base- quantity fi om 2330 SF to 3430 LF ii. Delete Item Miscellaneous — Install (cleaning pig) b. Paving Improvements — Madify �revious paving proposal to match current proposat attached i. Modify Topsoil and seeding to Topsoil only aud Moclify the quantity from-5650-SY- to 630 CY ii. Modify Retaining Wall quantity from 70 CY to 3S CY iii. Modify Subgrade Lime for Stabilization froin 281bs/sy to 451bs/sy and the quantity from 145 TON to 240 TON iv. Modify Walk -4ft to Walk varies 4-Sft v. Modify Sign-Address on Curb from 29 EA to 49 EA vi. Detete Item Tree Removal vii. Add �tem �idewal� ALA ram�s 23 EA c. Bid Scliedule — Modify concrete sheugth froin 3000 psi to 3600 psi shength 3. Speciai Provisions for Street and Storm Drain Improvements a. Table of Contents Page SP-2— Modify Silicon Joint Sealant from Pay Item to Nou Pay Item. Silicou Joiut Sealant is subsidiary to the project. b, Add Pay Item Description Speed Cushions a. Nlodify Concrete Cracic Acceptance non-pay itezn with new description included in this addendum. 3 � 5 6 7 8 9 t0 tl 12 13 14 IS l6 l7 18 19 ?p ?� ?2 7� �4 25 �� 27 2S 29 CITY OP' PORT WORT1i STANDARD CONSTRUCTION SPECIFICATION DOCUA�NTS Revised July I, 2011 CIP 2008-8B, Part 2 01276 Section 10 - 3 ADDENDA Page 3 of 3 1 All other provisions of the contract documents, plans and speci�ication shall remain unchanged. 2 Failure to retuiu a signed copy of the addendum with the Proposal shall be grouuds for rendering 3 the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the 4 time of bid subnuttal. 5 Rece' � lulowledged: 6 13y• - �i - i�.,t��)i� � � 7 Compa y: �(, � / � . � g �`'� �� �, �i ; t�,C�END OF SECTION CITY OF FORT \VORTH STANDARD COIQSTRUCTION SPL'CIFICATION DOCUA4ENTS Revised July l, 2011 CIP 2008-BB, Part 2 01276 ,� �' N a � �_ N Q a �" O ' � m � "U A c �� � a' N a z c � d Ud � O O �' N � � a a� Ud �� �r_ � � 'c >O� � '� �- o y.d ._ Q U � � �in _ O� L Ua� a (n � N � N U 0 a` � � U � m � � 0 � E» � ss � cs� v� va E» v� E» v� cfl s� v� E» � v� E» E» v� En ._ c � = U �- 'C �a 0 � � o 0 0 0 0 0 0 0 o g o 0 0 0� o� o 0 0 0 tGp � �•�i m o 0 o m v � � � o o � � � a d � o 0 � a v N v m �i vm � � N � � m in � m m a d " E E o � N �jj LL tL } U U �- V C IL IL tL LL L U U U lt N Ll L •� U N R 10 � = cd = C � = W W � W � C = _ � W W W W G ? C W C J J J CJ �l J J J J - J J J LL m J N _ _ � � m � C Q C � o � m o O � �. a E m m � — v — V l0 � d N _ � U Q1 � � � _ 0 2 � V _ m a C — _ _ @ � U f�q K m 7 � m m y � d m i m � _ .. c � a a z LL � � = � � + = o o y � a x � � � a � � U O - p = o x x a > o c o _ s " m m m 3 m m o m o � � m u o y m = = c c m � 3 E �n a �n Q E � �° � t � � m > > F`° ' t" a in j � _ � � � Q L 0 C C C � y � C C yt C o m czi � = � ~ m o? co � m `m � � c� 5 � a c 2 � t o m N m d> m m � U'� U'� c°'i u c°'i � � d 4' N U C G E U �'n 'm m u=, c U V . . . .a � � C m � � N X C — C c � Z Z a 0�l � N c, v v v` K m° � m m m m o m � in rn �n � c E o � `� x x + u. a a a n. � � c.� m a d m m ?? m d> de > > > S' ?' � n' o in t`� a in iL ii a � 'a 'a 'a 'a 'a > > > � � � ci � � U U " d d � c U (.� c U o c a °' � m o � 2 Z s � o .Z .Z o o a a � d � — � m o in o O rL tn vl ¢ fn ril ¢ � U N a E � Z m M1 cv �n <c � o m m m r �o in �n c� m m v a o ro v v u`ti vai o uu'i utOi �n �o a � r� � � � � � m N 0 0 0 o a o 0 0 o a o 0 0 0 0 0 0 0 0 o s Uo 0 0 0 0 0 0 0 0 0 0 o q o 0 o c� c2 0 0 � 0 � � � O � O � � 0 � � O ❑ � O � O � O O � m m m m m m m m m m m m m m m m m m m m m � � a v a � 'n � 7 N m v u� �o r m o N �n v in �c � m m o � z N N ++ y ,a c m � c� .� � N i F- 'a W � � � aN x � � Q a Q O � l9 m � �U �� n � m �-- � .� z d a O E U> � O � Q o E N m 1 C 0. _1 � U� co °- 'yC.� N .«. L. r •C . � 0 � O �U. y ' U •.-' � 4I N .�.'�+' �O � i.� a � N t7 N �*y- x 0 a � U v_ im o � � o � � o � o � t`ra v� ca F» � cs � H s3 va � e3 � � v� ea �3 Ea ca ca aa = v�i o � � f � � a � � O r 0 0 0 0 "' Q � N � � O� O O O O � O O O O O O �. � O O � � o p � � C�') (�D 7 � MW � N � O � � N � N .� O l7 � n' � N N � 'O 'O � � � O O p E p N N � EN O O O a1°i } �j LL' W �- } li �- >- } >- � .r_ .c �- �- .c u- .c .c .c � o a m m� � o � � � o � � � �n � m m d co m m � a � � � m :B m � � .o � ~ W ttJ > j W � LLJ W W �' U J � � J U _I fn fA V N (7 � f/� .0 � G N t9 N �N C � .O U C .m � � O r V — �' <j � O i0 ,�p N N N C m � C � C � � � C a a� a �� �` �`� 3 � U � .a :9 � .°c $ � 2 y v� m e� o =° _ � `T � > o � � � p O 1 5 m N a�l d � N .�` w � � ro N " 1 v c i � o — p U � 'O � a � p _ 4 .a � y c v y E o c c E tq � c m� � � c o � � S � V � y J o t rn c � c U 1 E t t t t � c=i �� � � m c aNi Cf 1 �- c I a � N o � c m m � = ro c S E �y � o ti ro t � � w 5 c t co 'S � � �; F� -�, o� � � . � � � ¢ Q � . � S � � T T � � (7 C G C O d m ,0 �. O m C � 1 U �u w c c m d m v. v 5 0 cs v x 'o 0 3 3 c 'c �d E E E `� `.°- m n- t �f' `C � —y Q .°n N � 61 N � '� � m C1 O m �) 'C 'C Y Y Y Y U G pd � > > N N � N N N > j Ol Of l0 CJ (6 t0 N m �f0 t- r o` o` � � c� a a a cn u� in 'v� � � � � � rn � � � y � � � y � � � y m � a � � m � � � � � � � m v � � � � � � � .� yo 0 0 0 0 � o o Q c.� � E c� o 0 0 0 0 � c�i � � � a�i �o ° m p m a Q � � -� in in � o 0 0 � � � � � � U � � U N � U U U � m E � t� N d' N r d- N N d' �O �O d' 6� O h c0 c� h Z 'V' c0 O O N N 1� h c0 G� O O N c� N D7 N O O �p C' C' V' C' V' 'V' 'V' 'V' V' V LL7 Lf> tl'J � N N O C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 �o 0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 0 0 0 0 y 0 0 0 � � O � � O 0 � � � � 0 � 0 O O O 0 � m m m m'm m m'm m m m m m m m m m m m'm m � U Y � �1 a— a; � 3 3 � � � � � � � m � m a�'i a3i a3i ro a"o s .r .Y .� t'o �'v �'a 'm 'm m in u) p p v v � � � � 'tn `m `m `m `w w m c� -o � a a a a a a a n. a a b b T�. �, T� � 4 G N C� N y'U m al � `� N td t7 i= tn �� a e°�� o � m r� � o m � d tro F�`- z � � � ¢ � � � in in in m in �n in rn u� �n � � 3 � � ;a � o � �, ��, -� n� ti�� o Y z N M 4' 47 CJ t� W 7 N N m — N a 0 0 �ri 0 rn oi � � .0 � N L i"' v m R 0 F- N � N OI N a SID SCHEDULE For Project: 2008 CAPITAL IMPROVEMENT PROGRAM— PART 2 Pavemen# Reconstruction and Water Replacement CONTRACT 8B CITY PR0IECT No. 01276, DOE NO. 6484 MAY STREET (FROM W. TERRELL AVE. TO W. CANNQN ST.} lEDUA AVENUE (FROM S. JENNINGS AVE. TO ST. LOUIS AVE.) MULKEY STREET (FROM S. JONES ST. TO_ I-35 W) MARION STREET (FROM 1-35 W TO EVANS AVE.) ILLINOIS AVENUE (FROM E. PULASKI ST: TO E. TERRELL ST.) TPW No. C204-541200-208400127683 Waier No: P253-541200-708170127683 FILE NO. X-21282, K-2122 B1D SCHEDULE NOTE IiEM �_ CPMS Record No. BID-00099, Sfiorm Water Pollution Prevention Plan —(ess than 1 AC � Install. A storm Water Pollution Prevention Plan has been prepared and 1' is available for review at the Department of Transportation and Public Works front desk. 2. CPMS Record No. BIR-00452, P�vement-7 Inch-Non Green Cen�ent ^' Install. This item shall have a 28-day, minirrium compression strength of at least 3600 psi. 3. The City Inspector shall keep all Quality Control Records of compaction and stabilization ratia. CPMS Record No. BID-00407 & BID-00408, When possible, the Contractor shall salvage existing materials for reuse in the replacement or repair of damaged or 4' removed items. See Special Provisions for 5treet and Storm Drain Improvements items 56, Page SP-23 Description of Bid Items Added to Special Provisions 63. PAY ITEM — SPEED CUSHIONS � INSTALL (BID-00121): The Contractor shall replace the existing speed bumps/cushions with Traffic Logix speed cushions or equivalent as deemed acceptable by the Engineer. A unit price bid per each has been assigned to this item (see Proposa(). The assigned unit price will be full payment for materials inciuding all labor, equipment, tools and incidentals necessary to complete the work. 72. NON-PAY 1TEM - ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT: The concrete pavement acceptance policy shail be as follows: A. Penalty for Defcient Pavement ihickness. There shall be no acceptance of deficient pavement thickness other than the tolerances specified below. 1. Pavement thickness deficiency up to 0.25-inch will be considered as satisfactory and the coniract unit price wili be used for payment if the average thickness within the project meets or exceeds the specified designed thickness. 2. Deficiencies of greater than 0.25-inch shall be removed and replaced with pavement of plan ihi�kness at contractor's-entire �xpense. B. Cracked Concrete Acceptance Policy. The criteria for acceptance or rejection of reinforced concrete that is cracked is as follows: If cracks exist in concrete pavement upon completion of the project, the Project Inspector shall make a determination as to the need for action to address the cracking as to its cause and recommended remedial woric. If the recommended remedial work is routing and sealing of the cracks to protect the subgrade, the inspector and acceptance or ai any time prior to the end of the project maintenance period. The Contractor shall preform the routing and sealing woric as directed by the Project Inspector, at no cost to the Cify, regardless of the cause of the cracking. If remedial work beyond routing and sealin� is determined to be necessary, the lnspector and the Contractor will attempt to agree on the cause of fhe cracicing. If agreement is reached that the cracking is due to deficient maferiais or workmanship, the Contractor shall perform the remedial work ai no cost to the City. Remedial work in this case shall be limited to removing and replacing the deficient work with new maferial and worlcmanship that meets the requirements of fhe contract. If remediat work beyond routing and sealing is determined to be necessary, and the Inspector and ihe Contractor agree that the cause of the cracking is not deficient materials or workmanship, the City may request the Contractor to provide an estimate of the cost of the necessary remedial CIP Project 8U — Part 2 01276 work and/or additionai work to address the cause of the cracking, and the Contractor will perfarm that work at the agreed-upon price if the City elects to do so. If the geotechnical engineer determines that the primary cause of a structural crack is due to Contractor's deficient material or workmanship, the deficient concrete pavement will be removed and repfaced af Contractor's entire expense and the Contractor will aiso pay the City for the balance of the cost of the geotechnical investigation over and above the amaunt that has previously been escrowed. If.the geotechnical engineer determines that the primary cause of the strucfural crack is not due to Contractor's deficient material or workmanship, the concrefe pavement will not be removed and replaced without additional compensation to the Contractor. In turn, the Contractor's escrowed funds, as described above, will be released. CIP Project 8b — Part 2 01276 6" (TYP.) 0 0 N 1 lh" SQUARE, PERFORATED TUBING 3,6" 0x3" TAP BOLT, 34" HEX NUT, 34" I.D. FLAT WASHER 1 3/a" SQUARE, PERFORATED TUBING SLEEVE (TYP.) 4'-0" (TYP.) VARIES (2"-4") • T- -i - z 0 0 0 N) 1 12", (TYP.) NOTES: 1. BARRICADE SHALL CONFORM TO THE TEXAS MUTCD. 2. LENGTH SHALL BE GIVEN ON PLANS IN MULTIPLES OF 4'-0". 3. VERTICAL SUPPORTS MAY BE OF EQUAL ALTERNATE DESIGN, ONLY IF APPROVED BY THE ENGINEER. 4. MINIMUM BARRICADE LENGTH SHALL BE THE STREET WIDTH MINUS 2'-0". EACH ROADWAY, OF A DIVIDED HIGHWAY, SHALL BE BARRICADED IN THE SAME MANNER. FORT WORTH VARIES (SEE NOTE 4) _ 74 "0 PERFORATIONS CAD 1" O.C., TYP. 4 SIDES, ALL SIZES 0 34" 0 CARRIAGE BOLT, 34" HEX NUT, V" I.D. FLAT WASHER FIELD DRILL ''f6'0 MOUNTING HOLE VARIES, —� FIELD VERIFY WIDTH OF REFLECTIVE SHEETING (7" MIN.) HOLE SHALL] BE CENTERED UNREINFORCED CONCRETE FOOTING REFLECTIVE SHEETING DETAIL CITY OF FORT WORTH, TEXAS END OF ROAD BARRICADE DATE: 08-2006 STR-013 I L > $ �a� 4�z �� `o ;� - �x�� �ayo' `r'ao zCaao 15.DD' _ _ ISLOPE VARIES 6�1 MAX PGL(LT)� I I SEE CROSS SECTION SHEETS , � I I TAldPED TOPSOIL—�` '` � � TAMPED SELECT 1 � I I BACKFILL , � 7" MONOLITHIC CURB AND GUTTER (TYP.) SEE DETAIL ON SHEET 34 — 11.50' ISLOPE VARIES 6�IMAX P GL<L T)� I SEE CROSS SECTION SHEETS I TAMPED TOPSOIL�' i TAMPED SELECT _� BACKFILL 7" MONOLITHIC CURB AN GUTTER (TYPJ SEE DET1 ON SHEET 34 13.50' I � SLOPE VARIES 6�1 MAX PGL(L7; I SEE CROSS SECTION SHEETS i TAMPED TOPSOIL—� � TAMPED SELECT _,� BACKFILL 7" MONOLITHIC CURB ANI GUTTER (TYP.) SEE DET/ ON SHEET 34 Offica� Fart Wvlh FT109267 �ate- 01�05�2012 - OB�IS:N AU User Ije Fie� Ntit�Drovngs� REVISIONS � a�v,sco setnas io unia pur+�sa+s sxovr+ w Puw � �NICHOLS 4oss i�i.��aip�aia�a:o, s�i� 200 For� Worlh, TX 7610 9-4 89 5 Phone - �9171 775-7300 Fax - (817) 735-7191 We6 - a�x,freese.com OF ���1 { � 5��`��..... rf.�S�1 ��.� � .*��� r� %" cr�zs' 9: eoscof *: • 1 q" �$y 93679 �?i ��,�� l�l�� �.CENS��'G\24.� �f 1 � S � ' N� I l 1 1 1 /OVAL f'�' + / �1���� �� V Freese md tichols,Y+c. i es o s R e¢ s t er e d En gm_ vn g F'vm F- 2144 CITY OF FORT WORTH, TEXAS 'TR.ANSPORTATION AND PUBLIC WORKS TRANSPORTATION PROGRAMMING & CAPITAL PROJECTS DIVISION MAY, LEUDA, MULKEY, MARION, AND ILLINOIS TYPICAL SECTION DESIGNED: TJS I I I DRAWN: iJ5 DATE: SHEET CHECKED: CB DECEMBER / 2011 26 oF 34 � v cn W O O N X � N X W Y � � � p0 �Z JJ ¢z � Q az UO �� OQ N� Section IO - 1 ADDENDA Page i of I a 2 3 4 S � � s 9 10 �l 1 12 13 l4 IS 16 s�cTlarr lo ADDENDA No. 2 200$ CAP°I7['�L �l�/IPR��IEIVIEI°dT PROGIt�41VI (C�i7IV�IL IiI�TRICT 8) PART 2, Contract 8B Pavement Reconstruction ancl Water l�eplacement ��'I"� �'I�OJE�T I�o. 01276, I)CiE I�10. 64$4 TPW No. C204-541200-208400127683 Watei• 1"�to. P253-541200-708170127683 �ILE I�d�. �-21286, I�-2122 Issue Date: January 6, 2012 Tllis addendum foi•ms part of the Contract Doctiments i•eferenced above and mociifies the original Contract Documents. Achnowledge receipt of this Addendum by signing in the space below and attaching it to the Contract Documents (inside). Note receipt of this Addendum in the Bid Proposal and on the onter envelope oiyo�ir bid. 17 1. Bid Proposal l 8 a. Wate�� Improvements — Modify previous water proposal to match current 19 proposalattached. 20 2l i. Delete item "Pipe � Remove" (BID-00080) having a quantity of 2,430 Linear Feet. 22 All other provisions of the contract documents, plans and specification shall remain unchanged. 23 Failure to return a signed copy of the addendum with tiie I'roposal shall be grounds for rendering 2d the bid non-respoiisive. A signed copy c�fthis addendum shall be placed into the Pi•oposal at the 25 time of bid sub�nittal. 26 Rece. 27 By: , 28 Company: 29 zowledged: ��� 1�;��� �� OF SECTION CITY OF FORT W'ORTH STANDARD CONSTRUCTION SPECIF(CA'PION DOCUMENTS 2evised December 6. 2012 �„��o��\q� � � ��P��� O �� T��S� e .� ; ,� � ; ° °; st4� 'd�� °'fp0 �p aos�oo��esee�a�oa�o�aai�w � � DANIEL A. TREMPER � � a� e s�as��oe��rsr�e��oef� o� �O �� �,, 98366 ;°�,`�� 0$�,"�s <��EN�ti,�`����'� �0►090e �.� ,�5�� AL ��� � � � `� .l- .�f � � ��''� � �—l� M12_-. CIP 2008-8B, Part 2 01276 City of Fort Worth Project Manager: GOPAL SAHU, P.E. Project 01276 - CIP - 2008 CONTRACT 8B - PART 2 Unit/Section: Unit I - Water Line Improvements Date City Project # Your Vendor Number Your Company Name Bid Items Line Number 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 1/6/2012 1276 CPMS Record Number Material Description BID-00099 ServiceCS Storm Water Pollution Prevention Plan <than 1 Ac Install BID-00372 ServiceCS Trench Safety System 5 Foot Depth — Install 81D-00442 Asphalt Pavement-2 Inch HMAC on 6 Inch Flex Base -Temporary— Install BID-00493 Rock Subprade-Crushed Limestone For Misc. Placement —Install BID-00546 Iron Fire Hydrant— Install BID-00547 ServiceCS Fire Hydrant— Remove BID-00551 Iron Meter Box -Class A — Install BID-00568 Iron Pioe Fittings- < Than 16 Inch DI Pipe —Install BID-00588 PVC Pioe-Pressure-10 Inch — Install BID-00618 PVC (Pioe-Pressure-8 Inch —Install BID-00617 Iron Pioe-Pressure-8 Inch —Install BID-00616 PVC Pioe-Pressure-6 Inch —Install BID-00715 Iron Valve-10 Inch -Gate Valve w/Box — Install BID-00749 Iron Valve-8 Inch -Gate Valve w/Box — Install BID-00745 Iron 1Valve-6 Inch -Gate Valve w/Box — Install BID-00762 Assembly I Water Service-1 Inch -Tao to Main — Install BID-00758 Copper I Water Service-1 Inch — Install BID-00768 Steel Later Service-2 Inch -Temporary — Install BID-00844 Concrete Curb -Curb 8 Gutter as directed by Inspector — Replace BID-00121 Other Miscellaneous — Install (5/8-inch copper service line on private (LF)) Unit of Measure Lump Sum Linear Foot Linear Foot Cubic Yard Each Each Each Ton Linear Foot Linear Foot Linear Foot Linear Foot Each Each Each Each Linear Foot Lump Sum Linear Foot Each Quantity 1.00 3430.00 3430.00 200.00 6.00 6.00 64.00 2.00 480.00 1870.00 10.00 80.00 2.00 11.00 6.00 64.00 940.00 1.00 160.00 150.00 Your Unit Price Your Bid $ $ I$ $ $ $ $ I$ I$ I$ $ $ $ $ I$ I$ I$ I$ Total Bid This Unit $ 1 � :3 � s � � 4 9 10 �i i� 13 SECTION 10 ADDENDLIM No. 3 Section 10 - 1 ADDENDA Page 1 of 2 2008 CAPITAL I ROVEMENT PROG (COUIVCIL DI5TRICT �) PART 2, Contract 8B Pavement Reconstruction and Water Replacement CITY PROJECT No. 01276, I7�OE 1�T0. 6484 TPW No. C204-541200-208400127683 Water No. P253-541200-708170127683 �ILE 1�t0. X-21286, K-2122 Issue Date: January 10, 2012 14 This addendum forms part of the Contract Documents referenced above and modifies the original 15 Contract Documents. Acknowledge receipt of this Addendum by signing in the space below and � 6 attaching it to the Contract Documents (inside). Note receipt of this Addendum in the Bid 17 Proposal and on the outer envelope of your bid. t� 1. Bid Date 19 a. Bid Date - Bids for this project will be received at the Purchasing Office until 20 1:30 PM, Januaiy 12, 2012 and then publicly opened and read aloud at 2:00 PM 21 in the Council Chambers. z2 23 24 2S 2( s 77 �$ 29 �0 3l 32 33 34 2. Bid Proposal a. Modify item "Miscellaneous � Install (5/8-inch copper service line on private)" {BID-00121) to change unit from EA to LF. (See attached bid proposal) b. Bid Form — Bid form sheets have been included in this contract by this addendum. (See Attached} c. Bid Bond — Bid Bond sheet has been added to this contract by this addendum. (See Attached) d. Vendor Coinpliance to State Law Non Resident Bidder — Vendor Compliance to State Law Non Resident Bidder has been added to this contract oy this addendum. (See Attached) ! 3 , CITY OF FORT PJOR7'H CIP 2008-SB, Part 2 STANDARD CONSTRUCT[ON SPECIPICATION DOCU�l4Elv'TS 01276 Revised July 1, 20I 1 �� 3. Plans �� R section lo - 2 ADDENDA Page 2 of 2 2 a. Concrete Retaining WaII With Sidewalk Detail — As referenced in Addendum 3 No. 1 the detail included in the plans has been removed. The city of Fort Worth 4 standard combination retaining wall / sidewalk detail has been incoiporated into 5 this contract by this addendum (See Attached). 6 4. Special Provisions 7 a. Modify speed cushion pay item to read as follows: "The material to be used for 8 the speed cushions is Hot Mix Asphalt (D - GR IIMA (METI� TY - D PG70 — 9 22). The Hot Mix Asphalt shall be Type D and constructed in accordaiice with 10 TxDOT Item 340. The speed cushions shall be paid for by Each speed cushion i i iustalled (i.e. 3 speed cushions across street at one station location will be paid as 12 a quantity of 3). The dimensions of the speed cushion shall match the detail t 3 attached to this addendum. The assigned unit price will be full payment for i4 materials including all labor, equipment, taols and incidentals necessary to 15 complete the work:" 16 All other provisions of the contxact documents, plans and specification shall remain unchanged. i 7 Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering 18 t.he bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the 19 time of bid submittal. 20 Receipt Acknowledged: ? i By; � - L �' v �, ((�� � �; � � , � 22 Company: � �' � � � % � - ' i� 23 � ( �,� ��� � �D �OF SECTION C[TY OF FORT WORTH STANDARD CONSTI2UCTION SP .F.CIFICATiON DOCUMENTS Revised July I, 2011 CIP 2008-SB, Part 2 01276 City of Fort Worth Project Manager. GOPAL SAHU, P.E. Project 01276 - GIP - 2008 CONTRACT 8B - PART 2 Unit/Section: Unit 1 - Water Line Improvements Date City Project # Your Vendor Number Your Company Name Bid Items Line Number 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 1/10/2012 1276 CPMS Record Number BID-00099 BID-00372 BID-00442 81D-00493 81D-00546 BID-00547 BID-00551 BID-00568 BID-00588 BID-00618 81D-00617 BID-00816 BID-00715 BID-00749 BID-00745 BID-00762 BID-00758 BID-00768 BID-00844 BID-00121 Material Description ServiceCS Storm Water Pollution Prevention Plan <than 1 Ac — Install ServiceCS Trench Safety System 5 Foot Depth — Install Asphalt Pavement-2 Inch HMAC on 6 Inch Flex Base -Temporary — Install Rock Submade-Crushed Limestone For Misc. Placement — Install Iron Fin<Hvdrant —Install ServiceCS Fire Hydrant — Remove Iron Iron PVC PVC Iron PVC Iron Iron Iron Assembly Cooper Steel Concrete Other Meter Box -Class A — Install Pipe Fittings- <Than 16 Inch DI Pipe — Install Pipe-Pressure-10 Inch — Install Pion-Pressure-8 Inch - Install Pipe-Pressure-8 Inch — Install Pipe-Pressure-6 Inch — Install Valve-10 Inch -Gate Valve wfBox — Install Valve-8 Inch -Gate Valve w/8ox — Install Valve-6 Inch -Gate Valve w/Box — Install Water Service-1 Inch -Tao to Main — Install Water Service-1 Inch — Install Water Service-2 Inch -Temporary - Install Curb -Curb & Gutter as directed by Inspector— Replace Miscellaneous ^ Install (5/8-Inch copper service One on private) Unit of Measure Lump Sum 1.00 Linear Foot 3430.00 Linear Foot 3430.00 Cubic Yard 200.00 Each 6.00 Each 6.00 Each 64.00 Ton 2.00 Linear Foot 480.00 Linear Foot 1870.00 Linear Foot 10.00 Linear Foot 80.00 Each 2.00 Each 11.00 Each 6.00 Each 64.00 Linear Foot 940.00 Lump Sum 1.00 Linear Foot 160.00 I' Linear Foot 150.00 I IS Your Unit Quantity Price Your Bid Total Bid This Unit City of Fort Worth Project Manages GOPALSAHU, P.E. Project 01276 - CIP - 2008 CONTRACT 8B - PART 2 UnitlSection: Unit II - Paving Improvements Date City Project S [four Vendor Number 9. Your Company Name I 1/10/2012 1276 Bid Items Item No. Sub Group I CPMS Record Number Material 1 Land -Soil BID-00147 Soil Topsoil - Install Description 2 Park -Site BID-00181 ServiceCS Traffic Control - Install 3 Street -Parkway BID-00402 ServiceCS Driveway - Remove 4 Street -Parkway BID-00404 Concrete (Driveway-6 Inch - Install 5 Street -Parkway I BID-00412 ServiceCS 'Retaining Wall - Remove 6 Street -Parkway BID-00411 Other Retaining Wall - Install 7 Street -Paving BID-00424 ServiceCS Curb & Gutter- Remove 8 Street -Paving BID-00452 Concrete Pavement-7 Inch Concrete - Install ((includes silicone joint sealant)) 9 Street -Paving BID-00471 Asphalt Pavement -Transition -Min 6 Inch HMAC - Install ((SY)) 10 Street -Paving BID-00472 ServiceCS Pavement -Unclassified Street Excavation - Remove 11 Street -Paving BID-00484 Lime Subgrade-8 Inch -Lime Stabilized-45 Ibs/sy - Install 12 Street -Paving BID-00496 Lime Subgrade-Lime for Stabilization - Install 13 Traffic -Sign BID-00506 Steel Sign -Street signs - Install (remove and replace) 14 TraffraSign BID-00504 ( Steel Sign -Project Designation -Install 15 Walkway -Sidewalk BID-00529 ServiceCS Walk - Remove 16 Walkway -Sidewalk BID-00530 Concrete Walk-4 to 5 Ft - Install 17 walkway -Sidewalk BID-01227 Concrete Walk-ADA ramp 18 Walkway -Sidewalk BID-00536 I Concrete Walk -Steps - Install 19 Art -Sign BID-00121 Other Miscellaneous - Install ((ceramic tile house numbers on curb)) 20 Art -Sign BID-00003 ServiceCS Sign -Address on Curb - Install 21 Street -Parkway BID-00407 Assembly 'Mailbox - Install Page 1 of 2 Unit of Measure Quantity Cubic Yard 630.00 Lump Sum 1.00 Square Foot 10445.00 Square Foot 10445.00 Linear Foot 610.00 Cubic Yard ' 35.00 Linear Foot ( 5690.00 Square Yard 9460.00 Square Yard 1890.00 Cubic Yard 9830.00 Square Yard 10320.00 Ton 240.00 Each 5.00 Each 10.00 Square Foot 21600.00 Square Foot 21600.00 Each 23.00 Square Foot 350.00 Each 2.00 Each 49.00 Each 10.00 Your Unit Price Your Bid $1650 $10,395.00 $ $ $ $ $ $350.00 < $3,500.00 Bid Items Item No. Sub Group 22 Street -Paving 23 Drainage -Minor 24 I Street -Paving 25 I Water -Distribution I 26 I Water -Distribution 27 I Sewer -Collection 28 Street -Parkway 29 Street - Erosion GPMS Record Number Material BID-00121 Other BID-00107 Concrete BID-00843 Concrete BID-00847 ServiceCS BID-00848 ServiceCS BID-00849 ServiceCS BID-00414 ServiceCS BID-00467 ServiceCS Description Miscellaneous - Install ((Speed Cushion)) Inlet-15 Ft - Install (Cover Only) Curb-7 Inch - Install Valve Box -Adjustment - Services Meter Box -Adjustment - Services Manhole -Adjustment - Services Utility Adjustment - Repair Erosion Control Page 2 of 2 Your Unit Unit of Measure Quantity Price Each 3,00 Each 2.00 Linear Foot 5510.00 Each 3,00 Each 46.00 Each 10.00 Lump Sum 1.00 LS 1,00 Total Bid This Unit Your Bid $ $300.00 $900.00 $35.00 $1,610.00 $350.00 $3,500.00 $30.000.00 $30,000.00 BID SUMMARY: TOTAL AMOUNT BID FOR UNIT I: WA7ER LINE IMPROVEMENTS Dollars And Cents TOTAL AMOUNT BID FOR UNIT II: PAVING IMPROVEMENTS Dollars And Cents TOTAL AMOUNT BID fOR PROJECT: Dollars And Cents 00 4t o0 am roR�i Page 1 of 3 BID FORM TO: The City Manager c/o; Tl�e Purcl�asing Deparnnent t000 Throekmorton Street City of Fort Vdorth, Texas 76102 i�pR; Contract 8B 2008 CIP, City Project No. 01276, DOE No. 6484 City Project No.: City Project No, 01276 May Street (From W. Terrell Ave. To W. Cannon St.) Leuda Avenue (From S. Jennings Ave. 'I'o St. Louis Ave.) Mulkey Street (From S. Jones St, To I-35 � Marion Street (Prom I-35 To Evans Ave.) Illinios Avenue (From E. Pulaski St To E. Tenell St.) UnitslSecrions; Unit I- Water Line Improvements Unit II - Paving Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the fomi included in the Bidding Documznts to perfonn and furnisi� all Work as specified or indicated in d�e Contract Documents for tl�e Bid Price and within the Contract'Pime indicated in this Bid and in accordance �vith the otlier terms and conditions of the Contract Documents. 2. BIDD�R Acknowledgemenks xnd Certificatimi 2.1. tn submitting this Bid,l3idder accepts all of il�e terms and conditions of the INVITATION TO BIDDEItS and INSTRUCTIONS TO BIDDERS, including without limitarion tliose dealnig ���ith the disposition of Bid Bond. 2,2. I3idder is aware of all costs to provide the required insurttnce, will do so pending cem[ract award, and �vill provide a valid insurance certificate meeting atl requirements within 14 days of notification of award. 23. Bidder certifies tliat diis Bid is genuine and not made in the interest of or on beliaif of any undisclosed individual or entity and is not suUmitted in conformity with any collusive agreement or rules of any group, assaciarion, organizarion, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any otl�er Bidder to suUmit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in comipt, fraudulent, collusive, or coercive practices in competing for tl�e Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receivine, or soliciting oF a�y tl�ing of value likely to influence the aciion of a public official in the bidding process. b. "fraudulent prActice" meuns an intentional misrepresentation of facts made (a) to influence U�e bidding process to the detriment of City (b) ro establish Bid prices at artificial non-competitive levels, or (c) to deprive City of tlie benefits of free and open competition. c. "collusive practice" means a scheme or ;urangement beriveen hvo or more Bidders, with or without the l:no�vledge of City, r� purpose of w•hich is to establish Bid prices at artificial, non-competitive levels. d. "coereive practice" means hanning or threatening to harm, direcdy or indirectly, persons or their property to influence their participation in the bidding pra:ess or ai�'ect the execution of the Contract. � . CITY OF rORT \4'ORTH STA'.JDARU COTS"IRUCTTON SPECIPICATION DOCIA3[ S r•orn, xc„:ea 2oi w62� 00 �1 00_00 42 43_00 43 13_00 43 37_Bid Form-Proposal-Bond_Vendar Compliance_Part IT_Addendum No. 3.xls 3. PreqnaliiicaHon The Bidder acknoi��ledges tfiat the following work iypes rnust be performed oniy by prequalified contractors and subcontractor.;: a. N/A b. c. d. 4. TimeoiCompletiai 4.1. The Work wiil be wmplete for Fuial Acceptance within 30Q days after the date when the the Contract Time commences to run as provided in Pazagraph 2.03 ofthe General Conditions. 4.2, Bidder accepts the provisions of tl�e Agreement as to liquidated damages in the event of failure to complete the Work {and/ot nchievement of Ivlilestones} within tha times specified in the Aereement. S. AttacBed to this Bid The following documents are attached to and made a paR of this Bid: a� This I3id Pom� b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of the General Covditions. c. Proposal Form Section d. Vendor Complianee to State I.aw Non Resident liidder e. MWBE Forms (optional at time ofbid) f. Prequa[ification Statement g. Conflict of Interest Quesrionnaire h. Any additional documents that may be required by the Special Instructions to Bidders 6. Total Iiid Amoant 6.1. Bidder �aill complete the Work in accordance with tl�e Contract Documents for the following bid amou��t. In the space provided below, please enter tite total Uid amount for this project. Only diis figure will be read publicly by the City at the Uid opening. 6.2. ]t is understooct and aexeed by the Bidder in signuig this proposal that the total bid amount eniered below is subject to verificatio�i ancl/or modification by multiplyi�ig tlie unit bid prices for each pay item by the respective estimaYed quantities sho��m in tl�is proposai and then totaling all of tl�e ea�tended amounts. 00 41 00 BID FORM Page 2 of 3 � CRl' OP FOR'C IVORTH srnxp,axn coxs7xucnox srEcmcnr[oN noc[�Nrs 00 41 00_00 42 43 00 43 13_00 43 37_Bid Form-Pro osal-Bond_Vendor Com Lance.�cls ronn xe.as�a zo� io6z7 _ p P� ooa� o0 BID FOR�t Pa�;e 3 of 3 fi.3. T sulu�:ti��n c�f'Ai[crnrtte B#1 Iten�s <cE�se this il�,�ppticat�le, «there��ise clel�te> i�o4t31 I3sse C3id �cuse; tiri�s i€a��lieabl4, atlaer5rise d�-lefe> z0lieair,xte t3id �ir.,e il�is ii {appliccible. i�Yl�en��ise cielete> Dedi�ctiva Aiter�anf�<irse tt�is iPappli<<sble; otli�nvi��¢; ielete� ,Acidiiive t�l��rsrite a�;� 11iis if,�li�>[ieak�lc, oQ�ent�i�se cielele> Total Bid 7. Bid Submittal This t3id is submitted on� �' 3���nth�;��� �°i����� ;by tl�e entiry named below. Respectfully submitted, (Signature} ' ' irrstfci3l� a�i�� dI�r� . i ?. , � s ? ,; _..,.. .... � �. .�_. .__.._,. ... _ � �,.. � (Printed Name) 'I rtl� t',i sr'�. �i�.rr � . _ . . r , �`a Company :< €1€����t�a�,��7ant�, �=ic%c� , ' _ . _ � Address::�t9c1Ye3s.i3e3+� _ , �� State of Incorporation: .�t��� 4lei`� t l LL ,, 4i ';j Email: k�'�t�r,Ixrs� s�i �k�t�`ss i I��� , y '.� . .=i..� �. . ` , : .�... _.`. _...,--� ;s Phone. ��'uu��}�i�u�c. i�litxt�t��i �PEYi a = . , �ND OF SECTION Receipt is neknowledged of fhe Initial follo�vin Addenda: Addendnm No. 1: Addendnm No. 2: Addendum No. 3: Addendum No, 4: Corporate Seal: CiTY OF FORt' WORTH srn:.*�nRD coxsrxucnoN srEc�c,�noxnocun�cxrs 00 41 00 00 42 43_00 43 l3 00 43 37 Bid ro�m-Pro osal-Bond Vendor Com liance.xls r�m, x���a Zo� io6z� _ P _ P�' BID BOND i{i�TOW ALL BY TH�SE PRES�NTS: ' That �ve, (Bidder Name) Company Name Here ���� hereinafter called the Principal, and (Surety Nanie) _ , � �� ' `���ratu���txs� Iiek,a';- , ,: �, � a corporation or firm duly authorized to tra»sact surety busaiess in the State of '1'exas, hereina�er called the Surety, are held and finnly boimd untp ihe City, hereinafter called the OUllgee, itt tlte sum of ��i�ci� E�t�� titr�ist�€.r� ti�s�+� -and No1100 Dol(ars ($; � Al+�f���"r�i���[��� - ;..0�}. the payment of which sum will be � well � a�id truly made and the said Principal aiid the said Surety, bind ourselves, our heirs, eaecutors, administrators, successors and assigns, joiuUy and severally, fimt by these presents. SIGNED this day of l�y: Company Namc Here (Signature of Attorney-of-Fnctj 00 43 13 DID DOh`D Page i of I WFIEREAS, the Principal has submitted a proposal to perform work for the follo�ving project of the Obligee, identified as (Project tlame and Limits Here) NOW, THEREFORE, if tl�e Ob]igee sha11 a�vard thc Contract for the foregoin� projact to the Principal, and the Pdncipal shall satisfy all requirements and conditions required for the execution of tl�e Contract and shail enter i��to the Contract in writing with the Obligee i�� accordance with tl�e terms of such groposal, theu this bond shalt be iwll and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements aud conditiovs required for the execution of the Contract in accordance 1vit1� tha proposal or fails to satisfy al] requirements and condirions required for the execution of the Contract ni accordance �vith the proposai, tUis bond sliall become the properiy of the OUligee, widiout recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference beriveen PruicipaPs Total Bid Amount and tl�e neat selected Bidder's Total Bid Amount. (Signature and Tide of Principal) TBy: ��ureipN�mc�Here:� ,... �.� �. _. , , . , .., .... .,. _ � � .. ' � _ � _.. . ,..... }. . , . � , ...,._, *Attach Po��-er of Attorney (Surery) for Attorney-iu-Fact , 2012. Impressed Surety Seal [)nly END OF 5ECTIOI� CITY �F FORT \V02TH STANDARD CO`ISTRUCT[Oid SPE('IFICAT[ON DOCU1iENTS Foim Re�ised 20110627 Uid Bund„Pari 2xisx 00 43 37 Vf:NU01i COMPLIANCE TO Sl'AI'E LAW Page 7 of 1 VENDOR COA4PLIANCE TO STATE LAW NON RESIDENT BIDDEK "I'exas Government Code Cl�apter 2252 was adopted for the a�l�ard of contracts to nonresident bidders. This la�v provides ' that, in order to be awarded a contract as lo�r bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business ure outside the State of Texas) bid projects for construction, improvcments, suppli�s or ' services in Teaas at an amount to��-er than flie lowest Texas resident bidder by d�e same amount thnt a Texas resident bidder �+�ould Ue required to w�derbid a nonresident bidder in order to obtain a comparable contract in the State which the nouresident's principal place of business is located. ' Tl�e appropriate blatilcs in Section A must be filled out Uy all nonresident bidders in order for your bid to meet speci6cations. The tailure of nonresident bidders to do so �viil automatically disqualify tliat bidder. Kesident bidders must clieck tl�e box in Secrion B. A. Nonresident bidders in the State of �t��c: ���.�s: �tr i3ii���k`i�, our principul place of business, are required to be f�tca (1� r�, .�;� percent lower tha�� resident Uidders Uy State Law. A copy of the starirte is attached. Nonresident bidders in the State of �Tat�.:� 3� �L nr Tii�k' ;, our prineipal place of business, are not required to und�rbid resident bidders. B. The principal place of business of our c-0mpany or our parent company or majority o�nier is ' in tlie 5tate af Texas. ❑ BIDD�K: Company: Canpany Name Here Address: Address Here Address Here or Space City, State Zip Code Here By: Printed Nazne Here (Signature) Title: 1'itle Here Date: '� . CITY OF FOItT 190RTH I. ST1ri'DA2D CONSTRtiCTIOV SPLC[RCA7(OV DOC(JI�fHNTS , �� �' Porm Revise�i ?0110627 END OF SF.CTION Vendor Comp6ance to State I.aw Non Reaiden[ Bidder_P.�rt 2.�isr 2 4" SIDEWALK SLOPE 14" PER FOOT #3 0 12" 0.C.B.W. 4'-0" 5'-0" TAMPED TOPSOIL 2" CLEAR TYP. 2" SCH. 40 PVC WEEP HOLES CO 10'-0" Q.C. CONSTRUCTION JOINT (OPTIMA PAID FOR AS CONCRETE SIDEWALK PER SQUARE FOOT NOTES: 1. COMPACT SUBGRADE TO 95% STANDARD PROCTOR. FORT WORTH 6" MIN. PAID FOR AS CONCRETE RETAINING WALL PER CUBIC YARD FREE DRAINING AGGREGATE CITY OF FORT WORTH, TEXAS CONCRETE RETAINING WALL WITH SIDEWALK 1' MIN. TO 4' MAX. a DATE: 08-2006 1 STR-011 .: �� ;• / j j; . ; ' 'i,� 'f .e • n (ft�irt. 28' � Max 42'} �" (itaries) 2' - 7.5" 6' - 3" 2' - 7,5"' <- - �-}� -�— —1----�{-�� —y—i - . l fi�Y�.)� i tr �,1 I tTy��) 12" 1lUHiTE H�T TAFE ���VERY DENN(S� OR E(�U[VAlENTj �I���IIIIIIIIi�II�1��,����Iilll !!IIl�III►i� _� �'��_,"'�'.i�,5•'+,c ��� i _"��`�-"._�`.�� _ � ��!II�i11111111�1f11111f1111�11E1111ii��1i� llf _ _ � � � �' i � s �r� -s; t , Y' y,, ; '` i` `- R; � f• � , , . .. 2' 1 �tV � � � .� .� . a � DEPARTMENT OF TRANSPORTATION �{�igh�; 3�/2tB Ei1�it�S AND PUBLIC WORKS cirY o� �Ramp G�ad�ent� � �.�7 �� 1 �30 �n�i��� l ���J� €n�he� ��6g��� rw�flc�,c,Nmzwc _ -- FaRr w Side Gradieni: 3.43 in �(� 2 inches 13�112 inch�� i��ig��) �,�p��.� e�rsr�rolvs � n: AJB �� lanua 15, 20. ''"��0`�F0°'' DRAWiNG N0i'TQ: � __,� M � ...,,.. _. . .�. �URT�URTH � � SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 2008 CAPITAL IMPROVEMENT PROGR.AM (COUNCIL DISTRICT 8), PART 2 Pavement Reconstruction and Water Replacement CONTRACT 8B CITY PROJECT No. 01276, DOE NO. 6484 MAY STREET (FROM W. TERRELL AVE. TO W. CANNON ST.) LEUDA AVENUE (FROM S. JENNINGS AVE. TO ST. LOUIS AVE.) MULKEY STREET (FROM S. JONES ST. TO I-35 W) MARION STREET (FROM I-35 W TO EVANS AVE.) I�LINOIS AVENUE (FROM E. PULASKI ST. TO E. TERRELL ST.) TPW No. C204-541200-208400127683 Water No. P253-541200-608170127683 FIL.E NO. X-21286, K-2122 DECEMBER 2011 T.M. Higgins Interim City Manager Betsy Price Mayor Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Fernando Costa Director, Parks and Community Services Department � � � � � , � � - ' i .. . .. ■ ._ . S. Frank Crumb, P.E. Director, Water Department ��.����`, ; ��P��° OF o TF�1►�l ° ° qs '' �°� � �°���/ % o00000000e00000e00000eoo o � / CHRIS B. BOSCO i / o00000000m00000a0000aa000m i ���� � 93679 � �% �� ��� �� ��� F`S�o �ENS�� G� = ,11,������ ���� �� 30' u l� � �.,.���� � � ��P,�E� OF � pF,� �,� •• �• `� / ,�*;' � '•.� I� j*i��������������������i�i � / DANIEL A. TREMPER i / .. � ...................�..i ���°� �, 98366 ; c�� o . ��� �� .�,c�,� F � � �S •. �ENS..• G�y� t+� S��'QAL �?� � `` ` �� / (, CONTRACTOR F�QRT ��(}RTH �ontractor Street Address SPECIFICATIONS AND City & State CONTRACT DOCUMENTS FOR Telephone Contact Person 2008 CAPITAL IMPROVEMENT PROGRAM (DISTRICT 8), PAR�' 2 Pavement Reconstruction and Water Replacement CONTRACT 8B CITY PROJECT No. 01276, DOE NO. 6484 MAY STREET (FROM W. TERRELL AVE. TO W, CANNON ST.) LEUDA AVENUE (FROM S. JENNINGS AVE. TO ST. LOUIS AVE.) MULKEY STREET (FROM S. JONES ST. TO I-35 W) MARION STREET (FROM 1-35 W TO EVANS AVE.) ILLINOIS AVENUE (FROM E. PULASKI ST. TO E. TERRELL ST.) TPW No. C204-541200-208400127683 Water No. P253-541200-608170127683 FILE NO. X-21286, K-2122 DECEMBER 2011 .- -.. . - r� NICH�1�'S TBPE REG F-2144 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 2008 CAPITAL IMPROVEMENT PROGRAM (DISTRICT 8), PART 2 Pavement Reconstruction and Water Replacement CONTRACT 8B CITY PROJECT No. 01276, DOE NO. 6484 MAY STREET (FROM W. TERRELL AVE. TO W. CANNON ST.) LEUDA AVENUE (FROM S. JENNINGS AVE. TO ST. LOUIS AVE.) MULKEY STREET (FROM S. JONES ST. TO I-35 W) MARION STREET (FROM I-35 W TO EVANS AVE.) ILLINOIS AVENUE (FROM E. PULASKI ST. T� E. TERRELL ST.) TPW No. C204-541200-208400127683 Water No. P253-541200-608170127683 FILE NO. X-21286, K-2122 CITY OF FORT WORTH TARRANT COUNTY, TEXAS DECEMBER 2011 I hereby state that these Contract Documents for May Street, Leuda Avenue, Mulkey Street, Marion Street, and Illinois Avenue were prepared under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Texas. `�.�����, ��a�����, ���P��° OF o TF�1 �,,I ��P��• p: • rF�+�,. � � e9 0 os � s Gj i �s9t� � > . j� o•° ° �// j7Y:� �.*�/ � oo��00000e0000ee000moeomoo � f %Z' � � 7�,� � � .......................... � CHRIS B. BOSCO i ♦ pANIEL A, TREMPER i � �0000a93679ooam�o�� i..� ..................:..� �i ° °�,`�' �� �' 98366 •�,�• 00 0 — •. : � / .� �� FS ��CENs��a ��-" �� _/' � p�`� ���CENSE'O�: ��.. •....• I,' � � � ���j��� ��� �/, ,) �SS���AL •E�G� ' j' t ' 1 � Y � �� � ; .-- 11�� � TITLE PAGE Tarrant County Tr' tY Pc: ,�. 7 FrAGN 'DrHARR. \s EDT' 1 CO6PER t ❑A ns c i 1 \ 1J ` itCRT I 'v'4AT.K y C1T t IRgsyorL (i'diSTLETr� L }O49.k�' i �Y } Wei Project.EF 3 Locations — \ ! wi px, .k iy 'mil •� i RICriMCr'0 ! T W:NDSCR VA11 RUNT IN:TOR } HATTUT. aTIE \\I1.i7t.Se4 E. GUENCC r ri! l,7 R��. Sii:( 3E?'N�C:y= I iMG TOLL +€aitABETr:I a f icy r ORANGE tvnrhE AN.I) +� f 1 jr =�y_^j t . rv t z TERRELL A'4't: _K 1 �, IRM4 : )LIANDERMAGNOLIA °SwS GI Park �PY. =ds� Ott_; �4ThAATLIJA j.I Pcrk I EFSE2SON 1 �'t /t ICI IdORk. �'.'t0 EE ARL€NCTCN I GV! 0 Not to Scale HARVE3 POWELTI 11ESSAxt:; E —Fi-RARSEtT p/ 1. 1.MAR701I x I _ F. MU_Kffiv i, (TA TAJLKET �R08ERR J t TDEERi7 ! ETOUROY / 1 D. CCibr:F f i:?i' z�` ATORNiNt;SPDE 1 i �i [n _ T...CA?ITE ^A. - DAGGETi/ ':LS 45t 0o 81 GLEN GARDEN L OWDE4 BAKER EiowiE Yclo DERBY i ! I Irt>r' f cOf%T' 1 ( r.'O1DUD/ AE_A !ALLOY Ay. i 7- _ ( } CAR "r- } 1 t 1CAMLL AI 7 11A i -go .,a€r /Sycarnor4 / u : (�( arK iij • Section 2— Front End Documents � 2.1— Table of Contents � 2.2 — Notice to Bidders � 2.3 — Comprehensive Notice to Bidders � 2.4 — Special Instructions to Sidders (water-sewer) � 2.5 — Special Instructions to Bidders (paving-drainage) ❑ 2.6 — Detailed Project Specifications (no drawings provided) J TABLE OF CONTENTS 1 — Project Information 2 — Front End Documents 3 — MWBE Documentation 4 — Bid Package 5— General and Special Conditions � 1.1 — Title Page MS-Word � .1.2 — Location Maps pdf 2.1 — Table of Contents MS-Word � 2.2 — Notice to Bidders MS-Word � 2.3 — Comprehensive Notice MS-Word to Bidders � 2,4 — Special Instructions to pdf Bidders (water-sewer) � 2.5 — Special Instruction to pdf Bidders (paving-drainage) ❑ 2.6 — Detailed Project MS-Word Specifications (no drawings provided) � 3.1 — MWBE Special pdf Instructions � 3.2 — MWBE pdf Subcontractors/Suppliers Utilization Form � 3.3 — MWBE Prime Contractor pdf Waiver � 3.4 — MWBE Good Faith Effort pdf � 3.5 — MWBE Joint Venture pdf � 4.1 — Bid Proposal Cover & pdf Signature Sheets � 4.2 — Bid Proposal(s) MS-Excel ❑ 4.3 — Green Cement Policy MS-Word Compliance Statement � 4.4 — Bid Schedule pdf � 4.5 — Vendor Compliance to pdf State Law � 4.6 — List of Fittings pdf � 4.7 — Pre-Qualified Contractor MS-Word List � 5.1 — Part C General pdf Conditions (water— sewer) � 5.2 — Supplementary pdf Conditions to Part C (water — sewer) � 5.3 — Part D— Special MS-VVord Conditions (water — sewer) � 5.4 — Part DA — Additional MS-Word Special Condition (water — sewer) � 5.5 — Part E Specifications pdf � 5.6 — Special Provisions (paving - drainage) � 5.7 - Wage Rates pdf � 5.8 — Compliance with and pdf Rev 2-2-10 TABLE OF CONTENTS 6— Contracts, Bonds and insurance 7 — Permits 8 — Easements Enforcement of Prevailing Wage Rates � 5.9 — Standard Details (water- sewer) ❑ 5.1•0 — Standard Detaiis (paving- drainage) � 6.1 — Certificate of Insurance � 6.2 — Contractor Compliance With Workers' Compensation Law � 6.3 - Conflict of Interest Questionnaire � 6.4 - PerFormance Bond � 6.5 - Payment Bond � 6.6 - Maintenance Bond � 6.7 — City of Fort Worth Contract ❑ 7.1 — TxDOT Permit(s) ❑ 7.2 — Railroad Permit(s) ❑ 7.3 — Other Permit(s) ❑ 8.1 — Easement � 8.2 — Temporary Right of Entry. 9— Reports � 9.1 — Geo-tech Report(s) ❑ 9.2 — Cathodic Protection Study Report ❑ 9.3 — Other Project Specific Study Report(s) dwf dwf MS-Word pdf pdf pclf pdf pdf pdf pdf pdf. pdf pdf pdf pdf pdf pdf Rev 2-2-10 NOTICE TO BIDDERS Sealed proposals for the following: 2008 CAPITAL IMPROVEMENT PROGRAM (COUNCIL DISTRICT 8}, PART 2 Pavement Reconstruction and Water Replacement CONTRACT 8B CITY PROJECT No. 01276, DOE NO. 6484 MAY STREET (FROM W. TERRELL AVE. TO W. CANNON ST.) LEUDA AVENUE (FROM S. JENNINGS AVE. TO ST. LOUIS AVE.) MULKEY STREET (FROM S. JONES ST. TO I-35 V� MARION STREET (FROM I-35 W TO EVANS AVE.) ILLINOIS AVENUE (FROM E. PULASKI ST. TO E. TERRELL ST.) TPW No. C204-541200-208400127683 Water No. P253-541200-7081'70127683 FILE NO. X-21286, K-2122 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1:30 PM, Thursday, January 1�, 2012 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Contract documents, including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthqov.orq/purchasinq/ and clicking on the project link. This link will take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Hard copies of plans and contract documents are available at the office of the design engineer Freese and Nichols, Inc, at a cost of $100 per set (non-refundable). The documents are located at 4055 International Plaza, Suite 200, Fort Worth, Texas 76109. The major work will consist of the (approximate) following: Unit I— Water Line Improvements 2440 LF of various sized PVC 2430 LF of various sized pipe removal 17 EA gate vales of various sized Unit II — Concrete Pavinq Improvements 9460 SY of 7" Concrete pavement 10445 SF of 6" Concrete driveway 1890 SY of 6" HMAC pavement 5510 LF 7" Concrete curb Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. Rev 2/2/10 TPW NB-1 NOTICE TO BIDDERS Bid security is required in accordance with the Special Instruction to Bidders. Bidders are responsible for obtaining ail Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowiedge receipt of all addenda may be rejected as being non-responsive. All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid. The water and sanitary sewer work must be perFormed by a contractor that is pre-qualified by the Water Department at the time of the bid opening. A general contractor, who is not pre-qualified by the Water Department, must employ the services of a subcontractor who is pre-qualified. The procedure for pre- qualification is outlined in the "Special Instructions to Bidders (Water-Sewer)". For additional information, please contact Chris Bosco, P.E. with Freese and Nichols, Inc. at Telephone Number: 817-735-7300 or by email: cb@freese.com, and/or Gopal Sahu, Project Manager, Engineering Department at 817-392-7949 or by email: gopal.sahu@fortworthgov.org. A pre-bid conference will be held on Wednesday, December 28, 2011 at 10:00 a.m., in the Transportation and Public Works conference room #270. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference. Advertising Dates: December 15, 2011 December 22, 2011 Re v 2/2/10 TPW NB-2 � �►.L�� • • : �� ' Sealed proposals for the foliowing: 2008 CAPITAL IMPROVEMENT PROGRAM (COUNCIL DISTRICT 8), PART 2 Pavement Reconstruction and Water Replacement � .. .. . CITY PROJECT No. 01276, DOE NO. 6484 MAY STREET (FROM W. TERRELL AVE. TO W. CANNON ST.) LEUDA AVENUE (FROM S. JENNINGS AVE. TO ST. LOUIS AVE.) MULKEY STREET (FROM S. JONES ST. TO I-35 V� MARION STREET (FROM I-35 W TO EVANS AVE.) ILLINOIS AVENUE (FROM E. PULASKI ST. TO E. TERRELL ST.) TPW No. C204-541200-208400127683 Water No. P253-54120Q-708170127683 FILE NO. X-21286, K-2122 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1:30 PM, Thursday, January 12, 2012 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Contract documents, including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthqov.orq/purchasinq/ and clicking on the project link. This link will take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. � Hard copies of plans and contract documents are available at the office of the design engineer Freese and Nichols, Inc, at a cost of $100 per set (non-refundable). The documents are located at 4055 International Plaza, Suite 200, Fort Worth, Texas 76109. The major work will consist of the (approximate) following: Unit I— Water Line Improvements 2440 LF of various sized PVC 2430 LF of various sized pipe removal 17 EA gate vales of various sized Unit II — Concrete Pavinq Improvements 9460 SY of 7" Concrete pavement 10445 SF of 6" Concrete driveway 1890 SY of 6" HMAC pavement 5510 LF 7" Concrete curb Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. Rev 2/2/10 TPW CNB-1 COMPREHENSIVE NOTICE TO BIDDERS NOTICES All bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices. Bid security is required in accordance with the Special Instruction to Bidders. The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid. Bidders must complete the PROPOSAL section, including the "Vendor Compliance to State Law", and submit these executed documents or face rejection of the bid as non-responsive. In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City of Fort Worth contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no laterthan 5:00 p.m., five (5) City of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the department to whom delivery was made. Such receipt shall be evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bid non-responsive. The water and sanitary sewer work must be performed by a contractor that is pre-qualified by the Water Department at the time of the bid opening. A general contractor, who is not pre-qualified by the Water Department, must employ the services of a subcontractor who is pre-qualified. The procedure for pre- qualification is outlined in the "Special Instructions to Bidders (Water-Sewer)". SUBMISSION OF BID AND AWARD OF CONTRACT The proposal Unit I-Water Line Improvements, Unit II-Sanitary Sewer Improvements, and Unit III-pavement and Drainage within this document is designed as a package. In order to be considered an acceptable bid, the Contractor is required to submit a bid for Unit I-Water Line Improvements, Unit II-Sanitary Sewer Improvements, and Unit III-pavement and Drainage. A bid proposal submittal for a multi-unit project with only a single proposal unit complete will be rejected as being non-responsive. The Contractor who submits the bid with the lowest price, will be the apparent successful bidder for the project. Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. For additional information, please contact Chris Bosco, P.E. with Freese and Nichols, Inc. at Telephone Number: 817-735-7300 or by email: cb@freese.com, and/or Gopal Sahu, Project Manager, Engineering Rev 2/2/90 TPW CNB-2 COMPREHENSIVE NOTICE TO BIDDERS Department at 817-392-7949 or by email: gopal.sahu@fortworthgov.org. A pre-bid conference will be held on Wednesday, December 28, 2011 at 10:00 a.m., in the Transportation and ' Public Works conference room #270. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference. T. M. HIGGINS CITY MANAGER MARTY HENDRIX CITY SECRETARY � By: �/�� �- �02; Gopal Sahu, P.E Engineering Department, Engineering Services Advertising Dates: December 15, 2011 December 22, 2011 Rev 2/2/10 TPW CNB-3 SPECIAL INSTRUCTIONS TO BIDDERS 1) PREQUALIFICATION REQI7IREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in wark of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate_experience and/or expertise. � Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and adrriitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required ' under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. 09/10/04 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Govemment Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years followi,ng 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 �aid to each worker These records shall be open at all reasonable hours for mspection by the City: The grGene�ral Coudrt�ons, pedrfaan to thts asp ct on'� of Section E1 ;Supp�ementiaiy` Conditions To ParE C (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 Govemment Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMSIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure o£ a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty- five (45} calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in perfomung this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions 09/10/04 2 or 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 conceming age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor wanants that it and any and all of its subcontractors will not unlawfiilly 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 conceming 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. 1 l. 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 MBElWBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTR[1CTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTIJRE 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 obtai�r a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on tl�e contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12: FINAL PAYMENT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. 09/10/04 3 b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. a The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 09/10/04 4 SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five percent (5%) of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract doctunents within ten (10) days after the cont�act has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PAYMENT PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection, the successful bidder shall be required to furnish a performance bond and a payment bond, both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the 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 froin the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. ; The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall unmediately provide a new surety satisfactory to the City. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from defects in workmanship and/or material. Rev 3-13-09 3. LIt�UIDATED DAMAGES: The Contractor's attention is called to Part l, Item 8, paragraph 8.6, of the "General Provisions" of the Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-a-29) prohibiting discrimination in employment practices. 6. WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following ttze date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled "Right to Audit" pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted. 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Transportation and Public Works if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant � holding a valid permit issued by an appropriate State Licensing Agency. INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must provide, along with executed conl�act documents and appropriate bonds, proof of insurance for Worker's Compensation and Comprehensive General Liability (Bodily Injury-$500,000 each person, $1,000,000 � each occurrence ($2,000,000 aggregate limit); Property Damage -$250,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. Rev 3-13-09 9. ADDITIONAL INSURANCE REQUIREMENTS: a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. a Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the Ciry a minunum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium: e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence uniess otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage.or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery: k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 10. NONRFSIDENT BIDDERS: Pursuant to Article 601 g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. Rev 3-13-09 "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanlcs of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 11. MINORITY AND VPOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("with Docurnentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing departmettt no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (N�E) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of'facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation facts (other than a negligent misrepresentarion) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less that three (3) years. 12. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date tlie M/WBE ITTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM, and/or the JOINT VENTURE FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within ninery (90) days after this documentation is received, but in no case will the award be made until all the responsibility of the bidder to whom it is proposed to award the contract has been verified. 13. PAYMENT: The Contractor will receive full payment (minus retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. Rev 3-13-09 14. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained on-line on City's Buzzsaw site or by contacting the City Project Manager. Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 15. CONTRACTOR COMPLIANCE WITH WORKER'S COMI'ENSATION LAW: A. Workers Compensation Insurance Coverage a. Definitions: Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement ('I'WCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without lixnitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or toner services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. b. The contractor shall provided coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, 5ection 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 cu.rrent certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and Rev 3-13-09 (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter g. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor lmew or should have lmown, of any change that materially affects the provision of coverage of any person providing services on the project. h. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it coniracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each othez person with whom it contracts, and provide to the cont�actor: (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 tha 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 enrity in wiring by certified mail or personal delivery, within ten (10) days after the person lrnew or should have l�own, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually zequire 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. Rev 3-13-09 J� By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to admiuistrative, criminal, civil penalties or other civil actions. k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker" compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Contact the Texas Workers' Compensation Commission to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 16. NON DISCRIMINATION: The contractor shall not discriminate against any person ar persons because of sex, race, religion, color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by, City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29), prohibiti.ng discrimination in employment practices. 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members, agents, or employees, will engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maacimum age limit for such employment unless the specified maximum age limit is based ' upon a bona fide occupational qualification, retirement plan or statutory requirement. � Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Rev 3-13-09 Contractor's alleged failure to comply with the above referenced Policy conceming age discrimination in the performance of this Contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Asnericans with Disabilities Act of 1990 ("ADA"), Contractor wanants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrunination in the performance of this Contract. 19. PROGRESS PAYMENTS FINAL PAYMENT PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. Rev 3-13-09 IT' I � 1.J Section 3 — MWBE Documentation � 3.1 — MWBE Special Instructions � 3.2 — MWBE Subcontractors/Suppliers Utilization Form � 3.3 — MWBE Prime Contractor Waiver � 3.4 — NIWBE Good Faith Effort � 3.5 — MWBE Joint Venture F'O RT V�O RT H 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 M/WBE goal is applicable. I If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. IViM/�f� PROJECi �OALS The Clty's M/WBE goal on this project is 25 0�o Of the tOtal bld (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: ' Meet or exceed the above stated M/WBE goal, or Good Faith Effort documentation, or; Waiver documentation, or; Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The OfFeror shall cieliver the N1WBE documentation in person to the appropriate employee of the managiny department and obtain a date/tirne receipt. Such receipt shall be evidence that the City received the docu���entation in the time allocated. A faxed copy will not be accepted. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid 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. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contaci the M/WBE Office ai (817) 392-6104. Rev. 11/1/05 �- i ATTACHMENT1A Page 1 of 4 FORT W�RTH City of Fort Worth -� � ,. � � � �- ��'� ��,� Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime )�--�- ��Ul> ;�?-�P�� c�.N �� (,��� � i�"I l��, 1 NC . M/l`1/DBE NON-M/W/DBE PROJECT NAME: �n �/ �/� /�� /1 �: �� 1��� ��� I I V 1 I� ���' �i'e �M �i l v I ��'�� �� (`_/� F/�' I BID DATE � 0 G I'� 4�i l. 15 I� i L I � (��-' ���� ��-� j'� � j� City's M/WBE Project Goal: Prime's MMIBE Project Utilization: PROJECT NUMBER -✓" % �� % - � 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 disqualif �ation and will result in the bid being considered non-responsive to bid specifications MIWBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1St tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. _ Rev. 5/30/03 FOR� ATTACHMENT1A " ; � , Page 2 of 4 -. . � � . „ Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) ° SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r g g T D W E E R O B C T E A ���s '�I�i C��� fi%� �- � �� � �c� 31�-��; , i s� ��-e�" �� �Y �� ��c� l � C� � �u.� M�`� � ����� : ��' �fi � � ��:�i1�5��3��3� �:�t�7-�I����� ' -���+�� P�� ���c�c �D ��� I �� ��-� � �i�� � . (�I�I�� �� ���f (�� � �,�'1C'� �.�����', I �5.�� �=�1��-���i`��� : � �� , - - �-� � � i�� �(=�'�'I-�., , I ►� . �.,I��c/ ��" . ��I I� �'���,V �hc,�s �� �,�,�t�►�� c�f s ��-� iAJ �� �� X � � ��f`� � � �, V ������ ``'`� p �- � �� � ���� ���� P �;�-���� � ��'%1- d 3�3 �o� �-��� u��, ���,���r�Y _ �p; r �, ��.5 �� .� . ,�;r�-�;,�� ��> � r=i�i.�=�,s.; r � ����`� �-��`�"i�1►n�` . � �� ll�l, `� �' � �'i7 ��l �3`��� j,�(��-�1� � � �/� �t G 7 ,3J/.;L �v��i��� ��i�c �i� I ��v� �� �iv�- � �� ��� �� ,�� ���,G� - � 1 � ����a�o� l��t,��c�s i'����--��I-3��� / //r/�'����/" J��/'l7�"' �%C�l�`' �� `, 3a� c �. C.r�r�2��e� �,,� �-- �� ;�,sz S�� [ � ,�,�s-��. , � r� � ���� �� -� ��� � �1��- � � 5; � 5s� Rev. 5/30/03 FpRT W()RTH � � - ; ��� —1 ' I� . � I; ;; . ; ATTACHMENT1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) ° SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax '' B B R O B E E � T E A f � �,� �//�'l E� � �%%%%f' �'�� 5�a� �J %�ul�, , S�e �3� .� �,; � ��, ��ias �TX �7��a�Fo �� :��1��0I`��-�'-4�v � �� � ��3� � � � C'�% % �°�' S� f'✓'� y ,�.���r.� � . �i'�� �� /r�a J i��l,c�ir��� �-'�'�,v,� 1��,� ���� � D�%�'/�S; �x� � 7�.,z.��"� i%✓✓fT �7.� � ti�'% �'o�� ��;Z �z �% �G ,.�.� Rev. 5/30/03 FoR� Total Dollar Amount of M/WBE Subcontractors/Suppliers -,,-;-,� . „ .,, ATTACHMENT1A Page 4 of 4 $ �1 �, � �� . ?'%, Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ ����� /�/G�, n� TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ %� �"� �'�� `��� / The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval' of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bi�der agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a�period of time not less than one (1) year. ��51 ���� LJ Title � ,� �� � �(;�.�� `-i� [,C�--1 � i �.� � Company Name P� ��X �c� ��� Address ��,�c�� � �r ! �I�� �� 1� � �0 City/State/Zip � ) . "���/ _ G� � � � �� Printed Signature Contact Name/Title (if different) �� :��a�-���3�[���`�� ���1�-��-���� Telephone and/or Fax �; �� �-� � �� � �� , ��� E-mail Add ess . � � �-�- �� Date Rev. 5/30/03 Bid Fonn BID �ORM Page 1 of 3 TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: City Project No.: City Project No. 01276 Units/Sections: 1. Enter Into Agreement BID FORM Contract 8B 2008 CIP, City Project No. 01276, DOE No. 6484 May Street (From W. Terrell Ave. To W. Cannon St.) Leuda Avenue (From S. Jennings Ave. To St. Louis Ave.) Mulkey Street (From S. Jones St. To I-35 W) Marion Street (From I-35 To Evans Ave.) Illinios Avenue (From E. Pulaski St. To E. Terrell St.) Unit I- Water Line Improvements Unit II - Paving Improvements The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perfonn and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in Uiis Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 23. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity �vith any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudutent, collusive, or coercive practices in competing for tlte Conhact. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a sclteme or anangement behveen t�vo or more Bidders, witlt or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their propeity to influence their participation in tlie bidding process or affect the execution of the Contract. cirr or roaT woaTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Form Revised 20110627 Bid Form-Bid Bond Vendor Compliance_Part II_Addendum No. 3 t Bid Form BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the fol►owing work types must be performed only by prequalified contractors and subcontractors: a. N/A b. c. d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 300 days afrer the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or acliievement of Milestones} �vithin the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the reyuirements of the General Conditions. c. Proposal Form Section d. Vendor Compliance to State Law Non Resident Bidder e. MWBE Forms (optional at time of bid) f. Prequalification Statement g. Conflict of Interest Questionnaire h. Any additional documents that may be required by the Special Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the follo�ving bid amount. In the space provided below, please enter the total bid amount for this project. Only tUis figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities sho�vn in this proposal and then totaling all of the extended amounts. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIPICATTON DOCUMENTS Fortn Revised 20110627 Bid Form-Bid Bond_Vendor Compliance_Part lI_Addendum No. 3 Bid Porm BID PORM Page 3 of 3 + 6.3. Lvaluation of Alternate 13id Items <use this if applicTble, othern-ise delete> i Total Base Bid qise this iY appiicable, otherwise delete> Alternate Bid <use this if �pplicable, otherwise delete> Deductive Alternite<use this if applicable, otherwise delete> Additive Alternate <use this if applicable, otliernise delete> Total Bid � 7. Bid Submittal � This Bid is submitted on 12-Jan-12 Respectfully submitted, By: (Signature) � , J. Crockett Bonev (Printed Name) Receipt is acknowledged of the Initial followin Addenda: Addendum No. 1: +`�� ��- 7( i�; Addendum No. 2: � I �" �� �': Addendum No. 3: I V' J�-� -'� C I��'� Addendum No. 4: Title: President Company: Jet Underground Utilities, Inc. Address: PO BOX 800669 Balch Springs TX 75180 State of Incorporation: Texas Email: cbonev(a�ietunderground.com Phone: 972-286-3400 END OT SECTION by the entity named below. Corporate Seal: CITY OF FORT \VORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMEMS Form Revised 20110627 Bid Form-Bid Bond_Vendor Compliance_Part Il_Addendum No. 3 City of Fort Worth Project Manager: GOPAL SAHU, P.E. Project 01276 - CIP - 2008 CONTRACT 8B - PART 2 Unit/Section: Unit I - Water Line Improvements Date City Project # Your Vendor Number 1/10/2012 1276 Your Company Name Jet Underground Utilities, Inc. Bid Items Line Number CPMS Record Number 1 BID-00099 2 BID-00372 3 BID-00442 4 BID-00493 5 BID-00546 6 BID-00547 7 BID-00551 B BID-00568 9 BID-00588 10 BID-00618 11 BID-00617 12 BID-00616 13 BID-00715 14 BID-00749 15 BID-00745 16 BID-00762 17 BID-00758 18 BID-00768 19 BID-00844 20 BID-00121 Material Description ServiceCS Storm Water Pollution Prevention Plan <than 1 Ac- Install ServiceCS Trench Safety System 5 Foot Depth - Install Asphalt Pavement-2 Inch HMAC on 6 Inch Flex Base -Temporary - Install Rock Subqrade-Crushed Limestone For Misc. Placement - Install Iron Fire Hydrant - Install ServiceCS Fire Hydrant - Remove Iron Meter Box -Class A - Install Iron Pipe Fittings- < Than 16 Inch DI Pipe - Install PVC Pipe-Pressure-10 Inch - Install PVC Pioe-Pressure-8 Inch - Install Iron Pipe-Pressure-8 Inch - Install PVC Pipe-Pressure-6 Inch - Install Iron Valve-10 Inch -Gate Valve w/Box - Install Iron Valve-8 Inch -Gate Valve w/Box - Install Iron Valve-6 Inch -Gate Valve w/Box - Install Assembly Water Service-1 Inch -Tap to Main - Install Ccpper Water Service-1 Inch - Install Steel Water Service-2 Inch -Temporary - Install Concrete Curb -Curb & Gutter as directed by Inspector - Replace Other Miscellaneous - Install (5/8-inch copper service line on private) Unit of Measure Quantity Lump Sum 1.00 Linear Foot 3430.00 Linear Foot 3430.00 Cubic Yard 200.00 Each 6.00 Each 6.00 Each 64.00 Ton 2.00 Linear Foot 480,00 Linear Foot 1870.00 Linear Foot 10.00 Linear Foot 80.00 Each 2.00 Each 11.00 Each 6.00 Each 64.00 Linear Foot 940.00 Lump Sum 1.00 Linear Foot 160.00 Linear Foot 150.00 Your Unit Price Your Bid $1,500.00 $1,500.00 $1.00 $3,430.00 $9.50 $32,585.00 $25.00 $5,000.00 $2,850.00 $17,100.00 $300.00 $1,800.00 $125.00 $8,000.00 $4,800.00 $9,600.00 $35.50 $17,040.00 $27.50 $51,425.00 $78.00 $780.00 $27.50 $2,200.00 $1,925.00 $3,850.00 $1,300.00 $14,300.00 $1,050.00 $6,300.00 $325.00 $20,800.00 $8.75 $8,225.00 $3,500.00 $3,500.00 $16.00 $2,560.00 $7.75 $1,162.50 Total Bid This Unit $211,157.50 City of Fort Worth Project Manager: GOPAL SAHU, P.C. Project 01276 - CIP - 2008 CONTRACT 8B - PART 2 Unit/Section: Unit II - Paving Improvements Date City Project # Your Vendor Number 1/10/2012 1276 Your Company Name Jet Underground Utilities, Inc. Bid Items Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 Sub Group Land -Soil Park -Site Street -Parkway Street -Parkway Street -Parkway Street -Parkway Street -Paving Street -Paving Street -Paving Street -Paving Street -Paving Street -Paving Traffic -Sign Traffic -Sign Walkway -Sidewalk Walkway -Sidewalk walkway -Sidewalk Walkway -Sidewalk Art -Sign Art -Sign Street -Parkway CPMS Record Number BID-00147 BID-00181 BID-00402 BID-00404 BID-00412 BID-00411 BID-00424 BID-00452 BID-00471 BID-00472 BID-00484 BID-00496 BID-00506 BID-00504 BID-00529 BID-00530 BID-01227 BID-00536 BID-00121 BID-00003 BID-00407 Material Soil ServiceCS ServiceCS Concrete ServiceCS Other ServiceCS Concrete Asphalt ServiceCS Lime Lime Steel Steel ServiceCS Concrete Concrete Concrete Other ServiceCS Assembly Description Topsoil - Install Traffic Control - Install Driveway - Remove Driveway-6 Inch - Install Retaining Wall'- Remove (Retaining Wall - Install Curb & Gutter- Remove Pavement-7 Inch Concrete - Install ((includes silicone joint sealant)) 'Pavement -Transition -Min 6 Inch HMAC - Install ((SY)) 'Pavement -Unclassified Street Excavation - Remove Subgrade-8 Inch -Lime Stabilized-45 Ibs/sy - Install Subgrade-Lime for Stabilization -- Install Sign -Street signs - Install (remove and replace) Sign -Project Designation - Install Walk - Remove Walk-4 to 5 Ft - Install Walk-ADA ramp Walk -Steps - Install Miscellaneous - Install ((ceramictile house numbers on curb)) Sign -Address on Curb - Install Mailbox - Install Page 1 of 2 Your Unit Unit of Measure Quantity Price Your Bid Cubic Yard 630.00 $16.50 $10,395.00 Lump Sum 1.00 $15,000.00 $15,000.00 Square Foot 10445.00 $1.10 $11,489.50 Square Foot 10445.00 $3.50 I$36,557.50 Linear Foot 610.00 $2.50 I$1,525.00 Cubic Yard 35.00 $125.00 I$4,375.00 Linear Foot 5690.00 $2.50 I$14,225.00 Square Yard 9460.00 $32.00 I$302,720.00 Square Yard 1890.00 $31.00 I$58,590.00 Cubic Yard 9830.00 $14.00 $137,620.00 Square Yard 10320.00 $2.25 $23,220.00 Ton 240.00 $155.00 $37,200.00 Each 5.00 $150.00 $750.00 Each 10.00 $350.00 $3,500.00 Square Foot 21600.00 $1.00 $21,600.00 Square Foot 21600.00 $3.00 I$64,800.00 Each 23.00 $800.00 1018,400.00 Square Foot 350.00 $4.50 $1,575.00 Each 2.00 $150.00 $300.00 Each 49.00 $35.00 $1,715.00 Each 10.00 $150.00 $1,500.00 Bid Items Item No. Sub Group 22 Street -Paving 23 Drainage -Minor 24 Street -Paving 25 Water -Distribution 26 Water -Distribution 27 Sewer -Collection 28 Street -Parkway 29 Street -Erosion CPMS Record Number BID-00121 BID-00107 BID-00843 BID-00847 BID-00848 BID-00849 BID-00414 BID-00467 Material Other Concrete Concrete ServiceCS ServiceCS ServiceCS ServiceCS ServiceCS Description Miscellaneous — Install ((Speed Cushion)) Inlet-15 Ft — Install (Cover Only) Curb-7 Inch — Install Valve Box -Adjustment — Services Meter Box -Adjustment — Services Manhole -Adjustment — Services Utility Adjustment — Repair Erosion Control Page 2 of 2 Your Unit Unit of Measure Quantity Price Your Bid Each 3.00 $1,200.00 $3,600.00 Each 2.00 $2,572.75 $5,145.50 Linear Foot 5510.00 I $3.00 $16,530.00 Each 3.00 $300.00 $900.00 Each 46.00 $35.00 $1,610.00 Each 10.00 $350.00 $3,500.00 Lump Sum 1.00 I $30,000.00 $30,000.00 LS 1.00 $ 2,500.00 $2,500.00 Total Bid This Unit $830,842.50 LIST OF CAST IRON FBTTIIVGS FOR; 2008 CAPITAL IMPRf3VEMENT PROJECT-- PART 2 Pavement Reconstruction and Water & Sanitary Replacement Ct�NTRACT 8B CITY PROJECT No. 01276, DOE NO. 6484 MAY STREET (FROM W. TERRELL AVE. TO W. CANNON 5T.) LEDUA AVENUE (�ROM S.IENNINGS AVE. TO ST. LOUIS AVE.j MULKEY STREET (FROM 5. JONES ST. TO I-35 W) MARION STREET (FROM l-35 W TO EVANS AVE.) ILLfNOfS AVENUE (FROM E. PULASKI 5T. TO E. TERRELL ST.) TPW No. C204-541200-208400127683 Water No. P253-541200-708170127683 FtLE NO. X-21286, K-21Z2 nnn nR c� �R-rRot'T FnR THE FOLLOWtNG CAST IRON INCLUDING INSTALLATION l.U(Illdl.LVl Ji�a�� �n� u� v�ui��.., �..� .....p.._ � - -- - - is responsible for correct quantity total of ail fittings and specials. Vendor Compliance VENCOR COMPLIANCE TO STATE LAM Page 1 of I VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Tesas at an amount lower than the lowest Tesas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of ' 4tatc Hcrc cu t3lank ;, our principal place of business, are required to be 9��, I lere , percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of `iintc Here c�r }31an1. '„ 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. ❑� BIDDER: Company: Jet Underground Utilities, Inc. Address: PO BOX 800669 0 Balch Springs TX 75180 By: J. Crockett Boney _ (Si�nature) Title: President Date: 12-Jan-12 CITY OF FORT \VORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Fom� 2evised 20110627 �ND OP' SGCTION Bid FomrBid Bond_Vendor Compliance_Part II_Addendum No. 3 l-J � Section 5— General and Special Conditions � 5.1— Part C General Conditions (water — sewer) � 5.2 — Supplementary Conditions to Part C(water — sewer) � 5.3 — Part D— Special Conditions (water — sewer) � 5.4 — Part DA — Additional Special Condition (water — sewer) � 5.5 — Part E Specifications � 5.6 — Special Provisions (paving - drainage) � 5.7 - Wage Rates � 5.8 — Compliance with and Enforcement of Prevailing Wage Rates � 5.9 — Standard Details (water- sewer) ❑ 5.10 — Standard Details (paving- drainage) �, , J PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER 1, 1987 TABLE OF CONTENTS C1-1 C1-1.1 C1-1.2 C1-1.3 C1-1.4 C1-1.5 C1-1.6 C1-1.7 C1-1.8 C1-1.9 C1-1.10 Cl-l.11 C1-1.12 C1-1.13 C1-1.14 C1-1.15 C1-1.16 C1-1.17 C1-1.18 C1-1.19 C1-1.20 C1-3.21 C1-1.22 C1-1.23 C1-1.24 C1-1.25 C1-1.26 C1-1.27 C1-1.28 C1-1.29 C1-1.30 C1-1.31 C1-1.32 DEFINITIONS Definition of Terms Contract Documents Notice to Bidders Proposal Bidder General Conditions Special Conditions Specifications Bond Contract Plans City City Council Mayor City Manager City Attorney Director of Public Works Cl-1 (1) C1-1 (1) Cl-1 (2) Cl-1 (2) Cl-1 (2) C1-1 (2) C1-1 (2) Cl-1 (2) C1-1 (3) C1-1 (3 ) Cl-1 (3) C1-1 (3) C1-1 (3) C1-1 (3) C1-1 (4) C1-1 (4) C1-1 (4) Cl-1 (4) C1-1 (4) C1-1 (4) C1-1 (4) C1-1 (4) C1-1 (5) C1-1 (5) C1-1 (5) C1-1 (5) Cl-1(6) C1-1 (6) C1-1 (7) Cl-1 (7) cl-1(�) Cl-1(7) C2-2 C2-2.1 C2-2.2 C2-2.3 C2-2.4 C2-2.5 C2-2.6 C2-2.7 C2-2.8 C2-2.9 C2-2.10 C2-2.11 Director, City Water Department Engineer Contractor Sureties The Work or Project Working Day Calendar Day Legal Holiday Abbreviations Change Order Paved Streets and Alleys Unpaved Streets and Alleys City Streets Roadway Gravel Street INTERPRETATION AND PREPARATION OF PROPOSAL Proposal Form Interpretation of Quantities Examination of Contract Documents and Site Submitting of Proposal Rejection of Proposals Bid Security Delivery of Proposal Withdrawing Proposals Telegraphic Modification of Proposals Public Opening of Proposals Irregular Proposals C1-1 (1) C2-2 (1) C2-2 (2) C2-2 (2) C2-2 (3) C2-2 (3) C2-2 (3) C2-2 (4) C2-2 (4) C2-2 (4) C2-2 (4) C2-2 (5) C2-2.12 Disqualification of Bidders C2-2(5) C3-3 C3-3.1 C3-3.2 C3-3.3 C3-3.4 C3-3.5 C3-3.6 C3-3.7 C3-3.8 C3-3.9 C3-3.10 C3-3.11 C3-3.12 C3-3.13 C3-3.14 C3-3.15 C4-4 C4-4.1 C4-4.2 C4-4.3 C4-4.4 C4-4.5 C4-4.6 C4-4.7 C5-5 C5-5.1 C5-5.2 C5-5.3 C5-5.4 C5-5.5 C5-5.6 C5-5.7 C5-5.8 C5-5.9 C5-5.10 C5-5.11 C5-5.12 C5-5.13 C5-5.14 C5-5.15 C5-5.16 C5-5.17 C5-5.18 � AWARD OF EXECUTION OF DOCUMENTS Consideration of Proposals Minority Business Enterprise/ Women-Owned Business Enterprise Compliance Equal Employment Provisions Withdrawal of Proposals Award of Contract Return of Proposal Securities Bonds Execution of Contract Failure to Execute Contract Beginning Work Insurance Contractor's Obligations Weekly Payroll Contractor's Contract Administration Venue SCOPE OF WORK Intent of Contract Documents Special Provisions Increased or Decreased Alteration of Contract Extra Work Schedule of Operations Progress Scheclules for Plant Facilities Quantities Documents Water and Sewer CONTROL OF WORK AND MATERIALS Authority of Engineer Conformity with Plans Coordination of Contract Documents Cooperation of Contractor Emergency and/or Rectification Work Field Office Construction Stakes Authority and Duties of Inspectors Inspection Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Storage of Materials Existing Structures and Utilities Interruption of Service Mutual Responsibility of Contractors Cleanup Final Inspection LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C1-1 (1) C3-3 (1) C3-3 (1) C3-3 (1) C3-3 (2) C3-3 (2) C3-3 (2) C3-3 (2) C3-3 (4) C3-3 (4) C3-3 (4) C3-3 (4) ' C3-3 (7) C3-3 (7) C3-3 (7) C3-3 (8) C4-4 (1) C4-4 (1) C4-4 (1) C4-4 (2) C4-4 (2) C4-4 (4) C4-4 (4) C5-5 (1) C5-5 (1) C5-5 (2) C5-5 (2) C5-5 (3 ) C5-5 (3) C5-5 (3) C5-5 (4) C5-5 (5) C5-5 (5) C5-5(6) C5-5 (6) C5-5 (7) C5-5 (7) C5-5 (8) C5-5 (9) C5-5 (9) C5-5 (9) C6-6.1 C6-6.2 C6-6.3 C6-6.4 C6-6.5 C6-6.6 C6-6.7 C6-6.8 C6-6.9 C6-6.10 C6-6.11 C6-6.12 C6-6.13 C6-6.14 C6-6.15 C6-6.16 C6-6.17 C6-6.18 C6-6.19 C6-6.20 C6-6.21 C7-7 C7-7.1 C7-7.2 C7-7.3 C7-7.4 C7-7.5 C7-7.6 C7-7.7 C7-7.8 C7-7.9 C7-7.10 C7-7.11 C7-7.12 C7-7.13 C7-7.14 Laws to be Observed Permits and Licenses Patented Devices, Materials and Processes Sanitary Provisions Public Safety and Convenience Privileges of Contractor in Streets, Alleys, and Rights-of-Way Railway Crossings Barricades, Warnings and Watchmen Use of Explosives, Drop Weight, etc. Work Within Easements Independent Contractor Contractor's Responsibility for Damage Claims Contractor's Claim for Damages . Adjustment or Relocation of Public Utilities, etc. Temporary Sewer Drain Connections Arrangement and Charges of Water Furnished by City Use of a Section or Portion of the Work Contractor's Responsibility for Work No Waiver of Legal Rights Personal Liability of Public Officials State Sales Tax PROSECUTION.AND PROGRESS Subletting Assignment of Contract ` Prosecution of the Work Limitations of Operations Character of Workmen and Equipment Work Schedule Time of Commencement and Completion Extension of Time of. Completion Delays Time of Completion Suspension by Court Order Temporary Suspension Termination of Contract Due to National Emergency Suspension or Abandonment of the Work C6-6 (1) C6-6 (1) C6-6 (1) C6-6 (2) C6-6 (2) C6-6 (3) C6-6 (4) C6-6 (4) C6-6 (6) C6-6 (6) C6-6 (8) C6-6 (9) C6-6 (9) C6-6 (10) C6-6 (10) C6-6 (10) C6-6 (11) C6-6 (11) C6-6 (11) C6-6 (12) C6-6 (12) C7-7 (1) C7-7 (1) C7-7 (1) C7-7 (2) C7-7 (2) C7-7 (3) C7-7 (4) C7-7 (4) C7-7 (5) C7-7 (5) c�-� (6) C7-7 (6) C7-7 (7) and Annulment of Contract C7-7(8) C7-7.15 Fulfillment of Contract C7-7(10) C7-7.16 Termination for Convenience of the Owner C7-7(10) C7-7.17 Safety Methods and Practices C7-7(13) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement of Quantities C8-8.2 Unit Prices C8-8.3 Lump Sum C8-8.4 Scope of Payment C8-8.5 Partial Estimates and Retainage C1-1 (1) C8-8 (1) C8-8 (1) C8-8 (1) C8-8 (1) C8-8 (2) .� : : . : : : : : . . . . . : : � : : : : Withholding. Payment Final Acceptance Final Payment Adequacy of Design General Guaranty Subsidiary Work Miscellaneous Placement Record Documents SECTION C1-1 DEFINITIONS of Material C8-8 (3) C8-8 (3) C8-8 (3) C8-8 (4) C8-8 (5) C8-8 (5) C8-S (5) C8-8 (5) PART C - GENERAL CONDITIONS Cl-1 DEFINTIONS C1-l.l DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: C1-1.2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents-, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items: PART A- NOTICE TO BIDDERS (sample) PART B - PROPOSAL (sample) PART C - GENERAL CONDITIONS (CITY) White White Canary Yellow C1-1 (1) (Developer) PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT (Sample) (Sample) Brown Green E1-White E2-Goldenrod E2A-White Blue White White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A- NOTICE TO BIDDERS (Advertisement) Same as above PART B - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS C1-1 (1) l PART G - CONTRACT PART H- PLANS (Usually bound separately) C1-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished directly to interested parties pertaining to the work contemplated under the Contract Documents constitutes the Notice to Bidders. C1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. C1-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. C1-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions, the latter shall take precedence and shall govern. C1-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1.8 SPECIFICATIONS: The Specifications are that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed and useful project. Whenever reference is made to c1-1(2) standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as thought they were embodied therein. C1-1.9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3.7) b. Payment Bond (see paragraph C3-3.7) c. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part a and C2-2.6) C1-1.10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C1-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from other parts of the Contract Documents, but they are a 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 un.der the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. C1-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. C1-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas. c1-1(3) C1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. C1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. C1-1.17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. C1-1.18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. C1-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. G1-1.20 CONTRACTOR: The person, persons, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub-contractor is a person, firm corporation, or others under contract with the principal contractor, supplying labor and materials or only labor, for work at the site of the project. C1-1.21 SURETIES: The Corporate bodies which are bound by such bonds are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C1-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable proj ect . C1-1 (4) C1-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6. C1-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. C1-1.25 LEGAL HOLIDAYS: Legal holidays shall prescribed by the City Council of the City of observance by City employees as follows: 1. 2. 3. 4. 5. 6. 7. 8. 9. New Year's Day M.L. King, Jr. Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu determine. be observed as Fort Worth for January 1 Third Monday in January Last Monday in May July 4 First Monday in September Fourth Thursday in November Fourth Friday in November December 25 of holidays as the City Council may When one of the above named holidays or a special holiday declared by the City Council, falls on Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following Monday by those employees working on working day operations. Employees working calendar day operations will consider the calendar holiday as the holiday. � C1-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents, the intent and meaning shall be as follows: AASHTO - American Association of State Highway Transportation Officials ASCE - American Society of Civil Engineers LAW - In Accordance With AWWA - American Water Works Association ASA - American Standards Association HI - Hydraulic Institute C1-1 (5) � ' Asph. - Asphalt Ave. - Avenue Blvd. - Boulevard CI - Cast Iron CL - Center Line GI - Galvanized Iron Lin. - Linear or Lineal lb. - Pound MH - Manhole Max. - Maximum MGD -Million Galloris per Day CFS - Cubic Foot per Second Min. - Minimum Mona. - Monolithic o - Percentum R - Radius I.D. - Inside Diameter O.D. - Outside Diameter Elev. - Elevation F - Fahrenheit C - Centigrade In. - Inch Ft. - Foot � St. - Street Cy - Cubic Yard Yd. - Yard Sy - Square Yard L.F. - Linear Foot 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 250 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 : cl-1(6) 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. C1-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above for `�Paved Streets and Alleys." C1-1.30 CITY STREETS: A city street is defined as that area between the right-of-way lines as the street is dedicated. C1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') feet back of the curb lines or four (4') feet back of the average edge of pavement where no curb exists. C1-1.32 GRAVEL STREET: A gravel street is any unpaved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. C1-1 (7) Y SECTION C-GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with proposal forms which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten (100) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received. Such experience must have been on projects completed not more than five (5) years prior to the date on which bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall available for the project and additional equipment as may be on which he submits a bid. schedule the equipment he has state that he will rent such required to complete the project c2-2 (1) .� 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 wi11 be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Prior to the filing of proposal, bidders are required to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary, to gain a complete knowledge of the conditions which will be encountered during the construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that cont�ined in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal in prima-facie evidence that the bidder has made the investigations, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. � C2-2 (2) � The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantees that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do the work contemplated or furnish the materials required. All such prices sha11 be written legibly. In case of discrepancy between the price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given, and the proposal must be signed by a member of the firm association, or partnership, or by a person duly authorized. If a proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, incomplete bids, erasures, or irregularities of any kind, or contain unbalanced values of any items. Proposals tendered or delivered after the official time designated for receipt of proposals shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a"Proposal Security" of the character and in the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required tiine execute a formal contract and furnish the required performance and other bonds. The bid security of the c2-2 (3) � three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2.7 DELIVERY OF PROPOSALS: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL" and the name of description of the project as designated in the ��Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals a�tually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City manager, and filed with him prior to the time set for the opening of propos•als. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration wi11 be given to the proposal. C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the owner until c2-2 (4) the contract has been awarded representatives are invited to bids. Bidders or their authorized be present for the opening of C2-2.11 IRREGULAR PROPOSALS: Broposals shall be considered as being `�Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which cannot be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons: a. b. c. d. e. f. g- h. Reasons for believing that collusion exists among bidders. Reasonable grounds for believing that any' bidder is interested in more than one proposal for work contemplated. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. The bidder being in arrears on any existing contract or having defaulted on a previous contract. The bidder having performed a prior contract in an unsatisfactory manner. Lack of competency as revealed by the financial statement, experience record, equipment schedule, and such inquiries as the Owner may see fit to make. Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions. 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. C2-2 (5) u 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. cz-2 (6) i� PART C-GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3.1 CONSIDERATION OF PROPOSALS: opened and read aloud, the proposals basis of the quoted prices, the proposal, and the application of such of brining items to a common basis as Contract Documents. After proposals have been will be tabulated on the quantities shown in the formulas or other methods may be established in the The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and acc.urate information regarding actual work performed by a Minority Business Enterprise (MBE) an/or a Woman-Owned Business Enterprise (WBE) on the contract and the payment therefore. Contractor further agrees, upon request by Owner, to allow an audit and/or an examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with current City Ordinance prohibiting discrimination in employment practices. The Contractor shall post the required C3-3 (1) u notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty- five (45) days after the date on which the proposals were opened. C3-3.5 AWARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if an award is made, will be to the lowest and best responsible bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the Owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND:. A good and sufficient performance bond in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal and tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work C3-3 (2) i� b. or the use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and sha11 remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. c. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. d. PAYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344 Acts 56th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. e. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury List for that company. Each bond shall be properly executed by both the Contractor and the Surety Company. 0 C3-3 (3) :� Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has by appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal, and the Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the Owner by reason of said awardee's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed Order", it is agreed that the surety Company will, within ten 910) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3.11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all the insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be C3-3 (4) responsible for delivering to the Owner the sub-contractor's certificate of insurance for approval. The prime contractor shall indicate of the certificate of insurance included in the documents for execution whether or not his insurance covers sub- contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Workers' Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers' compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract Contractor's Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. c. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation (if excavations are to be performed adjacent to same). 4. Damage to underground utilities for $500,000. 5. Builder's risk (where above-ground structures are involved). 6. Contractual Liability (covers all indemnification requirements of Contract). C3-3 (5) �� 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 be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub-contractor, should the Prime Contractor's insurance not cover the sub-contractor's work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and performance, payment, maintenance and all such other bonds are written shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth, Tarrant � County, Texas. Each such agent shall be a duly qualified agent, one upon whom service of process may be had, and must have authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or C3-3 (6) any other claimant, any claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex (the Fort Worth-Dallas area.) The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditures, all claims against the work or any other matter associated such as maintaining adequate and appropriate insurance or security coverage for the project. C3-3 (7) � Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth-Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, appropriately signed and sealed, as applicable, by the Contractor's responsible officers with the understanding that this written assignment of authority to a local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether oriented in furthering the work, or other, are governed directly by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be for periods in which work stoppages are in effect fort his reason. C3-3.15 VENUE: Venue of any action herein shall be exclusively in Tarrant County, Texas. C3-3 (8) PART C-GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C4-4 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra of special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, then "special Provisions: covering all such work will be prepared by the Owner previous to the time of receiving bids or proposal for such work and furnished to the bidder in the form of Addenda. All such "Special Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein. C 4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and if found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be C4-4 (1) �� determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or• desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as `�Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided, however, that before any extra work is begun a��Change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. c. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and (4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 0 of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The C4-4 (2) d. fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in (1), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the engineer for written orders authorizing such Extra Work, prior to beginning such work. Should a difference arise as to what does or does not constitute Extra Work or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written reques� for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "extra work" whether or not initiated by a"change order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4 (3) : _� C4-4.6 SCHEDULE OF OPERATIONS: Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner's approval thereof, a "Schedule of Operations," showing by a straight line method the date of commencing and finishing each of the major elements of the contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepared on 8 1� `� X 11" sheets and at least five black of blue line prints shall be furnished to the Owner. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within Ten (10) days prior to submission of first monthly progress payment, the Contractor shall prepare and submit to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the se.veral major activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. Prior to the final drafting of the detailed construction schedule, the contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to time constraints, sequencing requirements and completion time. C4-4 (4) b. The construction process shall be divided into activities with time durations of approximately fourteen (14) days and construction values not to exceed $50,000. Fabrication, delivery and submittal activities are exceptions to this guideline. c. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall, as a minimum, be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen(14) days' duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and pre-acceptance activities and events in their logical sequence for equipment and materials. l. Preparation and transmittal of submittals. 2. Submittal review periods. - 3. Shop fabrication and delivery. 4. Erection or installation. C4-4 (5) .� 5. 6. 7. 8. 9. 10. Transmittal of manufacturer's operation and maintenance instructions. Installed equipment and materials testing. Owner's operator instruction (if applicable). Final inspection. Operational testing. Final inspection. If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time. If the Owner finds the proposed plan not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or the overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion within the time specified. C4-4 (6) PART C-GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. He shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequences of procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the Contract Documents. He shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the Owner and Contractor, a written decision on the matter in controversy. C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections., finish, and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. CS-5 (1) .J� 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 specifications, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the Contract Documents, and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in the drawings, specifications, or other portions of the Contract Documents, which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of the Contract Documents and shall have available on the site of the project at all times one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this respons.ibility 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 cs-5 (2) 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 travelling public or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer , and his inspector to examine and inspect the workmanship and materials entering into the work. 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 on a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or corrections necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall then deduct an amount equal to the entire costs for such remedial action, plus 25o, 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 by 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather-proof, so that documents will not be damaged by the elements. C5-5.7 CONSTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and CS-5 (3) � measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking a may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings, as may be established for the Contractor's use or guidance, shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25o will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTORS: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer the progress of the work and the manner in which it is being performed, any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accoraance wiLn Lne r��u In case of any dispute ari_ City Inspector as to the mat manner of performing the w authority to reject material the question at issue can be Engineer. The City Inspect to revoke, alter, enlarge, Contract Documents, nor to section of the work, nor to the requirements of the Cont act as superintendent or for the Contractor, or interfere the work. He will not compensation in any form .LC1lLCi1L5 VL L11C �.vil�ia�.� vv�.u�«�.,...,. ing between the Contractor and the :rials or equipment furnished or the �rk, the City Inspector will have or equipment to suspend work until referred to, and be decided by, the r will not, however, be authorized r release any requirement of these approve or accept any portion or issue any instructions contrary to ract Documents . He will in no case �man or perform any other duties for with the management or operation of accept from the Contractor any for performing any duties. The CS-5 (4) Contractor shall regard and obey the directions and of the City Inspector or Engineer when the same are with the obligations of the Contract Documents, however, should the Contractor object to any instructions of the City Inspector, the Contractor six days make written appeal to the Engineer for his the matter in controversy. instruction consistent provided, orders or may within decision on 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 qood of the parts, removed shall be paid for as extra work, but should be work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. C5-5.10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at his own expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specifically provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due to the Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works. cs-5 (s) _� C5-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if contractor wishes to furnish or use a proposed substitute, he shall, prior to the pre-construction conference, make written application to Engineer for approval of such substitu.te certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified; and identifying all variations of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without the written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense. Contractor shall indemnify and hold harmless Owner and engine�er and anyone directly or indirectly employed by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. C5-5.12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless otherwise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use the materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the CS-5 (6) mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for�replacing any concrete which does not meet the requirements of the contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of the new materials. C5-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction operation shall be stored to insure the preservation of the quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. C5-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the Plans relative to existing utilities are based on the best information available. Omission from or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibili.ty for failure to show any or all such structures and utilities on the Plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision for which is not made in the Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures and service lines. Verification of existing utilities, structures and service lines shall include c5-s (�) � notification of all utility companies at least forty-eight (48) hours in advance of construction including exploratory excavation if necessary. All verification of existing utilities and their adjustment shall be considered as subsidiary work. 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 of location, time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel of time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's entrance doorknob. The tag shall be durable in composition, and in large bold type shall say: "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be 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 . CS-5 (8) C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts or neglect on the part of the contractor, any other Contractor or any sub-contractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub-contractor shall assert any claim against the Owner on account of any damage alleged �o 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. If, within twenty-four (24) hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the contractor in the written notice, and the costs of such direct action, plus 250 of such costs, shall be deducted from monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. He sha.11 leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that the final inspection be made. Such inspection will be made within 10 days after such notification. After such CS-5 (9) e 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. CS-5 (10) PART C-GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL REI�ATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract prices shall include all royalties or costs arising from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify, and save harmless, the Owner from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon by the design, type of construction or material C6-6 (1) r, or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment - stored about the work shall be so placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to property contiguous to the work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement of crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Other means may include the diversion of driveway traffic, with specific approval by the Engineer. If diversion of traffic is approved by the Engineer, the Contractor shall make arrangements satisfactory to the Engineer for the diversion of traffic and shall, at his own expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. C6-6 (2) The materials excavated and the construction materials, such as pipe, used in the construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor in reference to public convenience and safety which may come to its attention, after twenty-four (24) hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work done or materials furnished by the Owner or by the City shall be deducted from monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are again placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. The Contractor shall at all times conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT- OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of- way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in C6-6 (3) 0 writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or stacked in such a way that does not interfere with the use of spaces that may be designated to be left free and unobstructed, or inconvenience occupants of adjacent property. If the street is occupied by railway tracks, the work shall be carried on in such manner as. not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railway, the City will secure the necessary easement for the work. Where the railway tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railway company regarding the methods of performing the work and take all precautions for safety of property and the public. Negotiations with the railway companies for permits shall be done by and through the City. The Contractor shall give the City notice not less than five days prior to the time of his intention to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra or additional compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall, at his own expense, furnish, erect, and maintain such barricades, fences, lights and danger signals, and shall provide such watchmen, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away, and vehicles from being driven on or into, any work under construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. C6-6 (4) All installations and procedures shall be consistent with the provisions set forth in the ��1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways", issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d, Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 870-8075), to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual, and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. The Contractor will be held responsible for all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work, the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or for salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience .of the public C6-6 (5) � during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four (24) hours in advance of the use of any activity which might damage or endanger property along or adjacent to the work. Where the use of explosives is to be permitted on the project as specified in the Special Contract Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four (24) hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. All claims arising out of the use of explosives shall be investigated and a written report made by the Contractor's insurers to the Engineer within ten (10) days after receipt of written notice of the claim to the Contractor from either the City or the claimant. The city shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until the cause of the complaint has been addressed. Whenever explosives are stored or kept, they shall be stored in a safe and secure manner and all storage places shall be plainly marked "DANGEROUS EXPLOSIVES and shall be under the care of a competent watchman at all,/ times. All vehicles in which explosives are being transported shall be plainly marked as mentioned above and shall, insofar as possible, not use heavy traffic routes. C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his own expense. Such C6-6 (6) � additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing of the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor, and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions, which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to all trees, shrubbery, plants, lawns, fences, culverts, curbing and all other types of structures or improvements, and to all water, sewer and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences, and to all other public or private property along adjacent to the work. The Contractor shall notify the proper representatives of owners or occupants of public or private lands or interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material or equipment. When and where any direct or indirect damage or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof on the part of the Contractor, he shall restore or have restored at his own cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. C6-6 (7) ._� All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross braced posts on either side of permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross braced posts at point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property to make good such damage or injury, the Owner may, upon 48-hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuilt or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due or to become due to the Contractor under this Contract. C6-6.11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant or employee of the Owner. Contractor shall have exclusive control of and the exclusive right to control the details of all the work and services performed hereunder, and al1 persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractors, subcontractors, licensees invitees. The doctrine of respondent superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6 (8) C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owrier, its officers, servants, or ertt�loyees. Contractor likewise covenants and agrees to indemnify and hold harmless the pwner 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 injuzy or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or e�Ioyees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a, letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which any such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and amount of such alleged C6-6 (9) damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as herein required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. � C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to their property that may be necessary by the performance of this contract. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage, which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or diversions. The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6.16 ARR.ANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. C6-6 (10) City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrants and/or valves is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the City Ordinance, or where no ordinance applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written order of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or to deficient operations on the part of the Contractor, shall be preformed by the Contractor at his own expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution of non-execution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the causes herein. C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the engineer or any order by the Owner by payment of money or any payment for or acceptance of. any work, or any extensian of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. C6-6 (11) � The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representatives of the Owner, either personally or otherwise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller's Ruling .011, and any other applicable State Comptroller rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owned improvement in a street right-of-way or other. easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (H) of the Texas limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Limited Sale, Excise and Use Tax permits and information can be obtained from: . Comptroller of Public Accounts Sale Tax Division Capitol Station Austin, TX C6-6 (12) PART C-GENERAI� CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS C7-7.1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendence, work of a value of not less than fifty (500) percent of the value embraced in the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject to the same requirements regarding character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent, or other designated representative. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor sha11 not assign, transfer, sublet, convey, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any state, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operation, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a c�-� (1) � brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall also be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from the full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 "Extension of Time of Completion" of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATIONS OF OPERATIONS: The working operations shall. at all times be conducted by the Contractor to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than �is necessary for the proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER OR WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring in from outside the City of Fort Worth his key men and his superintendent. Al1 other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties or tasks assigned to them, and the Engineer may demand and secure the C7-7 (2) summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or refuses to comply with or carry out the directions of the Owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work, workmen or adjacent property will result from its use. C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as defined in Cl- 1.23 ��WORKING DAY" or the date stipulated in the ��WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later than the Thursday preceding. b. Any work to be done on the proj ect 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 c�-� (3) Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in 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 of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized by the Owner. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay sha11 have occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will be given to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but limited to acts of the public enemy, acts of the Owner, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, freight embargoes, or delays of sub- contractors due to such causes. When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the contractor has made a bona fide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. C7-7 (4) If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than , those set forth in the approved Contract Documents, then the contract time may�be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct, shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application -for which shall, however, be subject,to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF. COMPLETION: The time of completion is an essential element of the contract. Each bidder shall indicate in the appropriate place on the last page of the Proposal the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the Proposal section of the contract documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or the increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given iri the following c�-� (s) .� schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. AMOUNT OF CONTRACT DAMAGES $5,001 5,001 25,001 50,001 100,001 500,001 1,000,001 2,000,001 and over LIQUIDATED Less to to to to to to to than $5,000 15,000 25,000 50,000 100,000 500,000 1,000,000 2,000,000 $35.00 45.00 63.00 105.00 154.00 210.00 315.00 420.00 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be impossible or very difficult to accurately estimate, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any Court,_and will not be entitled to additional compensation by virtue of such Court Order. Neither will he be liable to the City in the event the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unfavorable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. c�-7 (6) If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of, the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THE TIME OF COMPLETION, and should it be determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off.the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based� on actual cost to the Contractor of moving the equipment and no profit will be allowed. � No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency so declared by the President of the United States, or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall, within seven days, notify the City in writing giving a detailed statement of the efforts which have been made and listing al1 necessary items of labor, materials, and equipment not obtainable. If, after investigation, the Owner finds that such conditions exist and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, then if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials and equipment within thirty days, the Contractor may request the c�-� (�) J Owner to terminate the contract and the Owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include, but not be limited to, the payment for all work executed but no anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared cancelled by the City Council for any good and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work operations by Contractor is insufficient to complete the work within the specified time. c. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g. Failure of the Contractor to promptly make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. C7-7 (8) h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. i. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. j. If the Contractor shall, fail to carry on the acceptable manner. for any cause whatsoever, working operation in an k. If the Contractor commences legal action against the Owner. A copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any cause or causes, or when the contract is cancelled, the Contractor shall discontinue the work or such part thereof as the Owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with the written consent of the Owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon consent of the Owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. In case the Sureties do not, within the specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered the c�-� (9) � Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such part thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the Owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have been payable under the contract if the same had been completed by the Contractor, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in a manner that does not hinder or interfere with performance of the work by the Owner. C7-7.15 FULFILLMENT OF CONTRACT: The Contract will be considered as having been fizlfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: A. NOTICE OF TERMINATION: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. Any such termination shall be affected by C7-7 (10) mailing a notice of termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the Owner regarding such discretionary action. B. CONTRACTOR ACTION: After receipt termination, and except as otherwise Engineer, the Contractor shall: l. 2. 3. � of a no.tice of directed by the Stop work under the contract on the date and to the extent specified in the notice of termination; Place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; Terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the not5ice of termination; Transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: a. � the fabricated or unfabricated parts, work in process, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of termination; and the completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would .have been required to be furnished to the Owner. 5. Complete performance of such part of the work as shall not have been terminated by the notice of termination; and c�-� (11) � _.� 6. Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the contractor and in which the Owner has or may acquire the rest. C. TERMINATION CLAIM: Within 60 days after notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. D. AMOUNTS: Subject to the provisions of Item C7-7.16 (C), the Contractor and Owner may agree upon the whole or any part of the amount or amounts to be paid to the contractor by reason of t.he total or partial termination of work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise made and as further reduced by the contract price of work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits. Nothing in C7-7.16(E) hereafter, prescribing the amount to be paid to the � Contractor in the event of failure of the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7- 7.16 (D) upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this section the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. C7-7 (12) F. DEDUCTIONS: In arriving at the amount due the contractor under this section, there shall be deducted (a) all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; (b) any claim which the Owner may have against the Contractor in connection with this contract; and (c) the agreed price for, or the proceeds of sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by the notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; nothing contained herein, however, shall limit the right of the Owner and the contractor to agree upon the amount or amounts to be paid to the Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. NO LIMITATION OF RIGHTS: Nothing contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "Suspension or Abandonment of the Work and Amendment of Contract" or any other right which Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining, and supervising a11 safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations to protect person and property from injury, including death, or damage in connection with the work. c�-� (13) PART C-GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT SECTION C8-8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of wo_rk performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and items installed. C8-8.2 UNIT PRICES: When in the Proposal a��Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finished overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other causes, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8.3 LUMP SUM: When in the Proposal a��Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The� Contractor shall receive and accept the compensation, as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any cs-s (1) unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfection, or damage shall have been discovered on or before the final inspection and acceptance of work or during the one year guaranty period after final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the lst and 5tn day of each month the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period, under the Contract Documents. Not later than the lOth day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars ($100.00) in amount, 900 of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000, or 950 of such estimated sum will be paid to the Contractor if the total contract amount is $400,000 or greater, within twenty- five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimate may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time cs-g (2) of the estimate have not been installed. Such payment will be allowed on a basis of 850 of the net invoice value thereof. The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that the partial estimate from month to month will be approximate only, and all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the contractor fails to perform the work strictly in accordance with the specifications or provisions of this contract. C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for the final inspection. The Engineer shall notify the appropriate officials of the Owner, who will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment therefor as outlined in C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Co�tract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. cs-g (3) , All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under Contract Documents or any act or neglect of said City relating to or connected with the Contract. The making of the final payment by the Owner shall not relieve " the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent Engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. C8-8 (4) C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be �made for only that amount of material used, measured to the nearest one-tenth unit. � Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. C8-8.13 RECORD DOCUMENTS: Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the site, in good order and annotated to show all changes made during the construction process. These shall be delivered to Engineer upon completion of the work. 71 0 SECTION C1: SUPPLEMENTARY CONDITIONS TO PART C- GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C8-8.5 PARTIAL ESTI.MATES 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 Sth day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the lOth day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will fiirnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the worlc in strict accordance with the specifications or other provisions of this contract. C. Part C- General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D- Special Conditions. D. C3-3.11 INSUREINCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised Pg• 1 10/24/02 E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its offcers, 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 perF�rmed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, dama�e or death is caused, in whole or in part, by the ne�li�ence or alle�ed ne�liQence of Owner, its officers, servants, or emplovees. Contractor likewise covenants and agrees to indemni.fy 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 ternis and conditions of this Contract, whether or not anv sacch iniicry or dama,�e is caused in whole or in part bv the ne�li�ence or alCe,�ed ne.�li�ence of Owner, its officers, ser-vants or etnployees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner witli 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 perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. G. C3-3.11 INSUR.ANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL Revised Pg. 2 10/24/02 INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention ]i�nits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. Revised Pg• 3 10/24/OZ m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: . The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph CS-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 ternls of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, .or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. I. C8-8.10 GENEItAL GUAR_ANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the fmal 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 worlc 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 fmal acceptance of the work unless a longer period is specified and shall fiirn.ish a good and su�cient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Revised Pg. 4 10/24/02 Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C- General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWTNG 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. Af�er all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated conf�mation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confinnation is not received within forty-eight (48) hours after the proposal opening time, no fiirther consideration will be given to the proposal K. C3-3 7 BONDS �CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: l. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: Revised Pg• 5 10/24/02 In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". L. RIGHT TO AUDIT: Part C- General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years a$er 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: l. 50 copies and under - 10 cents per page Revised Pg. 6 10/24/02 2, More than 50 copies - 85 cents for the first page plus fif�een cents for each page thereafter M. SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6.10 work within easements, page C6-6(4), part C- General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C- General Conditions, Section C6-6.8 BARRICADES WARNINGS AND WATCHMEN: l. 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 s� (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. O. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C(General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefare. 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 misrepresentation) and/or commission of fraud will result in the Contractor being deternvned to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. Revised Pg• � 10/24/02 _ , . . __ __ P. �'WAGE RATES: Section C3-3.13 o�the General Conditions is deleted and r�placed with, _ _ _ . __ _ the following: (a) The cantractor sha�l carnply with all requirements of Chapter 22'S $, Texas Governmeni; Cod�, inciuding the payment ofnatless than.ihe xates detertnined by t1�e City Council of the City of Fort WQrth`.to be �he prevaiiing wage rates in accordance with Chapter .2258,; Texas �Govezn:rnent Code.' Such prevailu�.g wage rates are inc�uded in,these contiract j�, .. , - : _ . _._. . ... ; . _, . :. . .. , (d);With each par�ial pa�nerii estimate o�;payroll period, whichever is less, an affidavit: stating �hat tlie contractor has compliad �vith the requirements of Chapter 225 $,; Texas ; Government Cocie;} The contractor shall posti the'p�evailing wage rate� in a conspicuous place at the site of the, project at all tinies:; - Revised Pg• $ 10/24/02 (c) The contractor shall uiclude in its subcontracts andJor shall otherwise;require a11 of'i�s' subcontractozs �o,co�iply,witla paragraplis (a) and,(b) above: ! PA��' Q � SPECI�L G��1D[TfO�S D-1 GENERAL ............................................................................................................................3 D-2 COORDINATION MEETING ................................................................................................5 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ......................5 D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ......................................7 D- 5 CROSSING OF EXISTING UTILITIES .................................................................................7 D- 6 EXISTING UTILITIES AND IMPROVEMENTS ....................................................................8 D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES ..................................................................8 D- 8 TRAFFIC CONTROL ...........................................................................................................9 D- 9 DETOURS .........................................................................................................................10 D- 10 EXAMINATION OF SITE ...............................................................................................10 D- 11 ZONING COMPLIANCE .................................................................................................10 D- 12 WATER FOR CONSTRUCTION ....................................................................................10 D- 13 WASTE MATERIAL .......................................................................................................10 D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE ........................................................10 D- 15 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES ..............................11 D- 16 BID QUANTITIES ..........................................................................................................11 D- 17 CUTTING OF CONCRETE ..................................................................._........................11 D- 18 PROJECT DESIGNATION SIGN ...................................................................................11 D- 19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ........................................12 D- 20 MISCELLANEOUS PLACEMENT OF MATERIAL ..........................................................12 D-21 CRUSHED LIMESTONE BACKFILL ..............................................................................12 D- 22 2:27 CONCRETE ...........................................................................................................13 D- 23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION .........................:.................13 D- 24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ..............14 D- 25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ..................15 D- 26 SANITARY SEWER MANHOLES ..................................................................................16 D- 27 SANITARY SEWER SERVICES ....................................................................................19 D- 28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES ..................20 ' D- 29 DETECTABLE WARNING TAPES .................................................................................23 D- 30 PIPE CLEANING ............................................................................................................23 D- 31 DISPOSAL OF SPOIVFILL MATERIAL .........................................................................23 D- 32 MECHANICS AND MATERIALMEN'S LIEN ...................................................................23 D- 33 SUBSTITUTIONS ..........................................................................................................23 D- 34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ...............24 D- 35 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................27 D- 36 BYPASS PUMPING ......................................:................................................................28 D- 37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............28 D- 38 SAMPLES AND QUALITY CONTROL TESTING ...........................................................30 D- 39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) .................................................................................31 D- 40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ..........................32 D- 4� PROTECTION OF TREES, PLANTS AND SOIL ...........................................................32 D- 42 SITE RESTORATION ....................................................................................................32 D- 43 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................33 D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ...............................................33 D- 45 CONFINED SPACE ENTRY PROGRAM .......................................................................38 D- 46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ..............................39 D- 47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ........................39 D- 48 CONCRETE ENCASEMENT OF SEWER PIPE ............................................................40 D- 49 CLAY DAM ...............:.....................................................................................................40 ovosi2o�o SC-1 e I'ART � � SPECEAL �ON�ITEO[�S D- 50 EXPLORATORY EXCAVATION (D-HOLE) ....................................................................40 D- 51 INSTALLATION OF WATER FACILITIES ......................................................................40 51.1 Polyvinyl Chloride (PVC) Water Pipe ........................................................................,..40 51.2 Blocking .......................................................................................................................41 51.3 Type of Casing Pipe .....................................................................................................41 51.4 Tie-Ins ..........................................................................................................................41 51.5 Connection of Existing Mains .......................................................................................41 51.6 Valve Cut-Ins ...............................................................................................................42 51.7 Water Services ............................................................................................................42 51.8 2-Inch Temporary Service Line ....................................................................................44 51.9 Purging and Sterilization of Water Lines ......................................................................45 51.10 Work Near Pressure Plane Boundaries .......................................................................45 51.11 Water Sample Station ..................................................................................................46 51.12 Ductile Iron and Gray Iron Fittings ................................................................................46 D- 52 SPRINKLING FOR DUST CONTROL ............................................................................47 D- 53 DEWATERING ..............................................................................................................47 D- 54 TRENCH EXCAVATION ON DEEP TRENCHES ...........................................................47 D- 55 TREE PRUNING ............................:...............................................................................47 D- 56 TREE REMOVAL ...........................................................................................................48 D- 57 TEST HOLES .................................................................................................................48 D- 58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ...:......................................... ...............................49 ............................................. D- 59 TRAFFIC BUTTONS ......................................................................................................49 D- 60 SANITARY SEWER SERVICE CLEANOUTS ................................................................50 D- 61 TEMPORARY PAVEMENT REPAIR ..............................................................................50 D- 62 CONSTRUCTION STAKES ...........................................................................................50 D- 63 EASEMENTS AND PERMITS ........................................................................................50 D- 64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ..................................................51 D- 65 WAGE RATES ..............................................................................................................51 D- 66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ......................................53 D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN1 ACRE) .............................................................................................................................53 D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS ..................................................:...................................................55 D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ...................................................56 D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION .......................................................56 D-71 AIR POLLUTION WATCH DAYS .......................................................................................57 D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ............................................57 02/09/2010 S C-2 PA�T Q � SPEGIA� GQND[T�ONS 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: ROADWAY IMPROVEMENTS OF MAY STREET, LEUDA STREET, MULKEY STREET, MARION STREET, AND ILLINOIS AVENUE FORT WORTH, TEXAS CITY PROJECT NO. 01276 WATER DEPARTMENT PROJECTS NO. P253-541200-708170127683 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. 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 02/09/2010 SC-3 .� PA�T R -� SPEGIA� CQNDIT'[Q[�S 2. STANDARD SPECIFICATIONS FOR PUBL.IC WORKS CONSTRUCTION - NORTH CENTRALTEXAS Any confiict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not � separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed ma , 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. ovosi2o�o SC-4 PAR� D - SPECIAI� CONQIT[C�[�� D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)- includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 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 02/09/2010 S C-�J PA�T � -� SPE�(A�, GO�C�fT�Q�S 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: � 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; . 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in 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 02/09/2010 SC-6 F'A��' Q � SPEGlAL CC)�1Q[T[ONS 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." . Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D- 5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be 02/09/2010 S C-7 �A�T D -� S�ECIAL GQ�II�[T�O[�S constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D- 6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for clairris for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. It is understood that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. � In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by perFormance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new 02/09/2010 S C—$ _ . _-_ _ _. . � . . . . . . e ._... — .. . . _ , PA�,T Q � SPEG�Q�, GOND[T[O�S 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 damaqe 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 6701 d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. Unless otherwise included as part of the Construction documents, the Contractor shall submit a traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P.E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicafs" on the City's Buzzsaw website. Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the timeframe mutually established in the `Notice to Proceed' issued the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 817-392-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The lump sum pay item for traffic control shall cover design and / or installation, and maintenance of the traffic control plan. 02/09/2010 SC-9 �� PART D_ -� SPECIAE. CQND[T'�ON� D-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D- 10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D- 11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D- 12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. D- 13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that lceeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: � Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any lcind off of residents' property If the Engineer does not feel that the jobsite has been lcept in an orderly condition, on the next estimate payment (and all subsequent payments Lmtil 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- oa�osizo�o SC-10 ���-� o � SPE�tA[� G0�1a[TI4�S of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth shall give final acceptance of the completed project work. D- 15 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." • 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCOR) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCOR, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCOR company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D- 16 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- 17 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- 18 PROJECT DESIGNATION SIGN 02/09/2010 SC-11 L� PA�� D � �PEC�AL GO�QfI�[ONS Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be 1'-0" by 2'-0" in size. The information box shall have the following information: For Questions on this Project Call: (817) 392-8306 M-F 7:30 am to 4:30 p.m. or (817) 392-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D- 19 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, required, shall be included driveway repair. concrete, forming materials and all other associated appurtenances n the square yard price of the bid item for concrete sidewalk or D- 20 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- 21 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. ovosi2o�o SC-12 �A�� � - SF'EGIAL GONQ[T�QNS 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- 22 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures STR-028,STR-029 and STR-031 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- 23 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. shail be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: in accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C° or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back-fill material is not suitable, Type "B" backfill material shall be used only with the consent and approval of the Engineer. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure WTR-029. Sand material specified in WTR-029 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: 02/09/2010 SC-� 3 PAR� Q -� SPECfA[, GONQlT'�ONS • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size % Retained 1 " 0-10 1 /2" 40-75 3/8" 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 inethods 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 inethods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. D- 24 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 STR-028 through STR-031. � 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. 02/09/2010 SC-14 - . _ �� PART D -� SF�EGIAL C4ND[T[QI�S Ali 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 walis. 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 Pubiic Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of tweive (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitabie for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date. A permit must be obtained from the Construction Services Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Construction Services section will inspect the paving repair after construction. This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Construction Services section. D- 25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U:S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P- Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM - Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels. ozosi2o�o SC-15 � ���� a - sPE�E�� �a�����o�s 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. if the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. if the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre- formed gasket material. Position the butt joinfi of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surFace of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. 02/09/2010 SC-� 8 PAR.� Q �- SPECfAL �C)N�[T�O�S The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for adjusting and/or sealing of existing manholes shall inciude all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D- 27 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. D. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be perFormed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown 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 02/09/2010 SC-19 i �i PA�T Q � SP�CrQ��. GQNDIT[ONS (shown on the plans) at the building clean-out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route. All applicable sewer mains, laterals and affected service lines that are installed without pre-construction de-holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring thafi the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. All re-routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S.T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. � Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surFace restoration on privatE property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. � D- 28 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. 02/09/2010 SC-2� PART Q - SR�CIAL, GQ�JQ[�'[Q[�� A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surFace and grade. D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and vaive box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. � G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surFace. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item - Abandon Existing Sewer Manhole. 02/09/2010 S C-21 ��J PA�� Q -� �RE�IA.� CQ�1D[T'�QNS 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- 34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a television inspection perFormed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high- velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, 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, successfu( 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. ovosi2o�o SC-24 F�AF�T D T SPECIAL GONC��TIONS 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 shail be responsible for the water meter and related charges for the setup, including the water usage biil. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. . B. EXECUTION: 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. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of ineter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy 02/09/2010 SG25 � PA�T Q - S(�ECfA�. CE��JDl�'EQ[�S of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television cam�ra, und�r �II 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 shali be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily otiosizo�o SC-26 ��.�� Q � s�E���� �o���T�aNs 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 N Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to N 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- 35 VACUUM TESTING OF SANITARY SEWER MANHOLES A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 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 connectioris, 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 inercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg - 9"Hg) (SEC) Depth of MH. 48-Inch Dia. 60-Inch Dia. (FT.) Manhole Manhole 0 to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. ovosizo�o SC-27 � _y P��� D -� SPE�IA�, CQ�Q[��CQN� 22' 24' 26' 28' 30' For Each Additional 2' 55 sec. 59 sec. 64 sec. 69 sec. 74 sec. 5 sec. 72 se�. 78 sec. 85 sec. 91 sec. 98 sec. 6 sec. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of inercury (1" Hg) after the required test time. Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. D- 36 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- 37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall inspection perFormed by an independent sub-Contractor hired by the prime shall consist of furnishing all labor, material, and equipment necessary for sewer lines by means of closed circuit television. Satisfactory precautions protect the sewer lines from damage that might be inflicted by the impropE equipment. have a television Contractor. Work inspection of the shall be taken to r use of cleaning 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 02/09/2010 SC-28 P��T Q � SF'E�lAL GC}ND�T[OE�� satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper 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 imqortance 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 ineter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing Qf the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection ovosi2o�o SC-29 J �ART Q � SP���EAL CONI�IT�QNS 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 Enqineer 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 qood 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 shali be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item - Post-Construction Television Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D- 38 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 faken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. : � 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. Quality control testing of in-place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. ozosizo�o SG30 ���� Q � sP���a�. �a�vQ���oN� 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- 39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodibie-earth material exposed by preparing right- of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 2. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 3. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 4. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 02/09/2010 S C-31 � �AF�T Q � SPECi�,� �ONQIT'�Q�S 6. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D- 40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D- 41 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys. This permit can be obtained by calling the Forestry Office at 817-392-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D- 42 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot. 02/09/2010 S C-32 �'ART D � �F�EGIAL, GOND[T[Qf�S D- 43 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. D- 44 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 estabiished by the Engineer. � CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to suppfement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be oa�osi2o�o SC-33 P�R�` D � SPEGIA� CQNDIT�O[�S 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 (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefuliy rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. SurFaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall, upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, mixture of seed of the kind specified along and across such the Drawings and in accordance with these Specifications. MATERIALS: providing and planting seed or a areas as may be designated on oa�osizo�o SC-34 PA�T D -� SPE�FAL GONQ[T[ON� a. General. All seed used must carry a Texas �Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Common Bermuda Grass Annual Rye Grass TaII Fescue Western Wheatgrass Buffalo Grass Varieties Top Gun Cody Purity 95% 95% 95% 95% 95% 95°/a Germination 90% 95% 90% 90% 90% 90% Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (Ibs.); Pure Live Seed (PLS) Mixture for Clay or Tiqht Soils Mixture for Sandy Soils Dates (Eastern Sections) (Western Sections) (All Sections) Feb 1 Bermudagrass 40 Buffalograss 80 Bermudagrass 60 to Buffalograss 60 Bermudagrass 20 Buffalograss 40 May 1 Total: 100 Total: 100 Total: 100 Table, 120.2.(2)b TEMPORARY COOL-SEASON SEEDING RATE; (Ib.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue to Western Wheatgrass May 1 Annual Rye Total: 50 50 50 100 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. 02/09/2010 SC-35 r� PART D � SP�GIA�. �C}NQiT[C)f�S b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section 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 shail be rolled 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 (1/4) inch. The planted surFace area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. 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. 02/09/2010 SC-36 PA�� Q � SPECEAL CQNDiTEQNS RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration. * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20- 0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place. 02/09/2010 SC-37 J PA�� D �- SF'EGIAL CC}ND[T{CO[�!S Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D- 45 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. oa�osi2o�o SG38 P�RT Q � SP��IAL GQN�fT[O[�S D- 46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7. Prior to the final inspection being co�ducted 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 compiete. 8. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 10. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall stiil be required to address all other deficiencies, which are discovered at the time of final inspection. 11. Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" of PART C- GENERAL CONDITIONS. D- 47 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 th.e Contract Unit Price bid for applicable pipe or structure instaliation except for short tunneling/tree augering. 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a"snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 D:I. pipe shall be utilized. ' 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 02/09/2010 SC-39 � F'AR� f� � SPECIA� �OND[T[Q�S 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe instailation shall be pressure grouted. D- 48 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- 49 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. D- 50 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, confiractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation', surFace restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. D- 51 INSTALLATION OF WATER FACILITIES 51.1 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). ovosizo�o SC-40 P/ART Q � SPECfA�, �QND[T'EC)[�S 51.2 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 invoived 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. 51.3 Type of Casing Pipe WATER: The casing pipe for open cut and bored or tunneled section shall be AW1NA G-20Q Fab�icated Electrically Welded Stee( Water Pipe, and shali conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of Generaf Contract Documents and Specifications for Water Department Projects. The steei casing pipe shall be �upplied as follows; For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements af Sec. �.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. Stainfess Steel Casing Spacers (cenfiering 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 recommend�d 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. 51.4 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. 51.5 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 ovosizo�o S C-41 i .� Pa�� Q � SPEC�A� CE�NDET'�Of�S Engineer, and all efforts shall be made to keep this down time to a minimum. In case of shutting down an existing main, the Contractor shall notify the City Project Manager, Construction Services, Phone 817-392-8306, at least 48-hours prior to the required shut down time. The Contractor's attention is directed to Paragraph 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 cusfiomer 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. 51.6 Valve Cut-Ins it may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work rnust be expedited to the utmost . and all such cut-ins must be coordinated with the engineer in charge ofi inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be Without seNice. 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. 51.7 Water Services The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards (E1-17 & E1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All services which are to tap and service line being Engineer. �e replaced or relocated shall be installed with the service main in line with the service meter unless otherwise directed by the 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. 02/09/2010 S C-42 PAR� Q - SPE�IA�, GOND(TfQNS 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 outiet 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. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line. When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. 02/09/2010 SC-43 .Ji PAR�' D � S��C�,AL �QND[T��[�S 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E1-18A — Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 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 item(s). 51.8 2-Inch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. 02/09/2010 SC-44 PAR�' D - SPE�fAL GQND[T[aNS The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. When the temporary service is required for more than one location the 2-inch temporary service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location. Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre-construction conference the contractor will advise the inspector of the number of ineters 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 wiil 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. 51.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The City will provide all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 51.10 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 02/09/2010 SC-45 �� �A�� � �- �P��IA�, CO�1D�T'�C�N� 51.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the instailation 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 provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 51.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings: E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed. All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed. 02/09/2010 SC-46 F�ART D �- Sf'�GIA�, G0�1[�[T[a[�S D- 52 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D- 53 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- 54 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- 55 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT C ❑� 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner NATURAL RESOURCES PROTECTION FENCE 3. Steel "T" = Bar stakes, 6 feet long. 4. Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: "Tundra" weight, International fiuorescent orange or red color. 6. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. 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. 02/09/2010 SC-47 .J PA�� D � SPEGI,A� �ONC��T'[O�� 9. Backfill and compact the trench immediately after trenching. 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. D- 56 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, walis, 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- 57 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 explo�ation jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor th� 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. O7J09/2010 S C-48 F�A�T D �- SPE�fAL GE1NQiT'[O�S D- 58 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 shal4 be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, City Project No (CPN)., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the `pre-construction notification' fiyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the project, City Project Number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached. A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector.. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D- 59 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. ovosi2o�o SC-49 � P�1.��' D � SPEGf�L GO�L�{T�O�IS D- 60 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- 61 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized. The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. D- 62 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes _ furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. D- 63 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 02/09/2010 S C-5 � PAR� D � sP�����. co�a���a�s manholes. For locations where the City was unabie to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the consultant who distributes the pians for the project. Also, it shail be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing, understanding and complying with all provisions of such permits, including obtaining the 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 railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen, shall be included in the lump sum pay bid item for "Associated Costs for Construction within Railroad / Agency Right-of-way". No additional compensation shall be allowed on this pay item. D- 64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. D- 65 WAGE RATES Compliance with and Enforcement of Prevailing Wage Laws Dutv to pay Prevailinq Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. oa�osizo�o SG51 � � P��� Q � s������ coN���'�q�s This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. � The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that fihe contractor has complied with the requirements of Chapter 2258, Texas Government Code. Postinq of Waqe Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. � Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section.) (Attached) 02/09/2010 SC-�JZ �a�T Q � SFECIAL CO�1DlT[ONS D- 66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category il, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non - friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. � C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. D-67 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 02/09/2010 S C-53 PAR�T D � s��c«,�. co�va��r�on�� permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical. controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOI): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOI) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities.and that measures will be taken to implement and maintain storm water poilution prevention at the site. The NOI shail be submitted to the TCEQ at least 48 hours prior to the contractor moving ori site and shall include the required $100 application fee. The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOI shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN iSWPPP): 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. Copies of the project SWPPP's are available for viewing at the office of the Consultant disbursing the plans for the project. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. ovosizo�o SC-54 �A�T D �- SPEGIAL, CONDIT[ONS LARGE CONSTRUCTION ACTIVITY — DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOI) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischiefi� 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. 02/09/2010 SC-55 � �.��� Q T �P�cEa�. co�a��r�o�s D-69 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-70 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: l. 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 Water Department; and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Water Department's Public Information Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Water Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perForm satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 02/09/2010 SC-56 Pf�F�T Q �- SPEGIAL, GQ�IQ�T[O[�S D-71 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-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS Contractor is required to secure a Street Use Permit, issued by the City of Fort Worth Transportation and Public Works Permit Center (817-392-6594) prior to any work in public right of way. Permit will not be issued without a traffic control plan sealed and signed by a registered professional engineer licensed to practice in the State of Texas. Failure to acquire the proper permit and permission may result in a fine of $500/day to the contractor performing the work. Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract cost and no additional compensation shall be made. . END OF PART D- SPECIAI. CONDITIONS � 02/09/2010 . SC-57 P��� Q �- �PEC{A�, �ONpI�'[ON� (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: _ . , _ � - --- - , ' ± , � ` � , � � i' �\ , , ; _.� • + � � `x , i + - i f r , r C �' ��1� h � -i .ir. e �� .a l�i i� r� ,� �� �i� F �' r�S. Yd � � ���� h'; � r C� 1 �� J; � '�t C� ! r �� :� k,.. , , , ;'� , '� ' � �� � � � ' ��I i �� ` ` ' � \ �� -�y. `, i = r - i ? ( � � - `� '� � - '� + '� ;, '` _ � .� /.'� � _ Q � � _ � � = 4t i� ` ty �' � � � .... ~ � � — :_� — �` ''..:� — —�r'�"�� � •- � - � y I =-_ .- - �-� _ - THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, , OUR COMPANY WILL WORK ON WATER AND / OR SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR°S SUPERINTENDENT> AT <TELEPHONE NO.> m Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL oa�osizo�o SG58 PAI�T D - SPECIAL COND[T[ONS FoRTWoRTH ��: aoE xo. xxxx Project tiame: I�OTICE OF TEMPORARY WATER S�RVIC� II�1'ERRLiPTIOI� DU� TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF ___ AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE A5 SHORT AS POSSIBLE. THANK YOU, 'CONTRACTOR 02/09/2010 SC-59 PART D � SPECIAL COND�TIQNS F 'P�?G�S L���",�:R'i'�+fEN� �F':F€�AL`TH •;,.� �.?�11+'aC�L.��I�I'� � R��1[.��ATl43T� o '� 1= 1'+l�7�'IF{�,�1T��� ��'3�M etr�ti _ fxT^; F �(`1'F�:�IR:�L,�IT.EM9T}€,�►TAR€�4MEhiQ�b Q T T� N ��T�FlCAil��l# . � tij ,�a"��n�n��pntr3Gk�r � __.__�_ ______ ____ . _ . _ iGF� Ll�ensei�um:��r . F ��res:. � cityi�; St�t�� _ Zfp. .— , ._ _ . --.___ _ � aFfiac E�hor,e hluPnC•�.r. � t ac�'� S�It� Ph�ne h1��rE��� . _ , _ � $ik� �uF�:rJ: :ar . __ __ _ `f�l� ti���.se �lum3e� , ---. ' � SiEe S:i�crw�uar TaN Lic�r�:�e hd���ae�- - --- __ --- — s Tr.�ined o,�wi�e NE�Hr�P Ind��uit�u�aF,.�_.,.,. C9�,�i�aiian D3t�: �nmtaliEian �an[ra�tor: __-_ C5€�I�� F'E7�fiG �urt���r{ _'�_ __ ,4�1��r���. -- Ci�y �i�te: _���_ .- ._. �j Prnje�t Cansulf�nt o.' �p�rc:i¢�: --- _ T�}}I-! Li�Ganss Num'�er: h?lai.lin� l�ddre�s, - �Ity; _s:ate: � �rp affi�� �I�o��Nurr���r� t. 1 ___ _ 3',� ��cll(�� t����n�r - - ,�t�:r,[ia'r5: ---- ______ f�la�ing �,dd� e�;�: _..--- __.. _ _ �ity; _ -- _._--- __ �1ake= �ip; _. .__�4v���r Phcn� hlu�i�cfl i. _. �yJ,1 k' � � ,G � otiosi2o�o '�"N4ka.7h�r in�o�cv frar�tta notificatl�� fia� wEll t�a �nt�q th�e av�rnet�afth� b�l�ding afi�! f]i� beiRl+�� �dsl��,�s fiartti¢ f�oaee vrilt'he ��?t31��d'C�bm t1�� f�!I4�it`i�RRtai� d#?a�C ls �rttuidcd In thfs sectivn. +;+ f��;cri�tio�l �C F'�t;tity �1ame= - a — Ph�[�al A��r���� - -- - �aunty �i�jr —�1P;�,� Facll:t�r phcn�: ;�u�rtb�r{ � �'acut� �Qnta�� P�r�an, - ----.___. _ __-- Qs�Crip�ion iif �?,rez; �c�om Nuri1€Qr, _ .... _ _ . P.ri4r �15P; - - - Fu�ure USa: ng� o: 8�il�dir�����acfl�i,�; St�.i: �turr�uar oP Flo��:�S�.��nl �K �2); �''r'�S D�ti� �� �yp� �f'[�vc�rft� f7 I�emalikian �i F��n���tian ��4batcm�cni} !7 Ri�ntial �nn5alidafe�d 1/Jorlt�rilE be Curing= �� �a�f ❑ Ei�E:�l�tg II�1iyfLt ::_ P'ha;:ad Pr+5���4 �1�scr;p�lon uf vrart� s�r��ulc, �'� t� thls � E'u�tic guifd[ng.? `; YE5 C! I'J�7 ��de��!'F�Cf11fiy�Z F=i `(€� _ IVO �itdustrial 5ite? Ll'YES �1 tV4� N�SHAF=�nly F'.a�.'tli�y� ❑ YE� ❑ �d� �s ��il�irlg:�Fc7CIIG�j,� C�CCll�f9d? = i YE5 i,:► �1C1 + � hto�i rc�klv:� T,�p� �Fi��k4 c�NE.Y �N� �� �17i�i�1�:1 f�'� �!.'lr4'b��ii�i� Li�ys� '�` Canzali�fic�n C ��r�d��nt ❑ �rr�er��neyf�rdGrcd !t dtiib i� ��� �insrldrnea;F, �rJhicG, a.mendmPnt n�arr�b�r is thl;:? ,.��ncRaUc .aa�y r�� cert�i�ta� a�,df4r iast arr�er,�nient) [f �n em�ra�n�y� �+�t�o �id' y�ou t�i.k �with at Tl�H? _ �r�eF9en�y#: ; Dat� a�;d Ei�uc fl� �in�r�gr�.cy .�HN,!��11.�1��[��YYy. []�;scription �F the su�deri, u:nex��cted ��nt end explun�tion od hcrvi t11� �v+�nt ��used unsaFe �onciiEions o�4VQt�!d ��::as� �qua�me�,� d�,��:c�e {ccmpu€�ts.; �11�eltiri�ry�� sE� _ _ . B� I}�s�rip�ion of pro�edure� ha :�P fiplicaw�d 'If� if'i� �': ertt that Urli.�xp�Gti� �sa2stas is �aund or pre���a�sl� ncn-f�ia.bla �s�eskos r�aai�rial b�c����s �turnt�lr�. p�lti�eiize�. nr redu�ed 1a pcnvc��r; 5�j +��la�-en r'��es3as s�,�ray ��rfcrmed? �'YE� L NC7 �aie: 1 1 TpH In��r��ta� I����� �14�_ �1nwi�tival tvl�ihod: ��Lr4�1 ❑'��id G Ass�m�tf 7`G�H Labnta;or�rtic�n�e No: �f`�r YnHF�,. (public: buT.dingj prajecds-.an a�s�m��ti4n mus� he mad� t�j � 7'D�I Licc�7s�rt ir��p�etar_] ;Oj � r�Gript'an� 4f pfanrie,� dsmolili�n ar ann�vation rrork, t��F� ❑f ��tPri�f� �nci en�hQd�s} tra Le ugaci; _.._. .. _. __. 11 } 17�iscxipiian of :s�otk pr�ctic�s �?r,rJ �nc�ir_.eeri�lc� 4�ont��7l'� t� :hc usrd ta prc�; ce�t �:nYi��r'.an� aF as6esio� �u the demolfEic,.•u'�naVflii�n; SC-60 PART D - SPECIAL CONDlTIONS 1�} t�LL �ppll�B:c iE�ms irt 11:Q fiallr�r.�ing ta61e mu�,t fae com�lE#z�: [� i!�� ,,�.5���7�� F't�E�EN7 �HL��C hl�R� .: Approxirnate �rnQur�� c�f �h�:�k u�)t +�f rt�e��urc�cnt h�6e5fas-C¢n�aining 6ullding [Ul���iri�l' �best,as _ _ __ _____ _ ____- --,---_ TYP�' _ _ Pipas. 5urface i�r�a Ltt L�t Sf� SC� Cu Cu _ .._ __ rt '' i'�4 Ft ).4 Ft �of RACf�I ta 6s rerrtat�zd � � Rh.Gl4� IV�T r�mr�ti��d _ _ _. _._ _ - .. .., Ir,t�ri�r �:�tecio 1 i7c,n-Fria��� r�m�v�d ' ' •:. .. Ex.�eti�r Cate � I n�n-fTiahE� t�m�wed . __ ___ Cat�ca. � non�f:i�bl� NQl` remr,ved � �. . :. _ _ _- _ ,: , 1�1tef 's9P ��€eCjb � ll n��1-FPiah[s r�rrlbti�e� Ext�ria� Gateqa4 JI non-fri�hf� ipmQa�� :__.._. __ _ ._ - ��t��r il nQn�frla�l� h:�71` r�m�r4c,i � Rp.Cht 47E�-Facif;rty' Corripanena ' 1�� �'��ste Tranvpar:�r �4�rre; •--------_ T�N l,icpnse N�mtaer ,��idress: _ -- Ci�p: �t�w�: ��i�. _ . - — -- Gc��Eact P��,an; ---- __ i't�Ccne 4�tur€th�tr: f'� �4� 1+�l�5t� �isp�s�l 5ite Name: F�dr��:�: _ �it�_ _ SEate: Zip_ . . _—� _ _ _ ._ .. _. ._-- _ - — Te;e�t��sna: d_ �_. TNR�� Pe:mit N�,mher, �IS� F�r �rR�ch�ralGy u�sour�d i��illtl�, �Ct�eF� � cu.�Y �: �ter�dlitan �rder ar,� iden�i�,� e�4ti�mm�nt31 �SfFdi� ��1a��; I+�223iC�; .. . . _ . . --�'�IS�(:�ti�tl i'�Ji�: ------------- - ------ -- __ T�le: Q�t� of �f��r {�a1f.�:�'i�C7�YY�, l � Qaie v�er to t]�gi� �iGl�';flT�[3!`r`�'} � P___ ��� s�n��u[�d o�#�s sf �sb�es�es r��at�:��en� �%�it�?�'a�f�'Y} 5tart: F 7 C�Ynplejz: ! ! 17i 5�nattul�d ad6as aemoliYion�����vc3f'v��i {h�1�:f!'(�[?a"f� �',�rt: .. ! _.. �. . CiSfttpf€t�: � 1 `* Nat�; �C�te stari �deCe �sn �ts nai�€i�sii�er� e3� �tt �+t r�iQi, !#ia TCtFi �ta�[anal or LaGa[ Prfl�ram �fflc� �usth� car+tacted by �fiane pria� tio th$ start daie. F�luco ev r�rs sm Fs � Mio��tfon tn �cc��c�n�� t�+ TR�PIk, �acti4n 29���1. ] ha.r�i�y c�rlif� i��:# ;,11 ir�far€n�t";�n I h�ve �rautded is ca.rcct, a3in�l�t�, �nt� �.l�s tn t�,� Eie�t �Pmvknervf�dge. E a�€cnaxle�g� th€�t I u�n t�,}.pon;�able iQr all �spect� af th� nr�iifir.aiiart �Qr�r�, iz�cl�ding, 4�rt r�ox. IirniEir��, co��t�E ar�d �taG�l��tan dai�s. TtyQ rn��;r�uri penalb� is �'10F��J4 pe� ds�+ �er v;�I�tiQ;�. ----- --- ..f_ 1 --.— ------ ��ig�aiur� aF Buil�lnq �?�:��n�r�` �7�rs.t4P (F�tit�[Gd f��,3�e� �LSata} (FelepE�a.�e� � #�ef��te� �ansu9tar�t��anir�cia�} { 3 , ��1.�EL TC]= AS���`1'C�S �t[371 �[�A7t{2ri 5EG'F1�Cd {K� t�ur�i�r� . 'Tfai�.C� SI18ST�,h1GES Gf�[S3T,f'�t�L Ll�.fl�t�31�1 ��X� 6�F�Fi.i�7f�i�h1'i' 6� E°f3=AL'Fhi *�3x� �r� ��c�i �c��pf�o!" P� gax 3 �r.�� "���cs �rc rr�t ���c,�t�clt r�t1STi�a,TK r871��536. ('I�i: �12��f-5��QF 1-SC{7-57�-5a�r$ F�rr:r rl�'er 5, �atee{ +�7l�9r 4�, r'�.��'�c�� il�f-f ftlrm rIa[�'ct G'Flf�E{��_ �or a.ssis�ante in eom,atztlpg �r+7�, c�it 4,$',�-�?,�-��4$ 02/09/2010 S C-61 PART D - SPEGIAL CONDITIONS ozosi2o�o SC-62 PART D - SPECIAL CONDITIONS '3� � 39 53�IC3iE3tl� r',ir "a��l �p=r�:c; r,s�hal; F,sker ,�ssphal: �n���.•e'er As�h�i: �istritu:cr �,aer.�tor ks��h�i? F�rri�a f.9aohine �pEi �atc;�i�g Pl,rt it�e an�r �rac,m o� S•r.�s=_Ger �p�-a%r �'�Ild�z_r ����_rator ��acaentFr (R.a�gh;� ��ancre:e nnis��r-?a��ir.� ���n^re!-e =cnis;�er-��r��cEures ��onoret�?av:n� Finisfiir�'.�.i�r_:-�. �G ��'�n�re'e Pavn�� Jc:nt �eai?r QF�r. ��onore*e?av'.na �a��r��pes. Concre`� ?aY'.n� �pre�d�r �;:,er. �oncr�te ���ber �:ra.�e, �lamshe�l, SsakF.�e, �e�rick, �ra a(`.nF: 1:�cvRt Hi�hway (Heavy} Construction Prevailin� Wage Rates For 2D08 Hour] Rate� �IassiEcati4ns $1 J.G 3 � craFFr t�F_ra;c�r $t1.9a �er<ic�r �S.SQ �lio F�:m R,fachir._ C? =r3ecr �t�_�a �� read�r 3a;� J�Erat�r $t�_?5 Trac:cta��Fratar, Cray.'e•7',� � �i�.t5 TFeCCG; �pa-atar, Fn=�m3�c yy_g8 Tr�u�lir 3tix.�r C er.=�ar $fi3.�: Tr�ck Dri•;er-5irgf� r=.;le ��:��E} $t�.�'� Truok Drive�-�ir: t= r`��le �Hca'�r j �1�.2.5 Truck C�rive= T�r��m FxxiE Semi-Trait=r $i�,�; Truck C�river-=c•.vhc+�clFloat � t�.C7 Tr�ck Driv�- € rar.si' h�1Fx ':�i �gc� Car'll, 6:ae:n;� fvl�-ch'n�. Pasc Ncde w�:s_P:� Gr.11er $ tz.?7 '>'r'��dF� ��r^� B:�it•�er- ��uc±ures =or�n S=_it�r- Pa•.�ins� 3 ��ras =ocnast.cn Dr:ll OFaeaiwr, �r::i��l�r f.L�vnte =��n�afcr� Cr::ll s��erat�r, i n:ck 2.9cunte�� -�c.ni Enc � oa��Er =a'��arer- s:: r_:man _3 �vfc�- �t�r� :fec�anfic !�tili:ng f��lach:n= Cpa_rstar, :=in� Gra.dc '..ixer �speril'c,• �d�:or i3r,:,�ar �ps-aror i,=:n= � rad�; :'.•�_ar � rd=r S�D�.'3ii]f. ROIJO� �t�E7 ��t'er, vE�E'y5lh=el Cii-�E� Fist�.vh:el a� T.am�inc SE'Fo{ Gia.E1 E+t�.t� �i9.T2 58_�3 $t1_�3 �ta.e r �1.� 27 � t" �'�' ��.t1 � t-�7.�5 �t3_�f $�7.�'-3 $i1 ?S wt5_�7 $f4_c7 �ta.f� �fJ.C�€ �t1_�4 '1.G7 �_28 ��ly Rts �''1.�#� ;11� '� 9'.2.�3 ,.��iD !�2 �$ :�2.G4 51�:�t � i'`.C1 � si'�.� 2 571.4T :�.1.�� 3�3.5: . + • - , , , _.. _ _ _ _ .. . ,.. ,_ �' - uOt=fCt� 15liij�+�'TEX35 t%-1:1 f, }=v/„ �:tiGti_s [n��st�ial Branr�iy svvr,4.ae�=�ss_gpc�a:�;davis�a �� 1' 02/09/2010 SG63 ��� PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ..........................4 DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE ................................................4 ��, __ _ _ DA-3 PIPE ENLARGEMENT SYSTEM .. ....... ......................................................................9 DA-4 FOLD AND FORM PIPE .............................................................................................17 DA-5 SLIPLINING .................................................................................................................21 DA-6 PIPE INSTALLED BY OTHER THAN OPEN GUT .......................................................28 ��. _ __ _ _ DA-7 TYPE OF CASING PIPE ..... ......... ......... ............................... .....................32 ................ DA-8 SERVICE LINE POINT REPAIR / CLEANOUT REPAIR ..............................................32 DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ...................35 DA-10 MANHOLE REHABILITATION ....................................................................................37 DA-11 SURFACE PREPARATION FOR MANHOLE REHABIL[TATION ................................48 DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM .................49 D,A-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM ...... ......... .............................51 DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM ......................................54 _.�. _ _ ___ _. _ DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM ....................................56 DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER.....59 _-,, _ _ __ _ _ _ DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL�YSTEM ........ ......... ......... .........62 DA-18 RIGID FiBERGLASS MANHOLE LINERS ...................................................................64 -,�--�- __ _ . DA-19 PVC LINED CONCRETE WALL RECONSTRUGTION ................................................67 DA-20 PRESSURE GROUTING .............................................................................................7(� _T _ ___ _.._ DA-21 VACUUM TESTING OF REHABILITATED MANHOLES .............................................73 DA-22 FIBERGLASS MANHOLES .........................................................................................76 � __ _ DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .....................80 DA-24� REPLACEMENT OF CONCRETE CURB AND GUTTER ............................................81 -�� _ _ _ _ - _ ___ - _ _ _ _ DA,25 REPLACEMENT OF 6" CONCRETE DRNEWAYS .. ................................................81 DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE .............................................81 __�. _ _ _. _ --- ___ . DA-27 GRADED CRUSHED STONES .............. ......... ................. .........................................82 DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE ...........................................................82 DA-29 BUTT JOINTS - MILLED .... .................. .....................................................................$3 DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D.' MIX) .....................................................8.4 _ _.,-'-.-� DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER .............................................8� DA-32 NEW 7" CONCRETE VALLEY GUTTER .....................................................................85 �. __ _ __ __ DA-33 NEW 4" STANDARD WHEELCHAIR RAMP ................................:..............................86 DA-34 8" PAVEMENT PULVERIZATION ................ . ............�..................... . . . . . ......... _„__�___�_t . ....... . . . . . . 86 __ _ DA=35 REfNFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ..........................87 DA-36 RAISED PAVEMENT MARKERS ................................................................................88 _ _. _ _ _ __ DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HAND�ING .................88 DA-38 LOADING�TRANSPORTATfON, AND DISPOSAL OF CONTAM�NATED SOIL.........93 DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC .... ....... ......... ......... .............................93 DA-40 CONCRETE RIPRAP ...................................................................................................97 __ _ . _ DA-Q�1 CONCRETE CYLINDER PIPE AND FITTINGS ...........................................................9� 'DA-42 �ONGRETE PIPE FITTIN�S AND SPECIALS ............................................................98 ��. _ _ _ DA-43 UNCLASSIFIED STREET EXCAVATION ....................................................................98 DA-44 6" PERFORATED PIPE SUBDRAIN ...........................................................................98 � DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS ...................................................100 DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION ..............................................100 .�,.,T _ __ DA-47 PAVEMENT REPAIR IN PARKING AREA ....... .........................................................100 DA-48 EASEMENTS AND PERMITS ....................................................................................10Q 10/23/08 ASC-1 II. PART DA - ADDITIONAL SPECIAL CONDITIONS DA-49 DA-5U �-.. DA�1 DA-52 DA-53 DA-54 DA-55 DA-5� DA-57 DA-58 DA-59 DA-60 DA-61 DA-62 DA-63 DA-64 DA-65 DA-66 DA-67 DA-68 DA-69 DA-7o DA-71 DA�72 _ DA-73 DA-7'4 DA-75 DA-76 DA-77 �,.--. DA-78 DA-79 �„-.-,�--. DA-80 DA-81 DA-82 DA-83 DA-84 DA-85 DA-86 DA-8i _^---T DA-88 DA-89 _ _. DA-90 DA-91 DA-92 DA-93 � DA-94 DA-95 HIGHWAYREQUIREMENTS ..................................................:................................. CONCRETEENCASEMENT ..................................................................................... _ ___ _. CONNECTION TO EXISTING STRUCTURES ........................................................... TURBO METER WITH VAULT AND BYPASS INSTALLATION ................................ __ _ -_ ______ _ OPEN FIRE LINE INSTALLATIONS ...... ......... ......... ............................................... WATERSAMPLE STATIQN ...................................................................................... CURBON CONCRETE PAVEMENT ......................................................................... SHOPDRAVI/[NGS .................................................................................................... _ _. _ _ COSTBREAKDOWN .........................................................................................:...... STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ................................. ---_ _ __ __ ____ _ __ _. H.M.A.C. MORE THAN 9 INCHES DEEP ........... ............... ...................................... ASPHALTDRIVEWAY REPAIR ................................................................................ TORSOIL ....... ......... ................................................................................................ WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ................. _ _ __ _ _ BIDQUANTITIES .... .................. ......... ......... ....................... ............. ................... WORK IN HIGHWAY RIGHT OF WAY ....................................:................................. _ .. .. . . . _. _ . __ CRUSHED LIMESTONE (FLEX-BASE) .................................................................... OPTIONTO RENEW ................................................................................................. NON-EXCLUSIVE CONTRACT ................................................................................. CONCRETEVALLEY GUTTER ................................................................................. , _ -- . ._ TRAFFICBUTTONS .......... ....................................................................................... PAVEMENTSTRIPING .............................................................................................. _ -- -- H.M.A.C. TESTING PROCEDURES .......................................................................... SPECIFICATION REFERENCES .............................................................................. ____ RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTE,R/CONTROL VALVEAND BOX ...................................................................................................... __ __ _ R�SILIENT-SEATED GATE VALVES ....................................................................... EMERGENCY SITUATION, JOB MOVE-IN ............................................................... ,._— _ _.__.___ .___ ___ __ _ 1 '/2,� &_2�s COPPER SERVICES ........... ................................................................... SCOPE OF WORK (UTIL, CUT) ............................................................................... CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) .................................................... CONTRA�T TIME (UTIL. CUT) ................................................................................ z_ _ __ __ __ REQUIRED CREW PE�tSONNEL & EQUIPMENT (UTIL. CUT) .............................. TIME ALLOWED FOR UTILITY CUT�UTIL, CUT) ................................................. ,—._.—��.� _ ._ ___._ _ _ _ _ LIC�UIDATED DAMAGES (UTtL. CUT) . ......... ......................................................... PAVING REPAIR EDGES (UTIL. CUT) .......................................:............................ TRENCH BACKFILL (UTIL, GUT) ............................................................................ CLEAN-UP (UTIL. CUT) ........................................................................................... PROPERTY ACCESS (UTIL. CUT) .......................................................................... SUBMISSION OF BIDS (UTIL. CUT) . ....................................................................:. _� _ T,--,--�— STANDARD BASE REPAIR FOR UNIT I(UTIL. CUT) ............................................. CONCRETE BASE REPAIR FOR UNIT II & UNIT I11 (UTIL. CUT) ........................... ,.T, __�..�, _--T-- _ ___ 2" TO 9" H.M.A.C. PAVEMENT (UTIL, CUT) ......... ................................................ ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) ......... �--_—� _ �,—_, _ __ ____ __ MAINTENANCE BOND (UTIL. CUT� ... ......... ......... ................................................ BRICK PAVEMENT (UTIL. CUT) .............................................................................. LIME STABILIZED SUBGRADE (UTIL. CUT) ............................ CEMENT STABILIZED StJBGRADE (UTIL. CUT) ................................................... 101 101 109 101 102 102 103 103 1Q4 104 104 104 1Q4 104 105 1Q5 105 105 105 106 1Q6 'i 06 106 .107 107 107 107 10$ 108 109 109 109 109 109 110 110 ,110 ,11Q .111 .111 .111 .911 .112 .112 ,112 .113 .113 10/23/08 AS C-2 PART DA - ADDITIONAL SPECIAL CONDITIONS � DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) .......................................114 DA-97 „QUICK-SET CONCRETE �UTIL. CUT) ...................................................................114 DA-98 UTILITY ADJUSTMENT (UTIL. CUT)„�.� ....................................................................114 DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS �UTIL. CUT).,.,115 DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) ...... ......... .................115 DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) ................. .............116 �,, ........ ......... .. DA-102 PAYMENT (UTIL. CUT) .. ......... ......... ..................................................:. ...116 .....,...,. DA�103 DEHOLES MISC. EXT.1 ........................................................................................117 � � __ DA-104 CONSTRUCTION LIMfTAT10NS (MISC. EXT.) ...................... ,,,.........,,.....117 ..... .... . DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) .........................................117 � DA-106 BID QUANTITIES (MISC. EXT.1 ......... .................. ...............................................117 DA-1Q7 LIFE OF CONTRACT (MISC. EXT� .......................................................................'{17 DA-108 FLOWABLE FILL (MISC. EXT.) ...........................................................................118 _ PAIR (MISC. REPL.} ........................................................118 -0 E DA-110 DETERMINATION AND���� .�T ^ ^ INITIATION OF WORK (MISC. REPL.) ...........................119 DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) ...........................................119 � DA-112 MOVE IN CHARGES (MISC. REPL.i .. .................. . ....120 DA-113 PROJECT SIGNS (MISC. REPL.) ..........................................................................12Q �.'� ,., T, ,_ _..,�.��. DA-114 LIQUIDATED DAMAGES (MISC. REPL.) ..............................................................120 DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC, REPL.� ...........................................120 DA�116 FIELD OFFICE ................ ......... .................. ......... ..... ................'[2Q ........ . . . . ..... DA-117 TRAFFIC CONTROL PLAN ...................................................................................121 DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS......,.....121 DA-119 CATHODIC PROTECTION SYSTEM 122 10/23/08 ASC-3 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS The City reserves the right to abandon without obligation fio the contractar, any part ofi the projecfi, or the entire project, at any time before the contractor begins any constructiQn wark authorized by the City, Award, if made, shall be to the lowest responsible bidder. The following shall apply for contract documents with multiple units of work. Each unit repre�ents a separate project, each uvith an individual M/WBE specification and proposal section. The proposal sections are arranged to allow prospective bidders to submit bids on one unit, some of the units, or all of the units. Award of contract(s), if made, shall be to the lowest responsible bidder for each individual unit. If a contractor is the law bidder on two units or more, a single set of contract documents cansisting of alf a�plicable units will be created and one singl� award ofi contract shall be made. The Contractor shall comply with the Cifiy's M/WBE Ordinance for the applicable unit or combination of units and shall submit monthly M/WBE �eports for the applicable unifi or combination of units. Construction time an all units will run concurrently. For situations involving appraved contracts with multiple units, the totai allowable construction completion time period for all the unifis shall lae the same as the unit with the longest construction time period. , DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE A, WORK TO BE DONE: The work to be done under this contract consists of rshabilitation of exisfiing sewe� lines by the Cure-in-Place Pipe Method or approved equal. Cured-in- place pipe consists of a resin impregnated flexible fiube, coated wifih an elastameriG coating, when inuerted into an existing sewer pipe through existing access manholes, and which, und�r proper hydrostatic and thermal conditions, is cured-in-place, becoming a structu�ally sound cured-in-place pipe. The thickness of the pipe will be dictated by the structural requirements of the sewer pipe with no loss of cross sectianal area other than the thickness of the resin-impregnated tube. The pipe will be impermeabls to water, provide corrosion resistance, and an optimum friction facfior for the sewer flow. Branch connections shall be reinstated by a remote cont�olled cutting device, The work consists of providing all labor, equipmenfi, transportatian, materials, and supervision necessary to ; Thoroughly clean sewers as required for the installation of the resin-impregnat�d tube, 2. Inspect sewers by closed cir�uit color television (CCN), including identifying and marking the location of each setvice connection. Cost subsidiary to Pre- Construction N Inspection. 3, Notify �esidents at least 48 hours prior to service interruption. 4. Install the resin-impregnated tube of the correct thickness as specified. �oi23ioa ASC-4 PART DA - ADDITIONAL SPECIAL CONDITIONS 5, C� 7 � Cut out all service connections by remote cutters and restare setvice within 18 hours. Re-inspect b� CCTV to verify satisfactory completion of work at time of lateral reinstatement. Cost subsidiary to Post-Construction TV Inspection. Pump around all dry and wet weather flows to accommodate the process at each separate installation, as required. Comply with all appropriate �ouernmental agencies' regulations regarding traffic, safety procedures and permifis, the cost of which is the responsibility of the Contractor. 6, MATERIALS: The fiber felt tube shalf be fabricated to a size that when installed will tightly fit the internal circumference of the conduit specified by the Owner. Allowance for circumfer�ntial stretching during inversion shall be made and shall meet ASTM-1216. The minimum length shall be that deemed necessary by the Contractor to effectively span the distance from the inlet to the outlet of the respective manholes, unless otherwise specified. The Contractor shall verify the lengths in the �eld before impregnation. Individual inversion may be made over one or more manhole sections, as determined in the field by the Contractor, Unless otherwise specified, the Contractor shall furnish a general purpose unsaturaied p4lyester �esin and catalyst system that meets ASTM standards and the fmished cured physical strengths specified. C, REQUIRED THtCKNESS O� CURED-IN-PLACE PIPE: The thickness of the pipe will be determined from infiormation supplied or manufacture's recommendation for the condition of the existing pipe. Should pre�installation inspections reveal the sewers to be in sul�stantia[ly different conditions than thos� in the design considerations, the Cantractor can request such changes in pipe thic[cness, supporting such request with design dafia in accordance with the pipe manufacturer's standard design criteria as folfows: Sewer Diameter LINER THICKNESS Pipe Invert Pipe Invert Depth up to 10' (also the minimum) U �„ �,� 10" 12" 15" 18" 21" 10/23/OS 4.5mm 6,Omm 6.Omm 6:Omm 7.5mm Depth 10'-15' 4.5mm 6,Omm 6,Omm 7,5mm 9.Qmm 9,Omm 10.5mm ASC-5 12,Omm 13,5mm Pipe Invert Depth Over 15' 4.5mm 6.Omm 7.5mm 9,Omm 10,5mm 13.5mm 15,Omm PART DA - ADDITIONAL SPECIAL CONDITIONS ❑� E. 24" 30" 36" 42" 48" 54" 60" 12.Omm 15.Omm 16.5mm 19.5mm 22.5 m m 25.5mm 28.5mm 15.Omm 18.Omm 21.Omm 24.Omm 28,5mm 3Q.Omm 34,5mm 1 �.5mm 21.omm �4.Qmm 28,5mm 33,�mm 36,�mm 39,Omm PREPARATORY WORK: The installation procedures shall be as follows unless atherwis� approved by the Cifiy. Safety - The contractor shaf! carry out his operations in stricfi accardance with all safety requirements. Parkicular attention is drawn to those safety requirement� that in�olve wo�king with s�affolding and entering con�ned spaces. 2. All easements shafl be cleaned up after use and restored ta their . original conditions or better. � In th� event additional wa�K room or access is required by the Contracior, it shall be the Contractor's responsibilifiy to obtain written permission from the Property Ov�rners involved far the use ofi additional property req�ired. No additional payment wiil be allowed for fihis i�em, If a street must be closed to traffic because of fihe orientativn of the sewer, fihe City shall institute the actions necessary to do this for the mutually agreed upon time period. � 3. Before using any water from the City of Forfi Worth, the Contractor shall b� responsible for the wafier meter and related charges for the set up, including the water usage bill, All expenses shall be considered irtcidental ta cleaning, '4. Cleanin� of Sewer Line - It shall be the responsibility of the Confiractor to remove all internal deb�is out of the sewer lines and flush the sewer fines clean, disposing of debris ofF-site. Debris is not to be washed downstream into other sewers. All solids or semisolids resulting from the cleaning operations shafl be removed fram the site and disposed of at no additional cost to the City. It is the responsibility af the Gontractor to secure a legal dump site for the disposal of this material. All materials shall be remov�d from the site no less often than at the end of each work day, All cost for the abov�-described work shall be paid for by the price bid per linear foot for Cleaning and Television Inspection. 5, Inspection of Pipelines - Inspection of pipelines shall be perFormed by experienced persannel trained in locating breaks, obstacles, and serviGe connections by cfosed circuit color television. Television inspection shall be in accordance wi�h the specifications contained herewith for "P�e- and Post-Construction Television Inspection of Sanitary Sewe� Lines". INSTA�LATION OF THE RESIN IMPREGNATED TUBE; The Contractor shall designate a Iocation where the uncured resin in the original containers and the unimpregnated fiber-felt fiube will be uacuum impregnated prtor �oizsios ASC-6 PART DA - ADDITIONAL SPECIAL CONDITIONS to installation. The Contractor shall allow the Owner to inspect the materiais and "wet-out" pracedure. A resin and catalyst system compatible with requirements of this method shali be used. The quanfiities of the liquid thermosetting materials shal( be per manufacturer's standards to provide the wall thickness speci�ed. All fielt shall be impregnated under vacuum. 2, Th� wet-out fiber felt tube shall be installed th�ough an existing manhole or other approved access by means of an inuersion process and the application of a hydrostatic head sufficient to fully extend it to the next designated manhole. The impregnated tube shall generally be inserted into the vertical inversion standpipe with the impermeable plastic membrane side out. At the lower end of the inversion standpipe, the felt tube shall be turned inside out and attached to the standpipe sa that a leak-proof seal is created, The inve�$ion head will be adjusted to be of sufficient height to caus� the impregnated tube to invert from manhole to manhole and hold the tube tight to the pipe wall and produce dimples at the side connections. A lubricant, if used, shaii be as approved by manufacturer's standards. Manufacture�'s standards shall be closely followed during the elevated temperafiure curing so as not to over-stress the felt fiber and cause damage or failure prior to cu�e. In certain cases, the Contractor may elect to use a top inversion. 3, Curing: After inversian is complete, the Contractor shall supply a suitable heat source and water or steam recirculation equipmenfi. The equipmenfi shall be capable of delivering hot water or steam throughout the section by means of a pre- strun� hose, which has been pertorated per manufacturer's recammendations, to uniformly raise the water temperafiure above the temperature required to effect a cure of the resin. This fiemperature shall be determined by the resin/cataly�fi system employ�d and shall be per manufacture�'s standards. 4. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water or steam supply. Another such gauge shall be placed at the remote manholes to determine the temperatures during cure, lnitial cure shafl be deemed to be completed when inspection of the exposed portions of the cured-in-place pipe appear to be hard and sound, The cure period shall be of a duration recommended by the resin manufacturer, as modified for the inversion process, during which time the recirculation of the water andlor steam and cycling of the heat exchange� to maintain the t�mperature continues. 5. Cool-down: The Contractor shall cool the hardened cured-in-place pipe to a temperature below 100 F before relieving the statkc head in the inversion standpipe. Cool-down may be accamplished by introducing cool water into the inversion standpipe to replace water or steam being drained from a small hole made in the downstream end. Care shall be taken in the release nf the static head so that a vacuum will not be developed that could damage the newly installed cured-in-place pipe. F. SERVICE CONNECTIONS: After the pipe has been installed, the Contractor shall reconnect the active service connections. This shall generally be done without excavation, and, in the case of non-man entry pipes, from the interior of the pipeline by means of a television camera and a cutting device fihat re-established them to not fess 10/23/08 ASC-7 U PART DA - ADDITIONAL SPECIAL CONDITIONS than 90 percent capacity. Existing senrices shall be reinstated within 18 hours af installation. Should internal reinstatement nofi be possibfe, the services must be reconnected externally by excavation immedia#ely, Service saddles acceptable to the Engineer shall be utilized. Backfill at service connections shall be cement stabilized (2 sacks per cubic yard) to a point 12 inches above the service lateral ta trench intersection and shall be in accordance with these specifications, Each reconnecfiion shall be paid for separately, Six inch sewer lines shall have service cannections completed by external means. Contractor may re-connect the 6" sewer line connections by internal means in special cases wifih the approval of the Engineer. G. ACCEPTANCE: The finished cure-in-place pipe shall be continuous over fihe entire length of an inversion run between manholes and be smooth and free from substantial wrinkles, as well as defects, and improper house connections. Should any of these defects occur, the line shall be excavated, repaired and/or replaced and complete restoration made fia the satisfaction of the City at no additional cosfi. The watertightness of the pipe shafl be tested fo� leaks under a positive head during cure with allowances being made for end leakage and temperature effects. H. CLEAN-UP: Upon acceptance of the installation work and testing, ihe Contractor shall restore the projecfi area affected by his operations ta original or better conditions. PATENTS: The Contracfior shall warranfi and save harmless the City and all of ifis officers, agents, and employees against all claims for patent infringemenfi and any loss thereof. J. SPECIAL NOTES: The Contractor shall be liable for damages to the homes or basements from backups which may result during the installation of new pipe. K. MEASUREMENT AND PAYMENT: Cu.red-in-Place Pipe (CIPP) Installation: CIPP installation will be measured for payment by the linear foot of CIPP actually instal(ed in the various diameters ofi sewers measured along the cente�line of the sewer from centerline to centerline of manholes. Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed. 2, Service Reconnectian: Payment will be made for the quantities measured at the unit price per each listed in the bid ��oposal. Payment shall include all labor, � materials, and the lateral connection, including all necessary pipe and fittings to cann�ct the existing S�Nlce line. Payment shall not include pavem�nt replacement, which if required, shall be paid separately. 3, Television Inspection and Cleaning: Special Condition for Post-Canstruction Television Inspection applies. 4. Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic jet cleaning shall be performed by bucket machines. The payment far such cleaning shall be inGluded in the bid item for Pre-Construction Television Inspection of Sanitary Sewer. �oizsios ASC-8 PART DA - ADDITIONAL SPECIAL CONDITIONS 5. By-Pass Pumping: The Contractor shall provide diversion for the flow of sewage around the section or sections of pipe designated for the inversion ofi the resin- impregnated tube. The pumps and by-pass lines shall be of adequaie capacity and size to handle all flows. All costs for by-pass pumping required during installation of the pipe shall be subsidiary to the pipe reconstruction item. 6, Point Repairs: Point repairs shall be made before or after a cured-in-place pipe installation at the Contractor's opfiion, Point repairs shall be conducted only if mutually agreed ta by City and the Contractor prior to acceptance of the line for reconstruction. Before any excavation is done for any purpose, it will be the responsibility of the Contractor to check with various utilifiy companies and determine the location of their facilities. Point repairs shall be measured and paid for by the linear foot for the appropriate depth of cut. Payment shall include all labor, material and equipment for pipe replacement according to standards. 7. Subsidiary Work: Any damage resulting ta utilities and property, resulting repairs, temporary service costs, etc,, shall be borne by Contractor. Repair and/or replacement of fences, sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional paymenfi will be allowed. DA-3 PIPE ENLARGEMENT SYSTEM A. GENERAL: Descriptiqn: This specificafiion includes �equirements to rehabilitate existing sanitary sewers by the pipe enlargement �ystem, herein called Pipe Bursting o� Pipe Crushing (Pipe Bursting/Crushing). This system includes splitting or bursting the existing pipe to install a new polyethylene pipe and reconnect existing sewer service connections, 2. Methods: This section specifies the approved system method or process to include afl labor, materials, tools, equipment and incidentals necessary to provide for the complete rehabilitation of deteriorated gravity sewer lines by the Pipe Bursting/Crushing systems, Approved methods inGlude: the PlM Corporation (RIM System), Piscata Way, New Jersey; Mcl.at Co�struction (McConnell System for Pipe Crushing), Houston, Texas; and Trenchless Replacement Systems, (TRS System), Calgary, Canada. Refer to Part D- SPECfAL CQNDITI�NS D-34 SIBSTITUTIONS for information regarding pre-approval procedures for alternative processes. 3. Definition: The Pipe Bursting/Crushing system is defined as the reconstruction of gravity sewer pipe by installing an approved pipe material, by means of one of the pre-approved methods set forth in Section A.2 of this specification. The process involves th� us� of a static, hydraulic or pneumatic hammer "moling" device, suitably sized to break out the old pipe or using modified boring "knife" with a flared plug that implodes and crushes the existing sewer pipe. Forward progress of the "mole" or the "knife" may be aided by the use of hydraulic equipment or other apparatus, as specified in the app�oved methods. The replacement pi�e is either pulled or pushed into the bore. The method allows for replacement of pipe 10/23/08 ASC-9 U PART DA - ADDITIONAL SPECIAL CONDITIONS sizes from 8" through 21" and/or upsizing in varying incrernents up to 21". This specification is based on the precedent that the Pipe Bursting/Crushing sysfiem used has been pre-approved by the Forfi Worth Water Department. 4. Quality Assurance: The Contractor shall be certified by the particular Pipe Bursting/Crushin� system manufacturer that such firm is a licensed installe� of their system. No other Pipe Bursting/Crushing system other than those listed in Section A.2. ofi these specifications is acceptahle. a. Personnel directly involved with installing the new pipe shall receive firaining in the proper methods fo� jaint fusing, handling, and installing the polyethylene pipe. Training shal{ be performed by a qualified representative as determined by th� pipe manufacturer. b. Persannel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing, handling, and instaliing the polyethylene pip�. Training shall be perfo�med by a qualified representafiive as determined by the pipe manufiacturer. 5, Submittals: Submit for review and acceptance, the follow%ng Cantractar's.lNork Plan and Drawings to the City: a, Shop drawings, catalog data, and manufacfiurer's technical data showing complete information on material composition, physical properties, and dimensions of new pipe and fittings. Include manufacturer's recommendation for handling, storage, and repair of pipe and fittings if damaged. b. Location and number of insertion or access pits shaff be planned b� Contractor and submitted in writing prior to excavation for approval by the City. c. Method of construction and restoration ofi existing sewer service connections. This shall include: 1) Detail drawings and written description of the entire construction procedure to install pipe, bypass sewage flow and reconnect'ton ofi sewer seNlGe cortnections, 2) Working drawings for informafiion only showing sewage flow bypass, and maintenance of traffic. Contractor shafl provid� fo� continuous sewerage flow. Dewatering shall be the Contractor's responsibility. 3) Certification of workmen training for installing pipe. 4) Tel�vision inspection reports and video tapes made after new pipe installation, 10/23/08 ASC-10 PART DA - ADDITIONAL SPECIAL CONDITIONS 6. Defivery, Storage, and Handling: a. Transport, handle, �nd store pipe and fittings as recommended by manufacturer. b, If new pipe and fittings become damaged befor� or during installati4n, it shall be repaired aS recommended by the manufacturer or replaced as required by the Project Manager at the Contractor`s expense, before proceeding further. c. Deliver, sfiore and handle other materials as required to prevent damage. B, MATERIALS: Polyethylene Piping Material; The pipe and fitting material shall be high density, exira moleGular weight (EHMV� polyethylene pipe material confarming to ASTM D1248, Type Ilf, Ciass C, Category 5, Grade P34, and have a PPl (Plastic Pipe Institute) recommended designation of PE3408 and celi classification 345434C per ASTM D335�, The molecular weight category shali be extra high (250,OOQ to 1,500,OOQ� as per the G�I Permeation Chromatography determination procedure with a typical value of 3�Q,Q00, • a. The interior of the pipe shall be a light reflective color to facilitate closed circuit te(evision inspection. b. The pipe materiaf shall be listed by the Plastic Pipe Institute (PPI� in PPl TR-4. The pip� material shall have as hydrostafiic design basis of 1600 psi at 73 F and 800 psi at 14Q F. e. The manufacturer's certification shalf state that the pipe was manufactured from one specific resin and shall state the resin used and its source. All pipe shall be made of virgin material. No rework, except that obtained from the manufacturer's own production af the same formulation, shal( be used, d, Pipe supplied under this specificafion shafl have a nominal Ductile Iron Pipe Size inside diameter. The Standard Dimension Ratio SDR and minimum pressure ratinq of the pipe shal( be SDR 17 - 100 psi. Pipe with a lower SDR ratio and higher pressure rafiing may be used in lieu of the minimum specified, 2. Tests: The Contractor shall be required to send submittals to the City of Fart Worth on the production material. a. The pipe manufacturer shall provide certificatiQn fihat samples of the production product meets these specifications, The certification will state that production product has been tested in aGGordance with ASTM D2837, and validated in accordance with the latest revision of PPI TR-3. 10/23/08 ASC-11 U PART DA - ADDITIONAL SPECIAL CONDITIONS b, The pipe manufacturer shall provide certifi�ation that stress regression testing has been perFormed on the specific praduct. Cettificatian shafl include a stress life curve per ASTM D2$37 and testing shall have been pertormed in accordance with ASTM D2837, c. Rejection: Polyethylene plastic pipe and ittings may be rejected for failure to meet any of the requirements of this specification. G. SEWER SERVICE CONNECTIONS: - Sewer Service Connections: Sewe� service connections sha[f be connected to the n�w pipe by mechanical or fusion methods. Once the saddle is secured, a hole shall be drilled in the pipe the full inside diameter of saddle outlet. 2. Pipe Saddles: Mechanical saddles shall be made of polyeth�rlene pipe compound that meets the requirements of ASTM D9248, Class C, have stainless steel straps and fasteners, neoprene gasket and backup plate. Mechanical saddles shall be Strap-on-Saddle Type as manufactured by Driscopipe Qr Tapping Saddle manufactured by DuPont, or approved equal. Fusion saddles shall be eleGtrofusion branch saddles as manufactu�ed by Central Plasfiics Company, or approved equaL 3. Connection to Existing Service; Connections to the existing sewer service connec#ions pipe shall be made using ffexibie couplings. Ail flexible cauplings shali conform to ASTM C425 and shall be as manufactured by Fernca Joint Sealer Co., DFW Plastics, Inc. or approved equal. Backfill at service connectians shall be cement stabilized sand (2 sacks per cubiG yard) to a point 12 inches above the servic� laterai io trench intersection and shall be in accordanc� with these specifications. The Contractor shail, upon request, permit the Engineer to take elevations on both the existing and new portions of the service cannection pole to determine final grade and invert elevations. Elevation changes greater than 0.1Q feet from the hause lateral piping and shall be recannected as directed by the Engineer. 4. ServiGe Infierruptions: Service interruptions to homes shall not exceed 18 hours. D. PREPARATI�N: 1, Bypassing Sewage; a. The Contractor shall bypass the sewage around the sectian or sections of sewer to be rehabilitated. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or ofiher 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 facifities connected to the sewer. �oi2sios ASC-12 PART DA - ADDITIONAL SPECIAL COIVDITIONS b, The Contractor shal( be responsible for continuity of sanitary sewer service . fio each facility connected to the section ofi sewer during the execution of the work. If se�rvage backup occurs and enters buildings, the Contractor shall be responsible for clean-up, repair, property damage costs and claims. 2. Line Obstructions: If pre-instaflation (TV� inspection reveals an obstruction in the existing sewer (heavy solids, dropped joints, protruding service fiaps or collapsed pipe) which will prevent completion of the pipe bursting/crushing process, and cannot be removed by conventional Sewer cleaning equipment, then an obstruction removal shall be made by the Contractor, with the approval of the Engineer. 3. Sags in Sewer Line; ALL SAGS ANQ GRADE PROBLEMS IN EXISTING SEWER LINES SHALL BE CORRECTED AS PART QF THIS CONTRACT. [f the pre- construction television inspection reveals a sag in the sewe� line, the Contractoe shall be responsible for bringing the proposed sewer pi�e to an acceptabfe grade without a sag. A sag is defined as any sewer line segment more than 3 feet in lengttt which ponds water in the absence of se�rvage flow, The contractor shall take the necessary measures to eliminate the sag by the method of: pipe replacement, digging a sag elimination pit and bringing the bottom of the pipe trench to a uniform grade in line with the existing pipe invert or by other measures that shall be acceptabl� ta the Engineer and the Gity. a, ldentification ot Sag�; Sags shall be identi�ed by television inspection in the absence of sewage flow. If available, the Gontractor Shall be furnished telev�sion tapes from the Ci#y identifying the sag location, Flaw shall be blocked at an upstream manho[e and diverted to another sewer line or downstream manhole below the segment of pipe to be inspected. TV inspection shall be performed in accordance with tel�vision inspection of sanitary sewer lines, Video tapes shall be submitted to the City for review. b, Correction of Sags: Sags shalf be corrected by apen cut and by adding additional bedding material to bring the sag back ta grade where access is available. For pipe enlargement methods, all sags identified on the pre- construction video tapes shall be corrected prior to commencing with pipe . enlargemeni. In instances where sags are located under existing structures, the existing sewer line may be relocated using open cut or boring methods. The City shall specifically review potential relocation's and evaluate the constructability, economics and engineering feasibility prior to construction work. c, Measurement and Payment: Measurement and payment to correct sags shall be per linear foot of pipe construction to correct the sag. For pipe bursting methods, open-cut or bore construction, the applicable bid prices in the proposal section shall apply, 10/23/08 ASC-13 � PART DA - ADDITIONAL SPECIAL CONDITIONS 4, T�leuision Inspection; lnspection of the pipelin�s shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by closed circuit color television. Television inspection shall be in accordance with the specifications contained herewith far "Pre- and Post- Construction Television Inspection of Sanitary Sewer Lines", Part D- Special Conditions D-35 and D-38, respectively. E. PIPE ENLARGEMENT SYSTEM AND PIPE INSTALLATION: 1. Site Organization: a. Insertion or access pits shafl be located such that their total number shall be minimized and the length of rep(acement pipe installed in a singie pull shall be maximized. b, Existing manhales shall be utilized wherever practical. Manhole inverts and bottoms may be removed ta permit access foc installation equipment. c. Equipment used to perform the work shall be (ocated away from buildings so as not to create a noise impact. Provide silencers or other devises to reduce machine noise as needed to meefi requirements. d. The actual pipe enlargement procedure shall commence prior to 11:00 AM in order to afford the contractor ample time to complete all related work within the allotted workday, which is defined as the hours between 7:00 AM and 6:00 PM, so as not to impose on the peace and comfort of persons in the immediate vicinity. No actual pipebursting work shall be started after 11:00 AM; all actual pipebursting activity shall cease at 6:00 PM. Other activities other than the actual pipebursting may continue after 6:00 PM. 2, Finished Pipe; The instalfed replacement pipe shall be continuous over the entire length of each pipe segment from manhole to manhole and shalf be free from visual defects such as foreign inclusions, concentrated ridges, discoloration, pitting, varying wall thickness, pipe separation, other deformities. Replacement pipe with gashes, nicks, abrasions, or any such physical damage which may hav� occurred during storage and/or handling, which are larger/deeper than 10°!a of the wall thickness shall not be used and shall b� removed fr.om the construction site. Th� replacement pipe passing through or terminating in a manhole shall be carefully cut out in a shape and manner approved by the Engineer. The inverfi and benches shall be st�eamlined and improved for smooth flow. The installed pip� shall meet the leakage requirements of the pressure test speci�ed later. 3, Pipe Jointing: a, Sections of polyethylene replacement pipe shall be assembled and joinsd an the job site above the ground, Jointing shall be accomplished by the heating and butt-fusion system in strict confo�mance with the manufacturer's printed instructions. 10/23/OS AS C-14 PART DA - ADDITIONAL SPECIAL CONDITIONS b. The butt-fusion system for pipe jointing shall be carried out in the field by operators with prior experience in fusing polyethylene pipe with similar equipment using proper jigs and tools per standard procedures outlined by the pipe manufacturer, These joints shail have a smooth, uniform, double rolled back bead made while applying the proper melt, pressure, and alignment. lt shali be the sole responsibility af the Contractor fio provide an acceptable butt-fusion joint. AI{ joints shall be made available for inspectian by the Engineer before insertion. The replacement pipe shall be joined on the site in appropriate working lengths near the insertion pit. The maximum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any one time sha[l be 600 linear feet. c. For situations where the replacement pipe is not pulled all the way to the manhole or if it is impo�sible fio pull the missle al( the way through, the following sha[I apply; At the direction of the Enginesr, a 12"-18" full circle steel clamp shall be utilized to connect segments ofi the HDPE pipe. 4. New Pipe Insta[lation: a. Thread winch cable or chain and associated lines through sewer section to be rehabilitated, Keep lines away from pedestrian and vehicular traffic. b, Existing manholes may be used for launch and receiving access. Remove manhvle invert and bo�tom as required, Pull winch chain through sewer section and atfiach to cutter and machine head. Lower infio launching manhole, apply winch fension pulling the cutter and head into the sewee until the rear of the machine is flush with the manhole wall. Attach steel starter pipe and advance assembly until the rear of the steef starter pipe is flush with the manhole wall. Lower hydraulic jack inta the manhole and align. Insert new pipe by simultaneous operation of the jack and winching the cutter and head forward. 5, Anchoring New Pipe and Seafing Manholes: a. After the new pipe has been installed in the entire length ofi th� sewer section, anchor the pipe at manhales, The new pipe shall pratrude in the manholes for enough distance to allow sealing and trimming. �, Sealing the new pipe at manholes shall not begin for a minimum of �en (1Q) hours after in�tallation. Provide a flexible gasket connector in the manhole wall at the end of the new pipe, centered in the existing manhole wall. Grout flexible connector in the manhole, filling all voids the full thickness of the manhole wall. c, Restore manhole bottam and invert. 10/23/08 ASG15 � PART DA - ADDITIONAL SPECIAL CONDITIONS 6, Field Testing: a. Low Pressure Air Test of Replacemenfi Pipe: After a manhole-fio-manhole section of sanitary sewer main has been pipe burst/crushed and prior to any service lines being connected to the replacemenfi pipe, the pipe shall be plugged at each manhale with pneumatic plugs. The design of the plugs shali be such that they will hold against the test pressure without requiring external blocking o� bracin�. Qne of the p[ugs shall have three air hose cannections; one for the inflation ofi the plug, one for reading th� air pressure in the sealed line, and one for introducing air inta the sealed line. Low pressure air shall then be intraduced into the sealed fine until the internal air pressure reaches 4.0 psig greater than the average back pressure resulting from any ground �rvater that may be over the �ipe, At leasfi twa minutes shall efapse to ailow fihe pressure to sfiabilize. The time required for the internai pressure to decrease from 3.5 to 2.5 psig greater than the average back pressure �esuiting from any ground water that may be over the pipe, shafl not be less than the time shown fior a given pi�ae diameter in the following fiabie: Carrier Pipe Minimum Elapsed Diameter inches) Time minutes) 8 � 1Q 5 12 6 15 7 b. Post-Construction Television Inspecfiion of New Pipe: Refer to Special Condition fior Posfi-Construction Television Inspection of Sanitary Sewer. F. MEASUREMENT AND PAYMENT: Pipe Instaflation: Pipe installation will be measured for payment by the linea� foot ofi pipe actually installed in the various diameters of sewers measured along the centerline of fihe sewer from centerline to centerline of manholes. Paymenfi will be made for the quantities measured at the unit price per linear foot far the various sewer diameters listed. 2, Service Reconnections; Installation of sewer service connections will �ie measured for payment by each actually reconnected to the installed pipe. Payment will be made for the quantities measured at the unit price per each listed. Payment shall includ� required excavation and backfill, saddles, flexible connections, and all other incidenfials necessary to successfully reconnect sewer service lines to the rehabilifiated sewer. Payment shall nat include pavement replacemertt, which if required, shall be paid separately. 3. Se�rver Cleaning by Buckefi Machine: Heavy cleaning requiring more than hydraulic jet cleaning shall be performed by bucket machines. The payment for such cleaning shall be included in the bid item for Pre-Gonst�uction Television Inspection of Sanitary Sewer Lines. 10/23/OS ASC-16 PART DA - ADDITIONAL SPECIAL CONDITIONS 4. By-pass Pumping: The Contractor shall provide diversion for the flow of sewage around the section or sections of pipe designated for rehabilitation. The pumps and by-pass fines shall be of adequate capacity and size fio handle all flows. All costs far by-pass pumping required during installation of the pipe sha11 be subsidiary fio pipe enlargement. 5, Subsidiary Work: Any damage to utilities and property, resulting repai�s, temporary seruice costs, etc. shall be borne by Contractor, Repair and/or replacement of fences, sprinkler system piping and other such restoration work resulting from Contractar activities shall be considered subsidiary to the cost of fihe project and no additional paymenfi will be allowed. 6, Testing: All cost for testing the replacement pipe by a pressure method will be incidental to pipe installation. DA-4 FOLD AND FORM PIPE A. GENERAL: Description: The Contractor shall utilize the instailation of poi.yethylene or PVC sewer lines to restore the watertight condition of sanitary sewer lines, �� MATERIALS: Polyethylene Liner Material: The polyethylene liner material shall be a high density polyethylene pipe compound which conforms to ASTM D-1248. The polyethyfene pipe liner shaii meet manufacturer's standards. The [ining shall be a hard impermeable pipe which shail conform to the minimum structural standards applicable, including ASTM D-368 for 3,300 psi tensile stress, ASTM D-638 fnr 4,500 psi for flexural stress, and ASTM D-790 for 145,000 psi for modules af elasticity. The finished finer shall incorporate materials v�rhich will withstand the corrosive effects of normal sewage. The Contractor shall provide a written guarantee af his compliance with these standards. The liner shal( be fighfi in color to facilitate closed circuit tefevision inspection. 2. Polyvinyl Chloride (PVC) Liner Material; Polyvinyl pipe shall conform to ASTM D3034. The PVC compound used for the folded pipe shall conform to ASTM D1784 c(assification 12334-B, 12344B or 124546 or C. Compounds that have different cell classifications which are superior to those of the specified compounds are also acceptable. The lining shall conform to tf�e minimum structural standards applic�ble including ASTM D-790 for 6,Op0 psi flexural stress and 350,OQ0 psi modulus of elasticity. 3, Sizing of the Line appropriate for eac sewer lengths and sizing th� diameter. . The liner diameter, length and wall thickness shall be i designated locafiion, The Contractor shall verify the actual diameters in the field prior to cutting fihe liner to length and a. The liner shall be fabricated to a size thafi when installed will neatly fit the internal circumference of the sewer to be lined. Allowance for 10/23/08 ASC-17 U PART DA - ADDITIONAL SPECIAL CONDITIONS circumferential stretching of the liner during insertion shall be made as per manufacturer's standards. b, The length of liner shall be that deemed nec�ssary I�y the Contractor to effectively carry out the in�ertion and seal the liner at the inlefi and outlet points. When reformed, the hardened liner should extend from end to end ofi the sewer segment being lined in a continuo�s tight fitting watertight pipe-uvithin-a-pipe. c, The wall thickness of the folded pipe liner shall confarm to the design criteria of the manufacturer or the licensee; however, the minimum wall thickness shail confiorm to the following fiable: Existing Pipe I.D. Minimum Wall inches Thickness inches 6 0,236 8 0.26� 1 Q 0.331 12 0,392 C. EXECUTION: Generaf: Liner installation shall be accomplished by pulling the liner through fihe existing sanifiary sewer pipeline utilizing a power winch and steel cabfe with an appropriate pulling head at the end of the liner, Rounding of the liner shall be accomplished by utilizing a heafi source such as water or steam with a rounding device to reform the folded pipe into a hard, impermeable round pipe. 2. P�eliminary Cleaning and Inspection; a, Prior to any lining of designated sanitary sewer line segments, the Contractor shall remove internal deposits as necessary to assure proper liner installation. b. Inspection of pipelines shall be pertormed by experienced personnel trained in locating breaks, obstacles, and service connections by closed circuit television. The interior of the pipeline shall be carefully inspected ta determine the focation and extent of any structural failures, which may prevent proper installation of lining materials into the pipelines and location of setvice laterals, c. It shall be the responaibility of the Contractor to clear the line of obstruGtions such as solids, roots, dropped joints, protruding branch connections or broken pipe that wilf prevent the insertion of the liner, If inspection reveals an obstruction not indicated in these specifications thafi cannot be removed by conventional cleaning equipment, then the Contractor shall notify the Engineer. The Engineer may authorize an excavation in order to remove such obstruction. 10/23/OS ASC-18 PART DA - ADDITIONAL SPECIAL COfVDITIONS 3. Documenta#ion: Special Canditions for Pre- and Post-Construction Television inspection apply, items D-35 and D-38, respectively. 4. Flaw Bypassing: The Contractor, when required, shall p�ovide for the transfer of flow around the section or sections of pipe that are to be lined. The bypass shall be made by diversion of the flow at an existing upstream access point and pumping the flow Into a downstream access point or adjacent system. The pump and bypass lines shalf be of adequate capacity and size to handle the flow. The proposed bypassing system shall be approved in advanc� by the Owner. All cost� of flow bypassing shall be considered incidental to cost of rehabilitafiing the pipe, 5. Notification of the Public: The Contractor shall notify all Property Owners affected by the liner installation work at least 48 hours prior to commencement vf the work which will temporarily plug the sanitary services ofi the Property Qwners cannecfied to the sewer line segment being lined. Notification shall be b� written notice and, when possible, shall be verbal, also. Custamer complaints during installation shall be resolved by the Contractor. 6, Liner Instailation: a. The liner shall be inserted into the existing sewer line with a power win�h and steei cable connected to the end of the finer by use of an appropriate pulling head. A second pulling head may be attached to the ather end ot the liner for atfiachment of a tag line to pull the liner back out of the sewer line, if necessa.ry, Precautions should be taken during insertion to protect the liner pipes to prevent scorin� the outside of the liner as it is being pulled into the sewer. b. Prior to reforming the liner, "O" Ring gaskets shall be installed on the liner at each manhole connection. c, After insertion is completed, the installer shall supply a suitable heaUpressure source and water recirculation equipment. The equipmenfi shall be capalale of delivering water/pressure throughout the section to uniformly raise the water temperature above the temperature required ta reform the liner. d. The heat source shall be fitted with suitable monitor� to gauge the temperature of the incoming and outgoing water supply. e. The installer shall coof the liner ta a temperature below 100 F before relieving the reforming pressure. Cool down may be accomplished by the introduction of cool water or other approved method into the recirculation network. The finished lining shall be continuous over the entire I�ngth of an insertion run and be free from visual defects such as foreign inclusions and pinholes. The lining shall be impervious and free of any leakage from the pipe to the sur�ounding ground or from the ground to the inside of the lined pipe. Any defects which will affect, in the foreseeable future, or warranty 90/23/08 ASC-19 �� PART DA - ADDITIONAL SPECIAL CONDITIONS period, the integrity or strength of the linings, shall be repaired at the Contractor's expense, in a manner mutually agreed by the Owner and th� Contractar. 7. Completion of Lining: a, After th� liner has been refarmed, th� GontraGtnr shall recannect the existing active service connections, This shall be done from the infierior ot the pipe�ine by mean$ of a television camera and a cutting �device that re, establ%shes their operability or by excavation. Any b�pass pumping that is required shall be pravidect afi na additional cast for sewer lines where lining is being perFormed. Service interrup�ions to any homes tributar� fio fihis sewer line shall not exceed 18 hours. Connectian of the service lat�ral by excavation sha[I be made with a Neoprene Gasket Saddle which inserts into the lined pipe for a wafierti�ht fit. Backfilf at service connections shall be cement stabilized sand (2 sacks per cubic yard) ta a point 'I2 inches above fihe setvice lateral to trench infierseGtion and shall be in accordance with these specifi�ations, b. Excavatian pits for externally reinstated service laterals shall remain open for 24 haurs after 'reinstatement of the service, The Contractor shall be responsible for werifying that shrinkage of the palyethylene sewer liner has not occurred. c. The water tightness of the liner shall be gaug�d while the liner is curing, and under a pasitive head. After the work is completed, the Contractor will provide the Qwner with a video tape showing both fihe before lined and after lined conditians, including the restored cQnnections, Upon completior� ofi the installation work after required tesfiing indicates the lining is acceptable, the Confiractor shall reinstate the project area affected by his operations and pert'o�m any s�rface resto�ation in accordanGe with these Specifications. 8, Special Notes; The installer shall be liable far damages to the homes or basement f�om backups which may result during the installation of the liner, Installer will be allow�d to open clean outs. D. MEASUREMENT AND PAYMENT; Liner Installation: L,iner installatian wil( b� measured for payment by the linear faot ofi liner actually installed in the various diameters of sewers measured along fihe centerline of the sewer from centerGne to centerline of manholes. Payment will be made for the quantities measured at the unit price per linea� foot for the various sewer diameters listed. 2, Service Reconnection: Payment will be made for the quantities measured at the unit price per each listed in the bid proposal. Paymenfi shalf include all labor, materials, and the lafieral connection, includin� all necessary pipe and �ttin�s to connect the existing service line. Payment shall not include pavement replacement, which if required, shall be paid separateiy. �oiz3ios ASC-20 PART DA - ADDITIONAL SPECIAL CONDITIONS 3. Television inspection Construction Television 38, respectively. and Cleaning; Special Conditions for Pre- and Post- Inspection appl�r, Part D— Special Conditions D-35 and D- 4. Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic jet cleaning shall be pertormed by bucket machines, The payment for such cleaning shall be included in the bid item for Cleaning and Te(evision Ir►spection of Sanitary Sewer Lines. 5. By-Pass Pumpin�: The Contractor sha[I �rovide diversian for the flow of sewage around the section or sections of pipe ciesi�nated for rehabilitation. The pumps and by-pass lines shall be of adequate capacity and size to handle all flows, All costs for by-pass pumping required during installation of the pipe shall be subsidiary to the pipe reconstruction item. 6. Point Repairs; Poinfi repair� shall be made before ar after liner installation at the Contractor's option. Point repairs are avail�b(e for paymenfi only if mufivally agreed by the City and the Contractor priot- to acc�ptance of the line for reconstruction, Before any excavation is done for any purpose, it will be the responsibility of the Contractor to che�k with various utility compani�s and determine the location of their faciGties, Paint repairs shall be m�asured and paid for by the linear foafi for the appropriate depfih ofi cut. Payment sha(f include all labor, materials, and equipment for pipe replacemenfi according to FWWD standards. 7. Subsidiary Work: Any damage resulting to utilities and property, resulfiing repairs, temparary service costs, etc., shall be borne by Contractor. Repair and/or replacement of fences, sprinkler system piping and other such restoratian work resu(ting from Gontractor activities sha{l be considered subsidiary to the cost of the project and no additional payment will be allowed. DA-5 SLIPLINING A. GENERAL; This section includes requirements to rehabilitate existing sanitary sewers by sliplining with polyethylene pipe. B. MATERIALS 1. Polyethyfene Slipline Pipe: a. The properties of the material shalf be determined in accordance with ASTM D638, ASTM D638 shall be used to determine that the thermal butt- fusion joints are stronger than the materia[s joined. b. The malt index of the polyethXlene resin sha(I be determined in accordance with ASTM D1238, Condition E, and shall be equal to, or between 0.05 g/10 min. and 1.00 gl10 min. 10/23/08 ASC-21 I PART DA - ADDITIONAL SPECIAL CONDITIONS c, The density of the base polyethylene resin shall be determined in accordance with ASTM D1505 and be equal to, or between, 0.941 g/cc and 0_955 glcc. d. The material shall be tested in accordance with ASTM D1693, Condition C. e. Polyethylene pipe and fittings ma� be rejected for failure to meet any of the requirements ofi this specification. f. The sewer liner pipe and fittings shall be made of a polyethylene pipe compound fihafi meets the requirements for Type III, Class G, Grade P-34�, Category 5, polyethylene material as defined in ASTM D1248 or ASTM D3350, and having a PPl rating of PE3408, and cefl classification 345434D or E per ASTM D3350. A higher numbered cell classificafiion limit which _ gives a desirable higher �rimary property, per ASTM 335Q, may afso be accepted by the Engineer at no additional cost t4 the City. The molecular weight category shall be exfira high (250,000 to 1,500,000� as pe� the Gel Permeation Chromatography determination procedure with a typical valu� ofi �3Q,000, g, Before beginning work, the Contractor shall submifi for approvaf, the vendor's specific technical data with the comp(ete information on resin, physical p�operties of pipe and pipe dimensions pertinent ta this job. A certificate of "Compliance With Specification" shall be furnished for all mate�ials to be supplied, The manufacturer's certificate shall state the pipe was manufactured from one specific resin and shall state the resins used and its $ource. All pipe shall be made of virgin material. No rework excepfi that obtained from the manufacturer's own production of �he sam� formulation shall be used. The City will �un tests an field samples per applicable ASTM specifications at an independent laboratory for verification ofi the required physical properties and characteristics. The number ofi' samples taken shall be afi the City's discretion. All samples shall be provided by the Cantractor at nQ charge to the City. The City shall pay all charges for all testing ofi the liner material if they are found to meet specificatian. All retesting of mafierials nat initially meeting these specifications shalf be at the Gontractor's expense, h. All polyethylene sliplining pipe shall conform ta the sizes and Standa�d Dimension Ratio (SDR) requirements shown on the drawings. Lengths; Standard lengths shall be used whenever possible, (40 foot sections), Where construction difficulties prevent the use of standard pipe sizes, other pipe sizes may be specified. Pipes shall be joined to one another and to polyethylene fittings by thermal butt-fiusion in accordance with ASTM D2657 and ASTM D3350. Butt-fusion joining and site location, joining shall be performed within or outside the 10/23/08 AS C-22 PART DA - ADDITIONAL SPECIAL CONDITIONS excavation, Joints between pipe sections shall be smooth on the inside and internai projection beads shall not be greater than 3/16 inch. k, The tensile strength at yield of the butt-fusion joints shall not be less that af the pipe. 2. Sewer Service Connections: Mechanical and fusion-bonded saddles shall be made of polyethylene pipe compound that meets the requirements of ASTM D- 2448, Type lV, Ciass C. Mechanical saddfes shall have stainless steel straps and fasteners and neoprene gaskets, Mechanicai saddles shall be Strap-on-Saddle Type as manufactured by Drisco Pipe or Tapping Saddle as manufactured b_y DuPont, or approved equal. Fusion saddles shall be electrofusion branch saddles as manufactured by Centraf Plastics Company, o� appravec! equal. Saddles for use on PVC pipe shall be molded fittings as recommended by the PVG pipe manufacturer, and shall confarm to the requirem�nts of ASTM D3034, SDR 35. C ExEcuTioN Cleaning and Television Inspection af Sanitary Sewers: Cleaning and television inspection of sanitary sewers to be sliplined shall be completed per the �equirements of Special Condition for pre-construction television inspectian, All material encountered in the existing sewers sha(I ae removed and disposed. of hy the Contractor. All video tapes shall be deli�rered to the Gity's representatives for evaluation prior to any sliplining operations. �. Obstruction Rerrtoval: Th� Engineer shall determine where obstruction removal (due to dropped joints, collapsed pipe, roots, rocks, obstructions in the pipe whiGh cannot be removed by th� cleaning equipment or other reasons) will be required. Th� Contractor shalf focate the insertion pits at these obstruction locations wf�enever possible, and no additianal payment will be authorized to the Gontractor. When obstruction removal is required afi locations other than insertion pits, payment for the obstruction excavation at the appropriate Contract unit price will be authorized. 3, Sewer Cleaning by more than hydrauli cutting, as required. shall be made, Bucket Machine and Root Cutting: Heavy c�eaning �equiring c jet c(eaning shall be petformed by bucket machines or root No additional payment for such cleaning .andlor root cutting 4. Insertion or Access Pits: The location and numb,er of inser�ion or access pits shall be planned by the Contractor and submitted in writing for approval by the Engineer prior to excavation. The pits shall be located such that their total number shall be minimized, and the footage ofi liner pipe installed in a single pull shall be maximized. Befare excavation is begun, it will be the responsibility of the Contractor to check with the various uti�itX companies and determine the location of the utilities in the vicinity of the work area. 10/23/08 ASC-23 LJ PART DA - ADDITIONAL SPECIAL CONDITIONS Damage done to utilities and the resulting repair, temporary service cost, etc., shall be borne �y the Contractor. All excavations shal( be properly sheeted/shored in acGordance with OSHA specificafiions for trench safety systems. Any damage resulfiing from improperly shored excavations shall be corrected to the satisfaction of the Engineer with na compensation to the Contractor. AU open excavations shall be kept secure at all times by th� use af barri�ades with appropriate lights and signs, construction tape, covering with stee[ pfates, ete., or as direcied by the Engineer. The cost for bypass pumping if required around an insertion pit, from a manhol� upstream to a manhole downstream, shall be included in the Unit Price Bid for sliplining. Excavation for insertion pits shall not be paid for separately, but shafl be included in the Unit PriGe Bid for sliplining. 5. Insertion of Polyethylene Liner Pipe into Carrier Pipe: The exisfiing sewer v�rill remain in operation during the sliplining pracess whenever possible, Obstructions such as �oots, large joint offsets, rocks or other debris, etc,, fihafi would prevenfi passage ar damage to the other pipe sections must be removed or repaired prior to installing the new pipe, After completing the inserkion pit excavation, fihe top of the existing sanitary sewec line shall be removed, where required, down to fihe spring line. A power winch cakale shall then be connected to the end of the liner by use of a suitable pulling head, equal to fihe outside diamet�r o� the liner. The pulling head shall be adequately secu�ed to the liner and then attached fio the power winch cable so that the liner can be satisfactorily fied and pulled through the sanitary sewer main. P�oper bumpers shall be p�ovided in the inseriion pit in order to prevent the ragged edges of the existing pip� from scarring the outside of the liner as ifi is pulled into the existing sewer. Precautions shall be taken not to damage the line� Qr break or separate any of the butt�fused joints. Sufficient time (a minimum of 24 hours) shall be allowed for the liner to return to its normal length assuming the over-elongation is due to a higher temperature at the fiime of installation� based upon the average fiemperature in th� sewer. The length of the liner pulled in any one segment shall be limited to prevent any backu� af service lines which may result due to restricted flow through the annular space. Maximum Allowable Pullinq Force. In order to ensure the integrity of the polyethylene liner, the pulling force exerted on the liner shall b� limited to that indicated on the following table for the appropriate outside diameter of the polyethylene liner: Toizsios ASC-24 PART DA - ADDITIONAL SPECIAL CONDITIONS POLYETHYLENE LINE OUTSIDE MAXIMUM PUL.L,ING DIAMETER (INCHES) FORCE (TONS) 5.375 3.5 7.125 4.0 8.625 7.5 10,750 10.5 14.000 12.0 18,000 21.5 21.000 35.0 24.00Q 52.0 The Contractor shall use a suifiable pulling head so thafi the pulling head and liner will separate from each �fiher when the puliing force exerted on the liner reaches th� amount indicated above, The pulling head design (including calculations) shail be approved by the Engineer prior ta its use, As an alternative, the Confractor may be permitted ta us� a measuring device (spring, gauge, etc.) connected to the pulling cable which shall register th� pufling force being exerted on the liner. The pulling force shall not exceed those values indicated abave for the app(icable outside diameter of the polyethylene liner. The measuring device shall be ap�roved by the Engineer prior to its use. The Contractor may �e allowed t4 push the liner subject to the Engineer's approval. Care shall be taken to avoid any buckling of the finer by limiting the stroke of the backhoe, Any portion of the liner damaged during this inse�tion prQcess shall be cut out and the liner rejected. In certain cases, the Gantractor may be permitted to u�e a combination of pulling and pushing to enhance the insertion of the liner. A liner thafi is� permitted to be pushed shall nofi have an open end which can allow sand or othet' debris to be pushed into the liner, A pipe manufacturer's representative shall be onsite to assist the Contractor for the frst full day of slipline pipe installafion. 6, Use of Clamps and Encasemenfi for Polyethylene Pipe: Where excavations for the insertion of the finer are made between twa manholes, the ends of the liner vvill be cut smoQfih, square to the axis of the finer, so that it can be joined in a workman- lika manner. The liner shall b� jained with a JCM lndustries Type 108 or equal, all stainless steel (including bolts and lugs), full circle, Universal Clamp Goupling with a 1/4-inch minimum thickness grid type gasket. Clamps shall be selected ta fit the oufiside diameter of the liner pipe. Minimum clamp vvidths shall be selected from the following table; OUTSIDE DIAMETER MINIMUM OF LINER PIPE WIDTH OF CLAMP (Inches) (Inches) 5.375 12 7.125 15 8.625 18 10.750 or Greater 30 �oi2sios ASC-25 PART DA - ADDITIONAL SPECIAL CONDITIONS In all excavations where the liner is not within the existing sanitary sewer line (carrier pipe) cement stabilized sand bedding shall be instalied. Visual inspection is required for approval of bedding befor� backfili is compieted. 7. Testing of the Liner: Testing will be required after the liner has been installed in the existing sanitary sewer main. The first is a low pressure air test of the liner before it has been sealed in place at the manholes and befare any Sel'Vice reconnections have been made to the liner. The purpose of this test is to check the integrity of the join�s thafi have been made and to verifX thafi the liner has not been damaged by inserting it inta the sanitary sewer. a, Low Pressure Air Test Procedu�e: After a manhole-to-manhole section of sanitary sewer main has been sliplined and prior to any service lines being connected to the new liner, the liner shall be plugged afi each manhole with pneumatic plugs, The design of th� plugs shall be suGh that they will hold against the test pressure without requiring external blocking or bracing. One of the plugs shall have three (3� air hose connecfiions; one far the inflation of the plug, one for reading the air-pressure in the sealed line, and one for introducing air into the sealed line. Low pressure air shall then be introduced into the sealed [ine until the internal air pressure reaches 4.Q psig greater than the average back pressure resulting from any groundwater that may be over the pipe, At least two (2) minutes shall elapse to allow the pressure to stabilize. The time required fo� the internal pressure to decrease from 3,5 fio 2,5 psig greater than the average back pressure resulting from any ground water. that may be over the pipe, shall not be less than the time shown for a given pipe diameter in the following table; CARRIER PIPE MINIMUM OUTSIDE DIAMETER ELAPSED TIME (Inches) (Minutes) 5.375 3 7.125 4 8.625 5 1 f1,750 6 14.000 7 18.000 8 Lines over 18 inches shall be approved for payment by Visual and T,V. Inspection in accordance with Special Condition D-38. 8. Sealing Liner in Manholes: After the pipe has reached equilibrium the annular space between the liner and the existing sanitary sewe� main must be sealed afi each manhole with a chemical seal and nonshrink grout, Oakum soaked in Scotchseal 5600 or equal shall be placed in a band fio form an effective water-tight �oi2sios ASG26 PART DA - ADDITIONAL SPECIAL CONDITIONS gasket in the annular space between the liner and the existing pipes in the manholes, The width of the band shall be a minimum of 12" or one-half the diameter of the pipe, whichever is greater. It shall be finished off with a non-shrink grout placed around the annu(ar space from inside the manhole and shall nat be less than 6" wide, The chosen method, including chemicals and materials, must be approved by the Engineer. The Contractor shall cut the liner so that it extends 4" into the manhofe. The Contractor shall make a smooth, vertical cut and slope the area over the iop of the exposed liner using non-shrink grout. The Contractor shall also use cementitious groufi to form a smooth transition with a reshaped invert and a raised manhole bench such that neither th� shape edges of the liner pipe, nor the concrete bench, nor the channeled invert shall exist to catch debris and create a stoppage. The invert of the manhole shali alsa b� reworked (smoothed and built-up) to match the ffow line of the new liner. The liner pipe shall be allowed to normalize to ambient temperatures, as well as recaaer from any impased stretch, a minimum of 24 hours in the case of polyethylene, before being cufi to fit between manholes and proceeding with reshaping and/or smoothing the manhole invert. 9. Sewer Service Connections: a. Sewer service connections shall be connected to the new pipe b� mechanical o� fusion methods. Once the saddle is secured, a hole shall be drilled in the pipe, the full inside diameter of the saddle outlefi. b. Connections ta the existing sewe� service connection pipe shall be mad� using flexible Fernco sewer connectors, or appraved equal. Backfill afi service connections shall be cement stabifized sancl (2 sacks psr cubic yard} to a point 12 inches above the service lateral ta trench intersection and shall be in accordance with these Specifications. c. The Contractor shall upon request, permifi the Engineer to take elevations on both the existing and nevv portions of the service connecfiions pipe to determine final grade and invert elevations. Elevatiort changes greater than 0.10 feet from the house lateral piping shall be reconnected as directed by the Engineer. d. Service interruptions to homes shall not exc�ed 18 hours. D, MEASUREMENT AND PAYMENT 1. Pipe Installation: Pipe installation will be measured for payment by the linear foot of pipe actually installed in the various diamefiers of sewers measurec! along the centerline of the sewer from centerline of manholes. Payment wil( be made for the quantities measured at the unit price per linear foot for the various sewer diamete�s listed, �oizsios ASG27 PART DA - ADDITIONAL SPECIAL CONDITIONS 2, Service Reconnecticans: a. Installation of sewer service connections will be measured �'or paymenfi by each actually reconnected to the installed pipe. Payment will be made for the quantities measured at the unifi price per each listed, b, Payment includes afl �equired excavation and backfill, surface restoration, saddles, flexib(e couplers, up to 5' of service line, and all appurtenant work. c. Payment far additional service line (over 5' at each service reconnection) will be paid for at fihe appropriate Contract Unit Price. Payment includes all required additionaf excavation, backfill, surface restoration, and all appurtenant work. 3. Television Inspection and Cleaning: Television insp�ction shall include necessar� cleaning (hydrau(ic jet or mechanical cleaner) to provide vide4 image ��quired far line analysis. The quantity ofi N inspection sha[I be measured as the total l�ngth of pipe actually cleaned and televised. This contract requires the Contractor tca TV inspect the sewer lines twice, once before and once after construction. Pre- Cleanin� and Television Inspection shall be paid afi the Cantract Unit Price fo� all pipe successfu{ly cleaned and television inspected. The amount paid tQ the Contractor for Post Construction Television Inspection shall be the Unit cost time� the length of pipe lined. 4, Qbstructions; Obstructions such as roots, large affset joints, rocks, ar othec debris, that would prevent passage or cause damage to pipe and musfi be , removed or repaired before installing the pipe will be paid for at the Contract Unifi Price per obstruction removaf. Payment shall include all excavation and backfill costs, pipe repfacemenfi, surface restoration and appurtenant work required to complete each obstruction removaL Obstruction located within �en feet of each other shall be inc(uded in onl�r one obstruGtion remQval. Trench Safety System, if required, shall be paid for afi the Contract Unit Price. Contractor will nofi be paid fQr obstruction removal located at insertion pits. 5. Subsidiary Work: Any damage resulting to utilities and property, resulting repairs, temporary service costs, etc. shall be borne by Gontractor. Repair and/or replacement fences, sprinkler system piping, and other such restoration wa�k resulfiing�from Contracfior activities shall be considered subsidiary ta the cast of the project and no additional payment will be allawed. 6, Testing: All cosfi far testing the replacement pipe by a pressure method will kae incidentaf to the installation. DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the wo�k. 10/23/OS AS C-2 $ PART DA - ADDITIONAL SPECIAL CONDITIONS 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 wili 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 th� requirements of the City of Fort Worth Water Deparkment, the Texas Department of Transportation, or railroad company, as applicable. B, MATERIALS; 1. Casing Pipe: Casing pip� shail be steel conforming to ANSI 636.1Q and the following: a. Field Strength: 35,OOo 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 circumferentia{ weld in accordance with AWS D1.1. 2, Carrier Pipe in Casing: Carrier pipe shal( be as shown on drawings and as specified in the General Gontract Docum�nts. 3. Sewer Pipe withoufi Gasing Pipe: Shal( be minimum Class 51 ductile iron pipe, or as designated on the plans, 4. Grout: Graut shal! be Portland Cemenfi grout ofi min. 2000 psi compressive strength afi 28 days. Proportic�ned not less than 1 cu, ft.. of cement to 3 cu. ft, of fine sand with sufficient water added to provide a free flowing thick slurry. C. EXECUTION 1. Where sewer pipe is required to be installed under railroad embanKments or under highwaysr streets or other facilities in other than open cut, construction shall be perFormed in such a manner so as to not intertere with the operation of th� railraad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lighis to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been compfeted and then shal{ be removed from the site. 2, Pits and Trenches; a. If the grade of the pipe at the end is below fihe ground surface, suitable pits or trenches sf�all be excavated far the purpose of conducting the jacKing or tunneling operations and for placing end joints of the pipe. Wherever end trench�s 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. . �oi2aios ASC-29 PART DA - ADDITIONAL SPECIAL CONDITIONS 3 4, 10/23/08 b. The location of fih� pifi shall meet the approval of the Engineer. c, The pits of trenches backfilled immediately been compfeted. excavated to facilitate thes� operations shall be after the casirig and carrier pip� instal(ation has Boring and Jacking Steel Casing Pipe: Stee[ casing pipe shafl be installed by boring hole with the earth auger and simultaneously jacking pipe into place. a. The boring shall proceed from a pifi prouided fior fihe boring equipment and workmen. The holes are to be bored mechanically. The bo�ing 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 pilofi hc�le shall serve as the centerline of the larger diameter- hole to be bored. Other methads of maintaining line and grade on fihe casing may be approved ifi acceptable to fihe 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 pe�mifited only to the extent required to lubricat� cuttings. Jetting Qr sluicing will not be permitted, b, ln unconsolidafied soil formations, a gel-forming colloidal dr[Iling fluid consisting of at least 1Q perGent of higl� grade carefully processed bentonite may be used to consolidate cuttings of the bifi, �eal the walls ot the hole, and furnish lubrication for subsequent removal of cuttings and installatian 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. Installation of Carrier Pipe in Casing: a, Sanitary sewer piRe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and befls from snagging on the inside of the casing, and to keep fihe installed line from resting on the bells. b, All skids shall be treated with a wood preservative. Skids should extend fo� the full length of the pipe with the exception of the befl area and spigot area necessary for assembly unless othenivise specified. c. The Cont�actor shall prevent over-belling the pipe whife installing it through the casing. A method of restricting the movement betw�en the assembled bell and spigot where applicable shall be provided. d. At all bored, jacked, or tunneled installations, tfie annular space between the carrier pipe and casing shall be filled with graut, Care must be taken that not too much water is forced into the casing sa as nofi to floafi the pipe, ASC-30 -- . _ _ �.- . . , _ . N_ . _ _._ _ -., s PART DA - ADDITIONAL SPECIAL CONDITIONS The backfill material wifl not be �equired unless specified on the plans and specified by the Engineer. e, Closure of the casing after the pipe has been instailed shall be plugged at the ends of the casing as shQwn on the drawings or as required by th� Engineer. 5. Boring and Jacking Ductile lron 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 nat designated on the drawings, the cant�actor 5hall provide a casing pipe if necessary to achieve line and grade, Casing pipe shalf be provided at no additional cost and shall k�e subsidiary ta the cost bid for installation By Other than Open Cut, c. Bore and jack in accordance with paragraph C.3. above. d. Short length of sewer consisting of a sing(e 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 instafled pipe shall be pressure grouted, 6. Tunneling: Where the Gharacteri�tics of the soil, the size of the pro�osed pipe, or the use of monofithic sewer would make th� u�e of tunne(ing more satisfactot-y than jacking or boring, or when shown on the plans, a tunneling method may be used, with the approval of the Engineer or railroadlhighway officials. a. When tunneling is permitted, the lining of the tunnel shal( be of suffi�ient sfrength of support the overburden. The Contractor shall submifi the proposed liner method to the Engineer for approval. The tunnel liner design shalf bear the seal of a licensed professional engineer in the State of Texas. Approval by fihe Engineer shall not reli�ve the Contracfior of the responsibility for the adequacy af the liner method. b. The space between the tunnel liner and �he limits of excavation shall be pressure grouted or mud-jacked, c. Access holes for placing concrete shall be space at maximum intenrals of 1 Q 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 worfc pertarmed and materials furnished as prescribed by this item will be paid for at the Gontract Unit Price bid per linear foot for Pipe Instafled by C�ther 7han Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all mafierials, pipe, liner materials required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract 10/23/08 ASC-31 � PART DA - ADDITIONAL SPECIAL CONDITIONS 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 � . WATER: The casing pipe for open cut and bored or tunneled section shall f�e AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform fio the provisions ofi E1�15, E1,5 and E1-9 in Material Specifications of General Gontract Documents and Specifications for Water Department Projects. The stee( casing pipe shall be suppfied a� follaws: A. For the inside and outsid� of casing pipe, coal-tar protective coatin� in accordance wifih the requirements of Sec. 2.2 and related sections in AWWA G2Q3. B. Touch-up after field welds shall provide coating equal to those specified abov�. C. Minimum thickness fo� casing pipe used shall kae 0.375 inch. Casing Spacers (centering style) such as manufactured by Cascade Waterworl�s Manufacturing Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non- concreta pipes when installed in casing. Installation shall be as recomrnended by the manufacturer, 2. SEWER; Boring used on this projecfi 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, labar, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot, DA-8 SERVICE LINE POINT REPAIR / CLEANOUT REPAIR A. GENERAL,: The work covered by this item consists of furnishing all labor, material, equipment, superuision, etc, necessary to construct a point repair on the portion ofi a service line located within a utility easement, street right-of-way or on private property. Point repairs on private property shall onlv be addressed after the Contractor has received written ermission from the ro ert owner to do the work. A blank RigF�t-of-Entry Agreement fiorm to be completed by tF�e Contractor and the individual property owners is included at the end of thi� section. The Contractor shall keep a record copy af all Right- of-Entry forms obtained and have it on hand at all times during construction. The street addresses and approximate location of service (ine repairs, are showrt in Table and the Field Survey Forms in Attachment . It shall be the Contractors responsibility to accurately field locate the exact point of repair. 10/23/08 ASC-32 __ _ . _ �., _ , ,_ _._ � PART DA - ADDITIONAL SPECIAL CONDITIONS : C MATERIALS: The pipe replacement material shall be gasketed joint, gravity PVC sewer pipe (ASTM D- 3034, SDR 26) and have a minimum cell classification of 12454 A or B as defined in ASTM D-1784. Insfiallation shall be in strict campliance with the manufacturer, recommendations and the Uni-Bell Plastic Pipe Association. The method of jointing the ends of the replaced pipe with the existing pipe shall be water tight. EXECUTION: After the location ofi the point repair is determined, the Contracfior shall excavate and �emov� the damaged pipe and replace with new pipe. The minimum length of pipe replaced shall be thr�e (3) feet. AII work shall be erFormed b a licensed plumber. Determine whether additional fengths of line beyond "minimum length" criteria need repfacemenfi. Report ne�d for addition�l replacement to City and obtain appraval before pro�eeding. 2. The Contractor shall required pipe bedding service line grade. excavate, sha�e the bottom of the trench and place the so that the g�ade of the �eplaced pipe matches the existing 3, Numerous service line point repairs along with (ateral I%ne point repairs and obstruction removals are focated in areas which in many instances will require the removal of existing fandscaping, structures, sidewalks, driveways, etc. Items removed or disfiurbed shall �eplaced o� restored to original conditions or better. 4. Remova[ of Debri$: Excess excavated material and debris ar� to be removed from the work site daify, Cost of hauling excess excavation and debris is to be included in the price bid for "Service Line Point Repair". 5, Raof and Yard Drains: At the locations indicated in Table of the Attachments, The Contract�r shall discannect roof and yard drains from the sanitary sewer service .fine. For yard drains, the Contractor shall excavate and remove the drain from the yard and plug the (ine at the property line, For roof drains, the Contractor shall remove the downspout from the drain line and plug the line to prevent inflow. In addition, the Contractor shall install an elbow fitting afi the bottom of the downspou# to direct runoff, away from the buildin�, and a concrete splash pad ta prevent erosion. 6, Disconnected Attachments the service line the setvice line, Service Lines; At the (ocations indicated in Tab1e of ^ to the Special Contract Documents, the Contractor shalf remove no longer in use by excavating at the property line and plugging 7. Abandonment of Point Repair: If a pipe is exposed and found in good condition, not requiring a point repai�, notify City Engineer who wilf record abandonment of point repair. Backfill the excavation, replace pavement or sidewalk and repair and seed or sod unpaved a�eas, 10/23/08 ASC-33 J PART DA - ADDITIONAL SPECIAL CONDITIONS 8. Cleanout Repair: The Contractor shall make appropriate repairs to cleanouts as indicated in Table and as shown on the PLANS, All cleanout repair work shall be performed by a licensed plumber, � a. General This special condition describes the repair of sanitary sewer cleanouts located on private propert� as d�signated on the Ifl Eliminafiion Repair plans, Repair of the cleanouts shall consist of replacing defective cleanout caps or installing new caps where none exist, such that inflow is eliminated. There will be no repairs made to fihe exisfiing deanouts that require excavation, other than what is required ta expose the top of the �I�anout so that the new caps can be installed. p, Materials Replacement cleanout caps shall be Dal-Caps as manufactured by Dallas Specialty & Mfg. Company, ar equal, The rubber caps are held down by stainless steel clam�s. c, Excavation 1) The Contractor shall submit shop drawings on all materiais and equipment to be installed. 2) The Cantractor is responsible for obtaining righfi of entry from the property owners prior to performing any work, Property owners should be notified �8 hours in advance of any work on their property. 3) The Contractor shall restore any disturbed surface to its original or better cQndition at no separafe pay, p, MEASUREMENT AND PAYMENT: Payment for service line point repair shall be on a unit price basis fior each repair pertormed on all sizes of servic� lines for the respective depths. The minimum length of setvice line point repair �hall be three (3) feet, No separate pay if the work is done within the limits of a service line reconnect as defined in Special Condition, D-28, "Sartita�r Sewer Services", 2. Measurements for extra length �epair is on a linear foot basis for repairs in excess ofi the minimum 3 foot replacement length. 3, All pipe fittings, adapters, concrete collars, bedding, and removal and replacements of grass sodding required shall be considered incidental to service line point repair. 3. If no pay item is included for any work required to properly complete a service line point repair as specified, fihe cost to perform said work, including any required 90/23/08 ASC-34 PART DA - ADDITIONAL SPECIAL CONDITIONS removal and replacement af materials, shall be considered incidental to the service line point repair. � Depth of Bury is.to be measured from Natural Ground l.euel t4 the Ffow Line of the Sanitary Sewer Service Line afi fihe Point ofi Replacement, The minimum trench width shall be 3'-0". 6. All excavation, backfill, removal and landscaping, plugs, fittings, and spiash removal of yard drains, discannecting service lines. 7 � replacemenfi of grass sodding and pads shall be considered incidentai to roof drains and plugging disconnected No separate payment will be made for the Contractor to obtain written permission to enter private property. Payment �rvill be made for Abandonment of Point Repairs at the Contract Unit Pric� for Excavation and Backfill Abandoned Point Repairs. 9, Payment shal( be made at the Confiract Unit Price for each sanitary sewer cleanout successfully repaired, Payment shall be full compensation for all materials, equipment, and labor required to perfarm the work. DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION � GENERAL: Scope: This section governs all work, materiafs and testing required for the application ofi interior protective coating. Structures designated to received interior coating are (isted on the construction drawin�s. The structures are to be cQated, includin� interior waf[, top and bench sut�aces. Protective coating for corrosion protection shall meet the requirements of this Specification (and items DA-14 and DA-15� and th� Manufacturer� recommendations and speci�cations, : 2. Description: The Contractor shall be responsible for the furnishing ofi all labor, supervision, materials, equipment, and testing required for the campletion of protective coating of structures in accordance with manu�Facturer's recommendations, 3. 4. Manufacturer's Recommendations; Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations, Corrosion Protection: Corrosion protection may be required on all structures where high turbulence or high H2S confien� is expected. MATERIALS: Scope: This section governs the materials required for completion of protective coating of designated structures. 90/23/08 ASC-35 U PART DA - ADDITIONAL SPECIAL CONDITIONS 2. Protective Coating; The protective coating shall be a prop�ietary two campanent, 100 percent solids, rigid polyurethane system designated as Spray V�lall as manufactured by Sprayroq, Inc, pr a two-part epoxy resin system using 10Q% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3, Specialty Cement (If requ�red for leveling ar filling): The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc, or Reliner MSP as manufactured by Standard Cement Materials. A�. Materia( Identification: The protectiue coating material sprayed onto the surFace of the strucfiure shalf be a urethane or epoxy resin sXstem farmulated fo� the appiication to a sanitar�r sewer environmenfi. The spray system shall exhibit tha minimum physical properties as follows; Property Standard Lang Term Value Tensile Strength ASTM D-638 5,OQ0 psi Flexural Stress ASTM D-790 10,Q00 psi Flexural Modufus ASTM D-79Q 55Q,000 psi 5. Mixing and Handling: Mixing an.d Handling of specia(ty c�ment material and protective coating material, which may be toxic under certain conditions shafl be in accordance wifih the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel, It is the responsibility of the Contracto� to provide appropriat� protective measures to ensure that materials are under control at all times and are not availabfe to unauthorized personnel or animals. All equipment shall be subject ta the approval of the Engineer. Only personnel thoroughly familiar with the handling of the caating material shall perf'orm the spray coating operations and coati�g installations. C. EXECUTION: General: Protective coating shall not be installed unfiil the structure is complete and in place. 2. Preliminary Repairs: a. All foreign materials shall be removed from the interior of the structure using high pressure water spt'ay (3500 psi to 4000 psi at spray tip), b. All unsealed lifting ho(es, unsealed step holes, and voids larger than approximately one-half (1/2} inch in thickness �hall be filled with patching compound as �ecommended by the material supplier for this application. c. After all repairs have been completed, remove all loose material. 3. Protective Coating: �oiz3ios ASC-36 PART DA - ADDITIONAL SPECIAL CONDITIONS a. � The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The top ofi the structure shall also be coated. The protective coating shall be installed in accordance with the manufacturer's recommendations and tha following procsdure. 1) 2) 3) The surFace shall be thoroughly cleaned ofi all foreign materials and matter. Place covers over the inverfi to prevent extraneous material from entering the sewers, � If required for fillin� or leveling, appfy specialty cement product to provide a smooth surface fior the coasting material. 4� Spray the urethane or e�axy onto the structure wall and bench/trough to a minimum unifarm thi�kness of 125 mils (0.125 inches), Thickness to be verifiabl� through the use of inethods accepfiab[e to the Engineer. After the wails are coated, the wooden bench covers shall be removed. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surFaces or if freezing is expected to occur inside the structure within 24 hours after application. 4. Testing of Rehabilitated Manholes; Testing of rehabilitated manholes for water�ightness shall be performed by the Contractor after operations are comp(ete in accordance with the Section D-36 - VACUUM TESTING OF SANITARY SEWER MANHOLES. D. MEASUREMEIVT AND PAYMENT; Payment shall be based on the Contract Unit Price Bid per vertical foot, measured from the bottom of the f�ame to the top of the bench. The Confiracfi Unit Price shall be payment in full for performing the work and for furnishing all laboc'r supervision, materials, equipment and material testing required ta complete the work. Pressure grouting, if necessary to stop active infiltration prior ta application of the protective coating, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-1Q, MANHOLE REHABILlTAT10N. DA-10 MANHOLE REHABILITATION A. GENERAL Scope. This section covers the rehabilitation of sanitary sewer manholes and other appurtenances in accordance with the Manhole Rehabilitation Details in the specifications. The rehabilitation requirements for each manhole are listed in the �oi2sios ASC-37 PART DA - ADDITIONAL SPECIAL CONDITIONS Manhole Rehabilitation Schedule in the specifications. Manhole rehabilitation includes repairing, replacing, or restoring manhole frame & cover, frame seal, chimney, corbel, wall, bench, invert and/or pipe seal(s). The Contractor shall furnish all labor, supervision, materials, equipment and testing required to complete the rehabilitation of the manholes listed in these Contract Documents. 2. General: Contractor is responsible for locating all manholes scheduled for rehabilitation. Contractor shall notify City Engineer if a manhole cannot be located. Contractor shall contact City Engineer to determine if materials removed from rehabilitated manholes will remain the property of the Owner. If so, Contractor shall coordinate when and where to deliver salvaged material to the Fort Worth Water Department. If not, Contractor shall be responsible for disposal of material. Contractor shall provide watchmen, barricades and warning signs to protect his workers, inspectors, and the public. Contractor shall, at no additional cost to the Owner, replace any portion of an existing manhole fihat is damaged during rehabilitation of the manhole. Contractor shall provide necessary means to prevent wastewater flow from contacting material used for rehabilifiation prior to fully curing. Loose and broken brick and mortar shall be removed immediately from the manhole to eliminate the possibility of pieces entering the sewer lines. 3. Submittals: a. Product Information. Contractor shall submit manufacturer's information on products proposed to be used that are not specifically named in the Contract Documents. b. Personnel Qualifications. Prior to starting manhole coating, Contractor shall submit qualifications of personnel that will be performing wall repairs and coating procedures. Proposed personnel shall verify certification within the last two years by the coating manufacturer and verify working on at least three projects with similar coating within the previous 12 months. , Work Schedule. Prior to beginning work on bench and invert replacements, complete manhole replacements, or construction of new maintenance manholes, Contractor shall submit for review by Owner's Representative a plan for maintaining wastewater flow without any interruptions. Contractor shall maintain wastewater flow at all times. 4. Quality Assurance. Contractor will be responsible for all testing laboratory services in connection with data required for review of materials proposed to be used 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, pertorm 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. �oi2sios • ASC-38 PART DA - ADDITIONAL SPECIAL CONDITIONS : 5. Delivery, Storage, and Handling. Upon delivery, all material shall immediately be stored and protected until installed in the Work. All material shall be labeled and stored in accordance to the manufacturer's recommendations and all local, state, and federal regulations. 6. Testing. All rehabilitated manholes shall be tested in accordance with Section D-63. MATERIALS 1. 2. Two-Part Epoxy Adhesive Coating American Chemical Corp. "Aquatapoxy" or approved equal. Concrete Bonding Agent ThoroSeal "Acryl 60" or approved equal. 3 Cleaners: Water Cleaners Wall, Bench, Trouqh, Groutinc], and Pipe Seal Repair Hydraulic Cement Quick-setting Mortar Urethane Gel Grout Cementitious Grout Material Activated Oakum Concrete Clean and free from deleterious substances. Detergent, muriatic acid or approved equal. Strong-Seal Plug, Penny Grout, IPA "Octocrete", or approved equal. Strong-Seal QSR, Rapid Set, or approved equal. Scotch-Seal "5610 and 5612" or approved equal. Sauereisen Cements "F-100 Grout" or approved equal. 3M Scotch Seal "5600" or approved equal. External IVlanhole Coatinq Material in accordance with City of Fort Worth Water Department General Contract Documents. Coal Tar Tnemec "46-450 Heavy Tnemecol", Kop Coat "Bitumastic Black Solution", or approved equal. 90/23/08 � 5 Internal Manhole Coatinqs Non-cementitious Cementitious Frames, Covers, and lnserts Manhole Frames and Covers Watertight Manhole Frames and Covers Manhole Insert — Polyethylene ASC-39 Sprayroq "Spray Wall" or Raven 405. Standard Cement Materials "Reliner MSP" or Quadex "QM-1 s". McKinley "Type N with indented top", Neenah "R1726A", or approved equal. Neenah "R1915-E, Type L" or approved equal. Corrosion-proof high density polyethylene, 1/8" thick in accordance with Fort Worth Water Department General Standards E100- iJ, PART DA - ADDITIONAL SPECIAL CONDITIONS Manhole Insert - Stainless Steel 6. Fiberqlass Manhole Liner 7. PVC Lined Concrete Wall Reconstruction 8. Joint Material Adjustment Rings Bitumastic Gasket Material Bitumastic Trowelable Material 9. Miscellaneous Root inhibitor C. EXECUTION � Southwestern Packing "TetherLok". Material in accordance of these specifications. Material in accordance of these specifications. & Seals, Inc., with Section DA-15 with Section DA-16 Single-piece, precast concrete, ASTM C478, 2" min. thickness. RAM-NEK, EZ-STIK or approved equal. GS-702 compound or approved equal. Dichlobenil 2,6 - dichlorobensonitrile, or approved equal.. Inspection. Prior to beginning the Work on a manhole, the Contractor shall inspect the manhole and notify City Engineer if actual conditions are in conflict with Manhole Rehabilitation Schedule. After City Engineer revises schedule, Contractor shall commence with Work. 2. Manhole Rehabilitation Repairs. Each manhole listed in the Manhole Rehabilitation Schedule will be repaired with at least one of the following repair methods. The requirements for each repair shall be completed as described in this section and as indicated on the Manhole Rehabilitation Details in the specifications. a. Cover/Frame/Frame Seal Replacement. 1) Paved Areas: Make square full depth saw cut and remove the pavement to expose the entire manhole frame and exterior of manhole a minimum of 6 inches below the top of the structurally sound structure, keeping trench sides as vertical as possible. Remove the pavement by breaking out from saw cut toward the manhole to avoid breaking the frame. Non-paved Areas: Excavate adjacent to the manhole to expose the entire frame to a minimum depth of 6 inches below the top of the structurally sound structure, keeping trench sides as vertical as possible. Limit excavation to a 6-foot by 6-foot working area. 10/23/OS 2) Remove and replace the existing frame, cover, and sealing material. Furnish bolt down frame and cover, if required by Manhole Rehabilitation Schedule in the Specifications. If grade rings are broken, deteriorated, or loose, Contractor shall notify Engineer prior to placing manhole frame. Also, if manhole contains brick grade adjustments on top of concrete corbel or chimney, Contractor shall replace the brick grade adjustments with ASC-40 PART DA - ADDITIONAL SPECIAL CONDITIONS precast concrete rings in accordance with manhole grade ring replacements. 3) Clean exposed interior and exterior surfaces of the existing chimney and inspect for reuse. Wire brush and apply a concrete bonding agent and quick setting hydraulic cement to the top surface of the manhole to provide a smooth surface prior to installing new grade rings and bitumastic material. 4) SurFaces between the frame, adjustments, and corbel sections shall be free of dirt and debris. Bitumastic gasket material (minimum '/2 inch thick) shall be placed in two concentric rings along the inside and outside edge of each joint or use bitumastic trowelable material. Butt joints of the two rows of bitumastic material shall be positioned opposite of each other. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surFace elevation of the manhole frame. 5) In paved areas, frames shall be installed so the top of the casting will conform to the slope and finish elevation of the paved surFace. Allowances for the compression of the bitumastic material shall be made to assure a proper final grade elevation. Manhole rims in parkways, lawns, or other improved lands shall be at an elevation not more than one (1) inch nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the manhole frame for not less than three (3) feet each direction to existing ground elevations. 6) In drainage areas, frames shall be installed so the top of the casting will be at the same elevation that existed prior to rehabilitating the manhole. 7) If the inside diameter of the grade adjustments or frame,. installed prior to placing frame. manhole is too large to safely support new the corbel shall be replaced or a flattop 8) The exposed, exterior surfaces of manhole corbel, chimney, and frame shall be wire brushed and coated with two coats of coal tar, 14 mils DFT. The grade adjustments shall be wrapped with a 6 mil polyethylene sheet. 9) In unpaved areas, backfill with excavated material and compact with mechanical equipment. In paved areas, backfill with granular material meeting requirements of Item 402 and Section E1-2 to the limits shown on figures in Section H. 10) A concrete collar shall be constructed in accordance with Figure 121. Concrete collars will be required on rehabilitated manholes and new replacement manholes as listed in the manhole rehabilitation schedule. 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, 10/23/08 ASC-41 PART DA - ADDITIONAL SPECIAL CONDITIONS etc., to existing pavement and/or as detailed in the Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 1 through 5. Non-standard concrete collars shall be constructed at locations authorized by the Engineer. b. Reseating/Sealing of Existing Frame - Work shall be done in accordance with Section D-27, with the exception that the existing frame shall be reused. The frame and cover shall be inspected for any defects and notify the Owner's representative if it is damaged or deteriorated. .All scale, dirt, and debris shall be removed from the existing casfiing with a wire brush. � a. Grade Adjustment - All Work shall be done in accordance with Section D-27, with the exception that the existing frame shall be raised or lowered to surrounding surface elevations in accordance with the Grade Adjustment DetaiL 1) In brick manholes, remove and replace the defective chimney up to a maximum of 24 inches below fihe frame. If chimney is defective below 24 inches, Contractor shall notify Engineer prior to completing manhole rehabilitation. 2) Existing defective concrete grade ring adjustments and all brick or block adjustments shall be replaced with precast concrete adjustment rings. 3) Where partial manhole replacement is required on the Manhole Rehabilitation Schedule, the following shall apply : a) The extent of partial manhole replacement shall be based on the depth of deterioration as determined by the Owner's � Representative. The remaining structure shall be capable of supporting the newly constructed portions of the manhole. b) Excavate the work area to expose the entire depth of deterioration in the existing manhole to a minimum depth of 6 inches below the top of structurally-sound structure. c) Perform reconstruction to allow easy access into the manhole. No more than 12 inches of depth of precast concrete grade adjustment rings shall be allowed to obtain proper grade. Perform reconstruction in accordance with the Partial Manhole Replacement Detail. d) Seal manhole joints in accordance with Section D-27. e) Precast corbel, or barrel sections may be used as necessary. The diameter of the precast sections shall be consistent with the existing remaining structure. Place a flattop section on existing manhole structure prior to setting precast sections. Flattop sections shall not overhang existing manhole structures by more than 6 inches. If the clearance from the underside of the proposed flattop to the �oi2sios ASC-42 PART DA - ADDITIONAL SPECIAL CONDITIONS manhole invert is less than 4'h feet, the manhole shall be completely replaced. fi� Partial Manhole Replacement shall also include replacement of frame, cover, and sealing of frame and grade adjustments. g) Remove all debris from reconstruction from the manhole and dispose of properly. d. Interior Manhole Coating - Interior manhole coating shall meet the requirements of Section DA-12, DA-13, DA-14, DA-15, DA-16 and DA-17. e. Bench and Invert Rehabilitation 1) Remove existing deteriorated bench and invert material to solid material. Care shall be taken to avoid allowing broken pieces of brick and mortar to enter the sewer lines. 2) Apply concrete bonding agent and quick setting concrete to form a smooth surface and continuous invert with the sewer pipe. New bench and invert shall be formed in accordance with repair Bench and Invert Rehabilitation Detail. f. Bench and Invert Replacement 1) Remove the existing bench and trough completely. If the existing trough is formed of sewer pipe laid continuously through the manhole, special care shall be taken to ensure that the pipe seal and the sewer pipe to remain is not damaged. Contractor shall, at no additional cost, replace any portion of the existing manhole or sewer pipe to remain that is damaged during bench and invert replacement. 2) Install new bench and trough with Class A concrete in accordance with repair detail. SurFace shall be troweled smooth and the invert of the trough shall form a continuous smooth flow path from pipes entering the manhole to where they exit. The bench and invert shall form a watertight seal with the manhole wall, pipe, and bench/trough area. 3) If the manhole base is deteriorated or nonexistent, the minimum thickness of the bench/trough shall be six inches. g. Removal of Existing Manhole - Work shall be conducted as specified in Section D- 29. h. Construct New Manhole 1) Completely remove the existing manhole structure. 2) Construct new manhole in accordance with Section D-27 of these specifications. Connect to existing sewers using flexible couplings. 10/23/08 ASC-43 PART DA - ADDITIONAL SPECIAL CONDITIONS 3) Contractor shall maintain existing wastewater flows at all times. Contractor shall submit a plan for maintaining wastewater flows to the Engineer prior to beginning work. Pressure Grout Pipe Seals, Bench and Trough, and Lower Portion of Manhole 1) All work shall be done in accordance with Section DA-19 of these specifications. 2) Remove all foreign materials from the manhole walls around the pipe seal and within the pipe seal itself, including all loose and protruding brick, mortar and concrete. Stop active leaks using products specifically for that purpose. 3) Remove deteriorated area of the pipe seal to sound material. Apply bonding agent to area and place hydraulic cement to fill voids to form a watertight seal around pipe. 4) Drill holes around the pipe seal, bench/trough and lower portion of the manhole and inject urethane gel grout into holes in accordance with repair detail. Activated oakum rope shall be used to fill the injection hole after removal of the grouting probe. Patch the injection hole with hydraulic cement and apply a water resistant two-part epoxy coating to the patch. Clean all grout from interior of manhole. Manhole Step Removal - Remove existing manhole steps and fill voids with hydraulic cement in accordance with repair detaii. k. Patch Holes - Clean and remove loose debris from holes to be patched. Apply bonding agent to surface of holes and fill voids with hydraulic cement in accordance with repair Patch Holes Detail. Watertight Manhole Insert - Install watertight gasketed manhole inserts as specified in Fort Worth Water Department Standard E100-4. m. Grout Flattop to Wall Joint - Injection holes shall be drilled through the manhole at 90 degree angles from each other within 4 inches of the bottom of the flattop. Provide additional holes near observed defects, if necessary. Urethane gel grout shall be injected through the holes under pressure with a probe designed for this purpose. Injection pressure shatl not cause damage to the manhole structure or surrounding surface features. Grouting from the ground surface will not be allowed. Grout travel shall be verified by observation of grout at defects or adjacent injection holes. Provide additional injection holes, if necessary, to ensure grout travel. Injection holes shall be cleared with a drill and patched with a waterproof quick setting mortar. The flattop to wall joint shall be pressure washed, cleaned, filled with a non-shrink grout, and finished smooth. n. Fiberglass Manhole Insert - Work shall be conducted as specified in Section DA-18. 10/23/08 ASC-44 PART DA - ADDITIONAL SPECIAL CONDITIONS o. PVC Lined Concrete Wall Reconstruction - Work shall be conducted as specified in Section DA-19. p. Point Repair to Replace Sewer Line, 6"-15" Diameter - This item shall apply at those locations indicated in the Manhole Rehabilitation Schedule and those additional locations authorized by the Engineer. The Contractor shail excavate adjacent to the manhole to uncover the damaged sewer pipe. This pipe shall be carefully removed from the manhole to the first sound joint (maximum of 5 feet) of pipe. This pipe shall be replaced wiih SDR 35 PVC pipe of the same nominal size. This pipe shall be connected to the existing sewer using flexible connectors approved by the City. The connection of the new pipe to the manhole shall be made using flexible gaskets meeting the requirements of ASTM C-923, grouted into the manhole wall using non-shrink grout. Embedment material shall be installed around the pipe up to the pipe springline. Backfill material conforming to City specifications shall be placed and compacted as required. This item shall include surface restoration and permanent pavement repair. q. Bypass Pumping - The Contractor shall furnish and operate pumping equipment and piping as required for bypass pumping necessary to complete any manhole replacement or rehabilitation work. D. MEASUREMENT AND PAYMENT Frame and Cover Replacement: Payment for installation of new manhole frames and covers shall be based on the Contract unit price and the actual quantity installed. The Contract unit price shall be full payment for the new manhole frame and cover, excavation, installation of the manhole frame and cover, minor grade adjustment, backfill, and demolition and disposal of waste materials. 2. Grade Ring Replacement: Payment for installation of new grade rings shall be based on the Contract unit price and the actual quantity of new grade rings installed. The Contract unit price shall be full payment for the new grade rings. All costs for installing and sealing grade rings shall be included in the applicable Contract unit price for sealing of frame and grade rings. 3. Paved Frame and Grade Adjustment Sealing: Payment for sealing manhole frames and grade adjustment rings in paved areas shall be based on the Contract unit price and the actual number of manholes where sealing of the manhole frame and/or grade adjustments in paved are required. The Contract unit price shall be full payment for excavation, pavement removal, sealing materials, installation of grade rings, sealing, minor grade adjustment, backfill, and demolition and disposal of waste materials. 4. Non-Paved Frame and Grade Adjustment Sealing: Payment for sealing manhole frames and grade adjustment rings in non-paved areas shall be based on the Contract unit price and the actual number of manholes where sealing of the manhole frame and/or grade adjustments in non-paved are required. The Contract unit price shall be full payment for excavation, sealing materials, installation of grade rings, sealing, minor grade adjustment, backfill, surFace restoration, and demolition and disposal of waste materials. �aizsios ASC-45 PART DA - ADDITIONAL SPECIAL CONDITIONS 5. Interior Manhole Coating: Payment for interior manhole coating shall be based on the Contract unit price where interior manhole coating is applied. The Contract unit price shall be full payment for surface preparation, interior coating of the corbel, wall and bench, and cleanup. 6. Pressure Grout Pipe Seals, Bench and Trough, and Lower Portion of Manhole: Payment for grouting pipe seals, bench and trough, and lower portion of the manhole shall be based upon the Contract unit price and the actuai quantity of manholes where pipe seals, bench and trough and lower portion of the manhole were grouted. The Contract unit price shall be full payment for the preliminary repairs, rehabilitating the pipe seals, grout material, installation of the grout materials and cleanup. 7. Bench and Invert Rehabilitation_ Payment for bench and invert rehabilitation shall be based upon the Contract unit price and the actual number of manholes where the bench and invert were rehabilitated. The Contract unit price shall be full payment for materials and bench and invert rehabilitation. 8. Bench and Invert Replacement: Payment for bench and invert replacement shall be based upon the Contract unit price and the actual quantity of manholes where the bench and invert were replaced. The Contract unit price shall be full payment for materials, installation of materials, and demolition and disposal of waste materials. 9. Patch Holes: Payment for patching holes shall be based upon the Contract unit price and the actual number of manholes that were patched. The Contract unit price shall be full payment for surface preparation, patching of the holes, and cleanup. This item is allowed for payment only when it is included in the Manhole Rehabilitation Schedule. Patching holes prior to interior coating of manholes is not a pay item. 10. Manhole Step Removal: Payment for manhole step removal shall be based upon the Contract unit price per manhole and the actual number of manholes that had steps removed. The Contract unit price shall be full payment for removal and disposal of the steps and patching of the voids created by step removal. 11. Watertight Manhole Insert: Payment for watertight manhole inserts of the respective type shall be based upon the Contract unit price and the actual number of inserts of each type installed. The Contract unit price shall be full payment for the watertight manhole insert and installation of the insert in the manhole. 12. New Sanitary Sewer Manhole: Payment shall be made as indicated in Measurement and Payment, Section D-27 in these specifications. This item shall include up to five (5) linear feet of new PVC pipe at each manhole pipe connection and connecting to the existing sewer. 13. Concrete Manhole Collars: 10/23/08 ASC-46 PART DA - ADDITIONAL SPECIAL CONDITIONS a. Paved Areas. Payment for manhole collars in paved areas shall be based on the Contract unit price and the actual quantity installed. The Contract unit price shail be full payment for labor, materials, pavement sawing, excavating, disposal of waste materials. Payment shall not include pavement replacement, which if required, shall be paid separately. b. Non-Paved Areas. Pavement for manhole collars in non-paved areas shall be based on the Contract unit price and the actual quantity installed. The Contract unit price shall be full payment for labor, materials, excavation, disposal of waste materials, and surface restoration. 14. Partial Manhole Replacement: Payment for partial manhole replacement shall be based on the Contract unit price per vertical foot measured from the top of the frame to the top of the structurally sound existing manhole. The Contract unit price shall be full payment for furnishing all labor and materials necessary, including excavation and removal of the existing structure, replacement of the frame and cover, installation of new adjustment rings, flattop, corbel or wall sections, sealing, backfilling, and unpaved surface restoration. Payment shall not include pavement replacement, which if required, shall be paid separately. 15. Interior Corrosion Protection: Payment shall be made as indicated .in Measurement and Payment, Section DA-9 in these specifications. 16. Grout Flattop to Manhole Wall Joint: Payment for grouting the flattop to manhole wall joint shall be based upon the Contract unit price and the actual number of joints grouted. The Contract unit price shall be full payment for all material, labor and cleanup required to complete each joint grouting. 17. Fiberglass Manhole Insert: Payment shall be made as indicated in Measurement and Payment, Section DA-18 in these specifications. 18. PVC Lined Concrete Wall Reconstruction: Payment shall be made as indicated in Measurement and Payment, Section DA-19 in these specifications. 19. Point Repair to Replace Sewer Line, 6" - 15" Diameter: Payment for each point repair shall be based upon the Contract unit price for each manhole connection actually repaired. The Contract unit price shall be full payment for all material, labor, and cleanup required to complete each manhole connection repair. 20. Flattop Replacement: Payment for each flattop replacement shall be based on the Contract unit price for each flattop actually replaced. The Contract unit price shall be payment in full for all labor, material, and cleanup required to complete each flattop replacement. Payment for frame and cover replacement, grade rings, sealing, and concrete manhole collar as required to complete the manhole rehabilitation will be paid for separately at the applicable Contract Unit Prices. 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. 10/23/OS ASG47 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION � ,� C, GENERAL: This item shall govern the preparation ofi surfaces far manhole rehabilitation. CLEANING: 1. Covers (screens) shall be placed over the pipe inverts ta prevenfi e�raneaus makerial from entering the sewer system, 2. All concrete that is not sound or ha� been damaged by chemical exposure shall be removed from the rt�anhole. Loose and protruding brick, mortar and concr�te shall be removed usin� a masonry hammer and chisel andlor scrapers, Existing roots and manhole step� shall be remo�ed by cutting them filush with fihe wall Qfi the manhole. 3, All contaminates .including but not limited to: oils, grease, waxes, form re(ease, curin� �ampounds, efflorescence, sealers, salts, incompatible existing coatings, and all other contaminants shall b� remaved. 4. Surfaces to receive protective caating shall be cleaned and abraded to produce a sound concrete/brick surface with adequat� profile and porosity to provide a strong . bond between the protective coafiing and the subsfirate. All fo�eign materiafs shall be removed from the manhole interior using high pressure wat�r spray (350Q psi to 4000 psi), Cleaning equipment shall have a pressur� gauge that indicates the water pressure being used. 5, Detergent water cieaning, muriatic acid, and h4t watet- blasting shall be used, if necessary, to remove dirt, oils, grease, and other matter which may prevenfi 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 micrabiofogical bacteria growth prior to final rinse and coating. PR�LIMINARY REPAIRS 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 hou� (1) prior to application of the first spray coafi. 10/23/OS 2. Active leaks shall be stopped using City appraued products specificalfy 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 ifi required to provide a uniform slope from the circumference� to the manhole trough. City approved cementitious patching compounds o� epoxy grout as recommended by manufactur� shall be used. . .• 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 mafie�ial is allowed to enter the sewer system. 5. Contractor shali ensure the manhof� is clear of alf detergents and cleaners and that all active infiltration has been stopped prior to appiicafiion of protective manhole coatings for rehabilitation. D. WSPECTION Applicator shail carefully inspect all surtaces prior to application of protective coating and shafl notify Owner of any noticeabfe disparit�r in the surface which may interfere with the proper perfiormance of the repair mortar and protective coating. E. MEASUREMENT ANQ PAYMENT Payment for SurFace Preparation shalf be considered $ubsidiary ta the cost for interiar Manhole Coating or Protective Manhole Coating for eorrosion Protection. DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM A. GENERAL 1. Scope - This section governs all work, maferiafs and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation schedule. Interior manhole coating shall meefi the requirements of this sectian or of Section DA-13, DA 14, DA-15, pA-16 or DA- 17. 2. Description - The Contractor shall be responsible for the furnishing ofi all labor, supervisior�, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations - Materiafs, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers` recommendations. 4. Manholes - Manholes ta be coated are of b�ick, block, o� concrete construction. Some manholes may have a cementitious sprayed or trowelfed 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 - Reliner MSP proprietary pre-blended mixture of cementitious and pozzolanic materials, silica fume admixture, 10Q percent polypropylene fibers and other se(ected ingredients, as manufactured by Standard Cement Materials. No material (other than clean potable water) shall be used with or added to these standard products without prior approva! or recommendation of the respective manufacturer. 10/23/08 ASC-49 � PART DA - ADDITIONAL SPECIAL CONDITIONS 3. Material Identification - Contractor shall compfetely identify the types of grout, mottar, patching compounds, sealant, �nd/or root confirQl chemicafs used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease ofi application, and expected performance, to the satisfaction ofi the Enginee�. 4. Mixing and Handling - Mixing and hand(ing of interior coating, which may be toxic under certain conditions shall be in accardance with the recommendations of fihe manufacturer and in such a manner as to minimize hazard to personne(. It is the �esponsibility of the Cantractor fio provide appropriate protective measures to ensure that materials are under control at all times and are not available #o unauthorized personnel or animals. Alf equipment shall be subject to the appraval of the Engineer. Only personnel thoroughly familiar with the handling and application of the coating material shall perform the coating operations, . C, EXECUTION 1. General - Manhole coating shalf not b� pertormed until replacement of manhole covers, sealing ofi manhole frame and grad� adjustments, partial manhola replacemenfi, or concrete collar construction is complefie. 2. Temperature - Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected v�rithin 24 hours. If ambient temperatures are in excess of 9Q°�', precautions shall be taken to keep mixing water below 85°F, using ice if necessary. 3, Interior Manhole Coafiing a. The interior coating shall be applied to the manhole from the top of the corbe( or flattop to the bench/trough, including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturer`s recommendations and the following procedure. 1) The surface preparafiion shaU cqmply with the requirements of Section DA-11, SURFACE PREPARATIQN FOR MANHOLE REHABILITATION. 2) The surFace prio� to application shall be clamp without noticeable free water droplets or running water. Reliner MSP material shall be spray applied (using a manufacture� approved machine) to a minimum uniform thickness of 1-inch minimum. Troweling shall begin immediately following the spray application. The t�owelled surface shall be smooth with no evidence of previous void areas, Afker the walls are coated, the wooden bench covers shall be removed and the bench sprayed with Reliner MSP material in such a manner as to produce a bench having a gradual slope from ihe wa[Is 10/23/08 ASG50 PART DA - ADDITIONAL SPECIAL CONDITIONS to the invett with the walllbench intersection built up and rounded to a uniform radius for the full circumference ofi the intersection. The thickness of the bench shall be no less than 1-inch at the invert and shall increase in the direGtion of the wall so as to provide the required slope, 3? Th� final application shali haue a minimum af four (4) hours cure time before being subjected to active flovv. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. 4) Traffic shall not be allowed over manholes for 24 hours after reconstruction is complete. �, Testing of Rehabilitat�d Manholes a. Testing of rehabilitated manholes for wate�tightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21. b. At least fwo 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date, focation and job recorded on each. The cy(inders shall be sent to a certified testing laboratory far testing. A compression test will be made per ASTM C780 or ASTM C-10, as recommended by fihe material manufacturer, and the results will be furnished to the Engineer and Owner on request, D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertica( foot, measured from the top of the corbel or flaftop to the top of the bench. The Contract Unit Price shall be paymenfi in full for performing the work and for furnishing all [abor, supervision, materials, �quipment and alI material testing necessary to comp(ete the work. Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabi(itation Work Schedule or required to be dQne by the Engineer, shall be paid for separately at the Contract Unit Price. DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM A. GEN�RAL Scope This section gQverns all work, materials and testing required for fhe application ofi interior manhole coating. Manholes designated for interior coating are listed the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-14, DA-15, DA-16 or DA-17. 2, Description �oi2sios � ASG51 PART DA - ADDITIONAL SPECIAL CONDITIONS The Contractor shafl be responsible for the furnishing of al( labor, supervision, materials, equipment, and testing required fvr the com�letion of interior coating ot manholes in accordance with the Contracfi Documents. 3. Manufacturers Recommendatians Mafierials, mixture ratias, and pracedures utilized for th� coating prpc�ss shall be in accordance with manufacturers' recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction. Some manholes may have a cementitiaus sprayed or trowelled an coating over the ariginal interior surFace, B. MATERIALS Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Quadex QM-1 s and Quadex Excel proprietary pre-blended cement based synthetic granite (Donnafll[) enhanced polypropylene fiber reinforced coatings as manufactured by Quadex, lnc. No material (other than clean potable water) shall ba used with or added ta Quadex QM-1s or Quadex Excel without prior ap�raval o� recommendation from Quadex, lnc. � 3, Materialldentification Contractor shall campletely identify the types of groufi, mortar, patching compaunds, sealanfi, and/ot' root corttrol chemicals used and prouide case histories of successful use or defend the choice of grouting materials based Qn chemical and physical properties, ease of application, and expected perFormance, to the safiisfaction of the Engineer. 4. Mixing and Handling Mixing and handling of inte�ior 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 Ifi is the responsibility o� 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 subjecfi fio the appraval of the Engineer. Only personnel thoroughly familia� with th� handling of the coating ma�erial shall perform the coating operations. G. EXECUTION �oi2sios ASG52 PART DA - ADDITIONAL SPECIAL CONDITIONS General Manhole coating shali not be perfarmed untii replacement of manhole covers, sealing of manhole frame and grade adjustments, partia[ manhole replacement, or concrete callar construction is complete. �. Temperature Normal interior coating operation shall be performed afi tem�eratures af 40°F or greater, No application shall be made when freezing is expected within 24 hours, If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing rrvater below 85°F, using ice if necessary, 3, Interior Manhole Coating a. The int�rior.coating shall be appGed to the manhole from the top of the corbef or flattop to the bench/trough, including the bench/trough. b. The interior coating shall be applied in accordance with the manufacture�'s recommendations and the following procedure. 1) The surtace preparation shall camply with th.e requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE REHABILIATATION. 2) The surface prior to application shall be damp �nrithout noticeab[e free water droplets or running water. QM,1s mafierial shall be spray applied (using a Quadex Model 900D application machine ar manufacturer approved equal� to a minimum uniform thickness of 1- inch minimum. Troweling shall begin immediately follovving the spray application. The trowelled surface shall be smooth with no evidence of previous void areas. 3) The �nal application shall have a minimum of four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. 4) Traffic shall not b� alfowed over manholes fo� 12 hours af�er reconsfiruction is complete. 4. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section QA- 21. b. At least twa 3-inch diameter x 6-inch tall cy[inders of the coating materiaf shall be taken from each days work with the date, focation and job recorded on each, The cylinders shall be sent to a certified testing laboratory for 10/23/OS ASC-53 � PART DA - ADDITIONAL SPECIAL CONDITIONS testing. A compression test will be made per ASTM C78Q, and the r�sults will be furnished to the Engineer and �wner on request. D, MEASUREMENT AND PAYM�NT Payment shall be based on the Contract Unifi Price per vertical foot measured from the top of the corbel or f(attop to the top of the bench. The Contract Unit Price shall be payment in full fnr performing the work and fior furnishing all labor, supervision, materiais, equipment and all material testing necessary to compiete the work. Grouting, if necessary to stop active leaks in manho(e wall areas, shall be �ncluded in the above unit price, Grouting of the pipe seals, bench and trough, and lower portion ofi a particular manhole, if required by the Manhote Rehabilitation Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price, DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM A. GENERAL Scope This sectian governs ali work, materials and testing requi�ed for the application af inte�ior manhole coating. Manholes designated for interior coating are listed on the Manhofe Rehabilitation Schedule. Interior manhole caating shall meet fihe r�quirements of this Section ar of Section QA-12, DA-13, DA-15, I�A-16 or DA-17. 2. Description The Contractor shall be �esponsible for th� furnishing of all labor, supervision, materials, equipment, and testing required for fihe completion of interior coating of m�nholes in accordance with the Contract Documents, 3. Manufacturer's Recommendafiions Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4, Manholes Manholes to be caated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) inch specialty cement-based coating material (Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS Scope This section governs the materials r�quired far completion of interior coating of manholes. 10/23/OS AS C-54 PART DA - ADDITIONAL SPECIAL CONDITIONS � Interior Goatin� The interior coating shall be a proprietary two componenfi, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc, 3, Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification The interior manha(� coating material sprayed onta the surface of the manhole shall be a urethane resin system formulated for the application to a sanitary sewer environmenfi. Tf�e spray system shali exhibifi the physical properties as follows: 5 PropertY Standard Tensile Strength ASTM D-638 Flexural Str�s� ASTM D-79Q Flexural Modulus ASTM D-790 Mixing and Handiing Lonq Term Value 5,OOQ psi 10,000 psi 55Q,OQ0 psi Mixing and handling of specialty cement material and interior coating material, which may be taxic under certain conditions shall be in acco�dance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. Ifi i� the responsibility of the Contractor fia provide apRropriate protective measures to ensure that materials are under control afi all times and are nafi availab[e to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thotoughly familiar with the handling of the coating material shal( perform the spray coating ope�ations and coating instaflations. C EXECUTION 1. Generaf Manhole coating shall not be installed until sealing of manhole frame and grade adjustments, or partial manhole replacement when required for fihe manhole per the Manhole Rehabilitation Schedule, is complete, 2. Temperature Normal interior coating operation shal( be perFormed at temperatur�s of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 10/23/08 3, Interior Manhole Coating ASC-55 � PART DA - ADDITIONAL SPECIAL CONDITIONS 1. The inte�ior coating shall be applied to the manhol� from the bottom of the �rame to the bench, down to the top of the trough. a. The interior coating shall be instafled in accordance with fihe manufacturer's recommendations and the following procedure. L:� 1) The surface shall be thorough[y cleaned of all foreign materiafs and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 35Q0 psi at spray tip), cleaning with muriatic acid, degreaser, or other solvents as needed in order to remove any film or residue on th� surFace. 2) Place cavers over the invert to prevenfi extraneous material from entering the sewers. 3) Apply a minimum (Quadex QM-1s or coating material. of one-half (1/2) inch specialty cement producfi Reliner MSP) smooth surface for the urethane 4) Spray the urethane onto the manhole wali and bench/trough with a minimum thickness of 125 mils (0,125 inches), Thickness tca be verifiable ihrough the use ofi methods accepfiable to the Engineer. 5) Coat traugh area with specialty cement producfi (Quadex QM-1s or Reliner MSP�. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shafl be perFormed by the Contractor afker operations are complete i�t accordance with Section DA- 21. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foat, measured from the b4ttom of the frame to the tap of the bench. The Canfiract Unit Pric� shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipmenfi 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 afi a particular manhole, ifi required by Manhole Rehabilitation Wark Schedule or required to be done by the Engineer, shall be paid fo� separately at the Contract Unit Price. DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM A. GENERAL 1. Scope 10/23/08 ASC-56 �, �.� PART DA - ADDITIONAL SPECIAL CONDITIONS This section governs al( 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. Int�rior manhole coating shall meet the requirements of this Section, o� of Section DA-12, DA-13, DA-14, DA-16 or DA-17. 2. Description The Contracfior shaf( 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 Dacuments, 3. Manufacturer's Recommendations Materials, mixtur� �atios, and procedures utifized for the coafiing process shall be in accardance with manufacturer's recommendations. �4. Manholes Manholes to be coated are of brick, block, or concrete construction. A(I manholes shall have a minimum of one-half (1/2� specialty cement-based coating material (Quadex QM--1s or Reliner MSP) sprayed or trowelled on coating over the original interior surf'ac�, 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 twc�-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cemenfi The specialty cement-based coating material shalf be either Quadex QM-1s as manufactured by Quadex� Inc. or Reliner MSP as manufactured by Standard Cemenfi Materials. 4. Materialldenti�cation CQntractars will comple�ely identify the types of grout, mortar, sea(ant, 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 af applicatian, and expected performance. These grouting materials shall be compatible with Raven 405 interior coating. The contractor shall be responsible for 10/23/08 ASG57 J PART DA - ADDITIONAL SPECIAL CONDITIONS getting approual from Raven Linin� systems and(or the grout manufacturers for the use of these grouting materials. 5. Mixing and Handlin� 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 fio personnel, Ifi is the responsibility ofi the Contractor to provide appropriate protective measures �o ensure that materials are unde� control at all time� and are not available to unauthorized p�rsonnel or animals. All equipment sha(I be subject to the approval ofi the Engineer, Coating shall be performed only by certified applicators approved by fihe manuFacturers. G. EXECUTION Gene�al Manhole coating shall not be perFormed until sealing of manhole from frame and grade adjustments, partial manhole replacement, manhole groutin� or sewer replacement/repairs are complet�. 2, Temperatures Normal interior coating operation shall be perFormed afi t�mperatures of 40°F o� 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 fihe Manhole Rehabilitation Schedule. The interior coating shall be applied to the manhole from the botkom of the manhole frame to the bench/trough, including the bench/trQugh. b. The inte�ior coating shall be installed in accordance with the manufacture�'s recommendations and the following procedure. 1) The surface preparatian 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 sha[I be spray applied per manufiacturer's recommendations with a minimum thickness of 12a mils (0.125 inch). �oizsio8 ASC-58 PART DA - ADDITIONAL SPECIAL CONDITIONS 4) After the vvalls are coated, the woaden bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required fior the walls. 5) The final application shall have a minimum of three (3) hours cure time or be sefi hard fo the touch, before being subjected to ac#ive flQw. 6) No applicatiqns shall be mad� to frozen surfaces or if freezing is expected to accur in side the manhole within 24 hours after application. 4. Testing of Rehabilitated Manhales a. After the epoxy liner has set (hard to touch�, all visible pinholes shalf be repaired. Repairs shall be made by fighfify abrading the surface and brushing the lining materiaf over the area. All blisters and evidence of uneven cover shall be repaired according to the manufiacturer's recommendations. Spot check of coating thickness maX b� made by Owner's Representative, and the eontraetor shaff repair these areas as required, at na additional cost to the Owner. b. Testing of rehabilitated manholes for watertightness shall be pertorm�d by the Contractor after operations are complete in accordance with Section DA- 21 — VACUUM TESTWG OF REHABILITATED MANHOLES. D, MEASUREMENT AND PAYMENT Pa�ment shall be based an the Contract Unit Price per vertical foot, measured from the bottom of the frame to the to� of the bench, The Contract Unit Price shall be payment in full for performing the work and far furnishing all labor, supervision, materials, equipment all testing necessary to complete the wark. Payment for grouting of pipe seals, bench and trough and menhole walls shaf( be based on the Contract Unit Price for each manhole actually grouted. DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER A. GENERAL This section p�escribes the minimum standards for the safe and efficient rehabilitation of sewer structures, utilizing Permacast with Epoxy Liner. B. MATERIALS 1. Leak Plugging Leak Plugging of the same or greater strength than the Liner Mix and/or chemical grauts may be used. If wafer pressures are severe, the contractor may drill relief holes at the bottom of the manhole wall to concentrate the leaks before pfugging, 10/23/08 ASG59 U PART DA - ADDITIONAL SPECIAL CONDITIONS 2, Patching Mix Voids which have not compromised the structure in its overall soundness mu�t be filled prior to lining with materials of the same or �reater sfirength than the Liner Mix. 3. Liner Mix Shall be densely compacted, Re(iner Microsilicate cement mo�fiar, Quadex QM-Is and Quadex Excel cemenfi mortar, or approved equal, applied uniformly at a minimum thickness of'/z inch, Liner Mixes shall attain strengths as follows: 24 HOURS 28 DAYS Compressive ASTM C-1 Q9 3500 psi 10,OQQ psi Flexural ASTM G295 650 �si 800 psi Elasticity ASTM C-469 180,000 psi 1,150,4QQ psi It shall be defivered in factory prepared packaging suitable for mixing with just the addition ofi clean water in the prescrib�d dosage. No additives shall be us�d at the site wifihout prior appcoval. All visible leaks must be plugged prior to application of the cementitious tiner with quick setting, non-shrink hydrauliG cement martar, C. EXECIJTION Mixing The manufacture's pubiished technical specifications and directians for proportioning and mixing shal[ be strictly followed by the certified applicator. 2. Equipment Equipment shall be as recommended by the manufacturer to ensure proper mixing and pumping of the mor�ar and shal( be clean and in good working order according to the manufacture's published recommendations for safe operation. Oniy factory certified worke�s shall operate with a controllable retrieval meth4d shall be used to produce a uniform and dense appiication without the need to trawel which can weaken the morta�. 3. Application Once prepared, the application shall commence, in accord with the manufacturer's recommended procedures and in the presence of the owner's inspector in a singfe application ta the prescribed thickness (1/2 inch or greater) withoufi delay or interruption in order to produce a uniform and monalithic liner. Multiple layers with time befinteen for drying are not aU4wed, Qnce co�npleted, the manhole shall be covered to prevent air drying. �oizsios ASC-60 PART DA - ADDITIONAL SPECIAL CONDITIONS � Testing & Verificafiion Testing of rehabilitated manholes for water tightness shal( be performed by the Contractor after operafiions are compfete in accordance with Section DA-21. The owner's insp�ctar shafl verify the thickness with a wet gauge, Any area found to less than the minimum prescribed thickness shall resuifi in the minimum prescribed thickness shall result in the immediate relining of the entire interior. Two test cubes shall be made from each day's mix and tested for strength verification. i� The liner shall be applied to the prepared interior as spe�ified in proceeding sections at '/z inch thickness. �� CORROSION PREVENTION Pr�paration & Procedure 2 Protective Coating The protective coating shall be a 100% solids epvxy with no volatile arganic compounds and white in color to optimize visual inspection. Minimum physical properties shall be: Hardness Tensile Strength Compressive Strength Flexural Strength ASTM D-2244 65 Shore D ASTM D=63860 90,OQ0 psi ASTM D-69544 15,000 psi ASTM D-79058T 1,000 psi It shall be uniformly spray applied or centrifugally cast onfio the fresh mortar before new bacterial growth can contaminate the underlying mortar. It shall have a minimum thickness nf 125 mils and shall not run o� sag during placemenfi. 3, Safety If personnel are required to enter the confined space during the application procedure, each and all OSHA requirements as well as those required by the manufacturer's material safety data sheets shall be complied with fully. � Testing & Verification The interior shall be visually inspected for thoroughness af coverage. When dry to the touch, the entire interior shall be tested with a Tinkor & Rasor holiday detector at the prescribed voliage to verify thickness and (ocate pinholes if any. Deficiencies shall be immediately corrected and retested. E. 10/23/08 MEASUREMENT AND PAYMENT ASC-61 � PART DA - ADDITIONAL SPECIAL CONDITIONS Payment shall be based on the Contract Unifi Price per vertical foot, measured from the bottom of the frame to th� top of the bench. The Canfiract Unit Price shall be payment in full fvr performing the wark and for furnishing all labor, supervision, materials, equipment all tesfiing necessary ta complete the work. Paymenfi for grouting ofi pipe seals; bench and trough and manhole walls shali be based ,on the Contracfi Unit Price far each manhole actually grouted. . DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM A. GENERAI. 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 in the Manhole Rehabilifiation Schedule, [isted in Parfi 1. Interior manhale coating shall meet the requirements of this SeGtion ar of Section DA-12, DA-13, DA-14, DA-15 ar DA-16, 2. Description. The Contractor shall be responsible for the furnishing of all labor, supervision, ma�erials, equipment, and testing required far the completion af interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations, Materiafs, mucture rafiios, and procedures utilized for th� coating process shall be in accordance with manufacturers recommendations. 4. Manholes. Manholes to be coated are of brick, block, or conerete construction. Some manholes may have a cementitious sprayed or trowelled-on coating aver the original interior surface, B. MATERIALS Scope. This secfiion governs the materiafs required for completion of interior coating of manholes. 2. Interior Coating. Strong-Seal Systems MS-2A , factory-blended, cement-bas�d , fiber-reinforced coating as manufactured by Strang-Seal Systems o� Pine Bluff, AR. No material (other than clean potable wate�) shall be used with or added ta Strong-Seal MS-2A without prior approval or recommendation from Stron�-Seal Systems. 3. Material Identificafiion. Contractor shall completely identify the types of g�out, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use o� defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, ta the satisfaction of the Engineer. 4. Mixing and Handling. Mixing and handling of interior coating, which may be toxic under certain conditions, shall be in accqrdance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the 10/23/08 ASC-62 PART DA - ADDITIONAL SPECIAL CONDITIONS responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at aIl times and are not available ta unauthorized personnel or animals. All equipment shall be subject to the approval of the �ngineer. �niy personnel thoroughly familiar with the handling of the coating material shal[ perForm the coating operations. C, EXECUTION: 1, General. Manhole caating shali not be performed until replacemenfi of manhole cavers, sealing of manhale frame and grade adjustments, partial manhole rep[acement, Qr concrete coilar construction is complete. 2. Preliminary Repairs a) All foreign materials shali removed from the manhole interior using high pressure water spray (minimum 35QQ psi�, Loose and protruding bricl�, mortar, and concrete shall be removed usin� a masonry hammer and chisel andlar scrapers. Existing roots and manho(e steps shall be removed by cutting them 'I" belov�t the surtace of the manhole. b) Aff unseafed lifting holes, unsealed step holes, voids larger than approximately one-half (1�2} inch in thickness shall be filled with rapid- setting, trowel-applied patching compound prior to spray application of the MS-2A coating. c) Active leaks shall be stopped using rapid-setting hydrau[ic cement products specifically far that purpose and according to manufacturec's recammendation. Some leaks may require grouting to stop the inflow. Grouting shall be perFormed in accordance with Section DA-20. Contact Strong-Seal Systems for grouting recommendations. d) After a[I repairs have been completed, remove aH foose materia[, 3, Temperature. Normal interio� cnating operation shalf be performed at temperatures of 40 De�rees � or greater. No applicafiion shall be made when freezing is expected wifihin 24 hours. IF ambienfi temperatures are in excess of 90 Degrees F, precautions shall be taken to keep mixing water below 85 Degrees F, using ice if necessary. 4, lnterior Manhole Coating a) The interior coating shall be applied to the manho(e from the top of the bench/trough to the top of the corbel or flattop, including the bench/trough. b) The interior coating shall be applied irt accordance with the manufacturer's recommendations and the following procedu�e. (1) The surface shall be thoroughly cleaned af all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi). 10/23/08 ASC-63 � PART DA - ADDITIONAL SPECIAL CONDITIONS (2� Place covers over invert to prevent extraneous material from entering the sewer, (3� The surface prior to application shall be damp withaut naticeable free wafier droplets or running water. MS-2A material shall be spray applied (using a manufacturer approved application machine) ta a uniform thickness of 1" minimum. Troweling shall begin immediatefy following the sPray application, The trowelled surface shall be smoofih with no evidence o�F previous void areas. (4) Th� application shall haue a minimum of four hnurs (4) cure time before being subjected to active normal flows. Ambient conditions in the manhole are adequate for curing as fong as the manhole is covered, (5) Traffic shall not be allowed over manholes fot' 12 hours after reconstruction is complete, 5, Testing of Rehabilifiated Manholes a) Testing of rehabilitated manholes for water-tightness shalf be performed bX the contractor after operatians are complete in accordanGe with Section DA-21, b) At least four (4) 2-inch cubes of the coating material shall be taken from each day's work with the date, location and job recorded on each. The cubes shall be sent fio Strong-Seal Systems, Pine Qluff, AR, for testing. A compression test will be made according to ASTM G1 Q9, and the Cesults wifl be furnished to the engineer and the owner. D, MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per each manhole co�ted. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing necessary to complete the work. Grouting, if necessary to stop active leaks in manhole we(I areas, shall be included in the above unit price. Grouting of the pipe seals, benGh and trough, and [ower portion of a particular manhole, if required by the Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately. DA-18 RIGID FIBERGLASS MANHOLE LINERS A. GENERAL This item shall govern the furnishing and installation of rigid fiberglass liners in existing brick or concrete manholes. The manholes to be rehabilitated using fiberglass liners, and the interior diameter and depth of the liner are listed in the Manhole Rehabilitation Schedule. The locations of these manholes are shown on the drawings. Rigid Fiberglass Liners shall be as manufactured by L.F. Manufacturing, Inc., of Giddings, Texas; Associated Fiberglass Engineers, of Fort Worth, Texas; or approved equal. The 10/23/08 AS C-64 PART DA - ADDITIONAL SPECIAL CONDITIONS installation at each manhole shall include the preparation of the existing manhole to receive the fiberglass liner, installation of the liner, grouting the annular space between the existing structure and the liner, and backfilling around the new fiberglass corbel section. B. MATERIALS 1. General. Fiberglass reinforced polyester manhole liners shall be manufactured from commercial grade polyester resin or vinyl ester resin, with fiberglass reinforcements. All liners shall meet the requirements of ASTM D3753 and this specification. Fillers, when used, shall be inert to the environment. The fiberglass shall be suitable for atmospheres containing hydrogen sulfide and dilute sulfuric acid as well as other gasses associated with wastewater collection systems. 2. Reinforcing. The reinforcing materials shall be commercial grade E type glass in the form of continuous roving and chop roving. The coupling agent will provide a suitable bond between the glass reinforcements and the resin. C. DESIGN REQUIREMENTS 1. Manholes shall have sufficient strength to withstand an AASHTO H-20 dynamic loading. This shall be verified by acceptable test results performed in accordance with the reference standard. 2. The manhole cylinder and the hemispherical reducer (corbel) shall be preassembled at the factory into a monolithic unit by overlaying the joint with fiberglass reinforced resin to a thickness equal to or greater than the wall thickness of the cylinder. Field jointing is not permitted. Corbel section shall be concentric with respect to the larger cylinder, unless otherwise approved by the Engineer. 3. The manhole cylinder shall have the minimum pipe stiffness values shown in the table below when tested in accordance with the reference standard: Length - Ft. F/AY - Psi 3.0 - 6.5 0.75 7.0 - 12.5 1.26 13.0 - 20.5 2.01 21.0 - 25.5 3.02 26.0 - 35.0 5.24 4. Diameter tolerance. Inside diameter tolerances shall be +/- 1% of the required � inside diameter. 5. UV Inhibitor. The exterior surface of the manhole liner shall be UV-protected using grey pigments in the resin. 10/23/08 ASC-65 PART DA - ADDITIONAL SPECIAL CONDITIONS 6. Interior Surfacing Material. The inner surface exposed to the sewer environment shall be a resin-rich layer 0.010 to 0.020 inch thick followed by a minimum of two passes of chopped roving of minimum length 0.5 inch to maximum length of 2.0 inch, applied uniformly to an equivalent weight of 3 oz./ft2. Each pass of chopped roving shall be well rolled prior to the application of additional reinforcement. The combined thickness of the inner surface and interior layer shall not be less than 0.10 inch 7. The entire fiberglass assembly at each manhole shall be fabricated so that no more than twelve inches of concrete adjusting rings will be required to bring the top of the manhole frame/cover to the required elevation. D. CLEANING 1. Covers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system. 2. Existing roots and manhole steps shall be removed by cutting them flush with the manhole wall. 3. All foreign materials shall be removed from the manhole wall using high pressure water spray (3500 - 4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. E. PRELIMINARY REPAIRS 1. Active leaks shall be stopped using City-approved products specifically formulated for that purpose and according to manufacturer's recommendation. Some leaks may require exterior grouting to stop the inflow. Grouting shall be performed in accordance with Section DA-20 - PRESSURE GROUTING. 2. After all repairs have been completed, all loose materials shall be removed from the manhole. No material shall be allowed to enter the sewer system. F. INSTALLATION PROCEDURES Excavate around the top of the existing manhole and remove the manhole frame and cover, brick or concrete adjustments, and corbel section. If the existing manhole is poured concrete, the corbel section shall be removed using methods which will not damage the lower manhole barrel. Brick and precast concrete corbels shall be removed to the top of the manhole barrel section After cleaning and preliminary repairs are completed on the existing manhole, the rigid fiberglass liner shall be installed in accordance with the construction drawings. The bottom of the manhole liner shall be cut to fit the existing manhole base and pipe entrances. Cuts shall be accurately made with a suitable power saw. The manhole liner shall be lowered into the existing manhole and set into wet, Class D concrete mix on the benches. A good bottom seal shall be obtained in order to prevent 10/23/08 ASC-66 PART DA - ADDITIONAL SPECIAL CONDITIONS G '� loss of grout from the annular space between the outside of the manhole liner and the interior of the existing manhole. A 6-inch lift of quick-setting grout shall be piaced above the initial bottom seal to ensure adequacy of the bottom seal. Existing pipes shali be bridged with short lengths of PVC or fiberglass pipes and sealed as detailed in the construction drawings. The annular void between the manhole liner and the existing manhole shall be filled with a 4,000 psi at 28-days strength cementitious grout mixture. The grout mixture shall consist of Portland cement and sand. The actual design mix showing the proportions of each component and admixtures, if any, shall be submitted to the Engineer for approval. Cellular grouts containing the same materials as cementitious grout, blended with pre- generated aqueous foam to form macroscopic non-interconnected air celis uniformly distributed throughout the grout may also be used. Foam shall be added onsite by an experienced foam contractor. After the annulus and perimeter of the manhole liner is grouted, concrete adjustment rings shall be placed on top of the liner corbel section to bring the frame and cover to finish grade. Seal adjustment rings and frame per Section DA-10 requirements. The manhole corbel section shall be backfilled with sand recommended by the manufacturer and approved by the City. shall be backfilled as required in Section D-24, Trench Compaction. A concrete collar shall be constructed if Rehabilitation Schedule. TESTING or granular material as The remaining excavation Excavation, Backfill and required in the Manhole After the manhole liner installation is complete and all adjustment rings and the frame and cover are installed, the manhole shall be vacuum tested as required by Section DA-21, VACUUM TESTING OF REHABILITATED MANHOLES. Any leakage into the manhole shall be stopped. MEASUREMENT AND PAYMENT The Contract Unit Price for rigid fiberglass manhole inserts shall include all labor, equipment, and materials necessary for the complete construction of the manhole insert, including backfilling. The pay quantity shall be measured from the bottom of the fiberglass barrel section to the top of the fiberglass corbel. 2. 3. Payment for exterior grouting of manhole walls necessary to stop infiltration will be at the Contract Unit Price for manhole grouting. Payment for step removal, furnishing and sealing concrete adjusting rings and the ring and cover, and concrete collar, will be at the applicable Contract Unit Prices. DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION A. GENERAL This item shall govern the furnishing and installation of a plastic liner integrally cast into concrete cast within the existing manhole structure. The concrete shall have a nominal 10/23/08 ASC-67 u � PART DA - ADDITIONAL SPECIAL CONDITIONS thickness of 3-inches placed by using an internal form system that can be installed without excavation or removing portions of the manhole. The manholes to be rehabilitated using PVC lined concrete wall reconstruction and the interior diameter and depth of the liner are listed in the Manhole Rehabilitation Schedule. The locations of these manholes are shown on the drawings. B. MATERIALS The forms used for placing the concrete shall be segmented, stackable steel forms having cylindrical and conical sections. The forms shall be shaped to accommodate placement of concrete in manholes with eccentric cones, concentric cones, or flattop ceilings. When assembled, the forms shall be of sufficient stiffness and strength to prevent shifting or collapse during the placement and curing of the concrete. The assembled forms shall have sufficient size to provide the maximum interior manhole space while providing the minimum required concrete wall thickness. Concrete shall be Class F concrete (4000 psi @ 28-day) with a coarse aggregate no greater than 5/8 inch. Fibermesh fibers (1-1/2 Ib/cy of concrete), anti-bacterial agent (Con Shield or equal), and a superplasticizer shall be added to the concrete on-site prior to placing the concrete in the forms. The plastic liner shall be Amer-Plate 95Y T-Lock as manufactured by Ameron Corrosion Control Division, Brea, California or equal. The minimum thickness shall be 65 mils. C. CLEANING Covers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system. . 2. Existing roots and manhole steps shall be removed by cutting them flush with the manhole wall. 3. All foreign materials shall be removed from the manhole wall using high pressure water spray (3500 - 4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. D. PRELIMINARY REPAIRS Active leaks shall be stopped using City-approved products specifically formulated for that purpose and according to manufacturer's recommendation. Some leaks may require exterior grouting to stop the inflow. Grouting shall be performed in accordance with Section DA-20 - PRESSURE GROUTING. 2. After all repairs have been completed, all loose materials shall be removed from the manhole. No excess material shall be allowed to enter the sewer system. E. INSTALLATION PROCEDURES A section of PVC pipe or fiberglass pipe shall be inserted in each pipe inlet/outlet to extend the existing connection through the new concrete wall. The pipe shall be installed �oizsioa ASC-68 PART DA - ADDITIONAL SPECIAL CONDITIONS as shown on the construction drawings. All pipe iniets/outlets shall remain active during the manhole rehabilitation unless otherwise specified. Internal forms shall be properly sized, installed, and braced to allow for the installation of the new concrete wall. The wall shall have a minimum thickness of 3-inches and shall extend from the manhole bench to the top of the cone section. The wall shall generally conform to the existing interior dimensions of the structure and shall provide the maximum allowable diameter based on the existing dimensions. If the proposed wall wili reduce the diameter of the barrel section to less than 42-inches or the chimney section to less than 20-inches, the thickness of the proposed wall may be reduced to 1'/z-inches. This change must be approved by the Engineer prior to construction. Prior to placement of the concrete, the forms shall be sealed and finished at the manhole base with concrete grout to prevent concrete from entering the sewer during the installation of the concrete. The plastic liner shall be placed on the exterior of the forms so that when the concrete is placed an integral lock between the liner and the concrete is provided. Sheets of the liner shall be preformed and factory welded, and cut to fit curved surfaces using the minimum number of separate pieces. The concrete shall be placed to ensure that it makes complete contract with the plastic lined form and fills all pockets, seams, and cracks within the annular space. Vibration of the concrete may be used, but cannot be so excessive that segregation of the concrete components occurs. After the concrete has been placed and has sufficiently cured, seams in the plastic liner shall be welded by an experienced PVC liner welder using only manufacturer's approved methods and techniques. The welding operation of any joint shall be continuous until that joint has been completed. The welding strip shall be centered over the cleaned surfaces to be joined, and fused across its entire width using a hot air welding gun producing temperatures ranging between 500 F and 600 F. . F. TESTING After the PVC liner and concrete wall reconstruction and all additional work is complete, the manhole shall be vacuum tested, as required by Section DA-18, Testing of Rehabilitated Manholes. If the vacuum test fails, the plastic liner may be required to be spark tested at 10,000 volts with a holiday-detector. Any pinhole discovered shall be rewelded and retested. G. MEASUREMENT AND PAYMENT The price bid for PVC Lined Concrete Wall Reconstruction shall include all labor, equipment, and materials necessary for the complete reconstruction of the concrete wall. The payment length for this item shall be measured from the top of the manhole bench to the bottom of the manhole frame. 2. Payment for exterior grouting of manhole walls necessary to stop infiltration shall be paid for at the Contract Unit Price for manhole grouting. 3. Payment for step removal, if required, will be paid for at the Contract Unit Price for step removal. 10/23/08 ASC-69 � PART DA - ADDITIONAL SPECIAL CONDITIONS DA-20 PRESSURE GROUTING A. GENERAL 1. Scope. This Section governs al� work, materials and testing required for the pressure grouting of manhole defects. Manholes or sections of manholes with active leaks shall be repai�ed as indicated in the Manhole Rehabilitatian Schedule, 2. Description, The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and tesftng r�quired for the completion of pressure grouting of manhole defects in accordance with the Contract Documents. 3. Manu.facturer`s R�Gommendations. Materia[s, additives, mixture ratios, and procedures utilized for the grouting process shall be in accordance with manufacfiurer's recammendations, 4, Manholes. Manholes to be grouted are of brick, concrete, ar fiberglass construction. A. MATERIALS 1. Grouting Materials: a. Urethane Gel Grout: Urethane gel grout, such as Scotch-Seal 5610 gel or equal shall be a hydrophi[ic polymer. The chemical shall be mixed v�rithin the range af from 8 to 1Q parts of water and shall contain a reinforcing agent supplied by the same manufacturer. The material shall gel and cure to a tough flexible elastomeric condition. When wet, the gel shall exhibit strengfih praperkies of at least 25 psi tensile at 15Q p�rcent elongation. The material shall not change in finear dimension more than eight percent when subjected to wet and dry cycles. b. The chemical grout shall be applied so as to have the grout material flow freely into the defects, To avoid any wastage of the material flowing through the defects, a gel control agent may be added. The follow'tng properties shall be exhibited by the grout: 1) Documented service of satisfactory pertormance in simila.r usage, 2) Controllable reaction times and shrinkage through the use ofi chemicals sup�lied by the same manufacturer. The minimum gel set time shall be established so that adequate graut travel is achieved. 3) Resistance ta chemicals; resistanfi to mo�t organic sofvents, mild acids and alkali. 4) Compressive recovery return fio original shape after repeated deformation. 5) The chemical shall be essentially non�fioxic in a cured form. 10/23/08 ASC-70 PART DA - ADDITIONAL SPECIAL CONDITIONS 6� Sealing material shall not be rigid or (�rittle when subjected to dry atmosphere. The materiai shall be able to withstand freeze/thaw and maving load conditions. 7) Sealing material sha[I be noncorrosive. a. A reinforcing agent such as �cotch-Seal srand 5612 reinforcing agent or equivalent shall be utilized in accordance with manufacturer's recommendations. Any 5612 reinforcing a�ent which contains lumps must be discarded. Care must be taken ta be sure that the pH of the water in the tank is from 5 to 9. As a precaution against the possibility of the pH being outside this range, take a small amounfi of water fram the tank to which Gel Reinforcing Agent 5612 is ta be added, Add a few drops of 5612 to this test sample. Scotch-Seal Brand Gel Reinforcing Agent 5612 should disperse readily. If precipitation occurs, drain the tank and retest. Repeat as necessary untif dispersion occurs, If dispersion does not occur, do not use the water source. b, A filler material such as Celite 292 (diatomaceous earth) from Johns Mansville or equivalent shall be utilized. The addition of the �ller material shall not exceed the quantity specified by th� manufacturer, and continuous agitation of the water side of the mi�cture is required. The filler material may also be uti(ized as a reinforcing agent in accordance with the urethane gel grout manufacturer's recommendations. 10/23/08 1. Additives: Grout additions may be utilized for catalyzing the gef reaction, inhibiting the ge[ reaction, buffering the solution, lowering the freezing temperaiure of the so[ution, acting as a filler, providing strength or for inhibitiQn of root growth. 2. Root Cnntrol: A roofi inhibiting chemical such as dichlabenil shall be added to the chemical grout mixture at a safe level of concentration and shall have the abi(ity to remain active within the graut for a minimum of 12 months. � 3, lVlaterial Identification: Contractor shall completely identify the types of grout, mortar, seafant, and�or roofi control chemicals used and provide case histories of successfu[ use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected pertormance, to the satisfaction af the Engineer, 4. Mixing and Handling: Mixing and handling af chemical grout and farming constituents, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of th� Contractor to provide appropriate protective measures to ensure that chemicals or gels produced by the chemicals are under control at all times and are not available to unauthorized personnel or animals. Alf equipment shall be subject to the approval of the Engineer, Only personnel thoroughly familiar with the handling of the grout material and additives shall perform the grouting operations, ASG71 U PART DA - ADDITIONAL SPECIAL CONDITIONS C. EX�CUTION 1. Generai. Manhole grouting shall nofi be performed until sealing of manhole frame and grade adjustments, partial manhale replacement, or manhole repairs are complete. 2. Preliminary Repairs: a. Seal all unsealed lifting holes, unsealed step holes, voids larger than approximat�ly one-half (1/2) inch in thickness, All cracked or deteriorated material shall be removed from fihe area to be patched and replaced with Octocrete, as manufactured by IPS Systems, Inc. 4r equal, in accordance with manufacturer's specifications. b. Gut and trim aIl roats within the manhole, 3. TemperatureT Normal grouting operations including application of interior coating shall be perfarmed in accordance.with manufacfiurer's recommendations. 4. Grouting Material Usage. Grouting of the manhofe may include corbel, wall, pipe seals, manhole joints, wall fio flaftop joinfi, and/or bench/trou�h. Areas of th� manhole designated to be grouted will be dtrected by the �ngin�er. If entire manhole is scheduled for grouting, grouting shall include the entire manhofe including corb�l, wall, pipe seals and bench/trough. Pipe seal groutin� shall includ� all pipe seals in the specified manhole and grouting ofi the specified manhole including the benchltrough to the maximum heighfi of 18 inches from the crown, 5, Dril(ing and Injection: a. Injection holes shall be drilled through the manhole wall at locations indicated in the appropriate detail(s), b. Groufi shall be injected through the holes under pressure v�rith a suifiable probe. Injection pressure shall not cause damage to th� manhole structure or surrounding surface features. Groufi shal[ be injected through the lowest holes first. The procedure shall be repeated until the manhole is externally sealed avith grout. c. Grouting from the ground surface shall not be allowed. d. Grout travel shall be verified by observation of grout to defects or adjacent injection holes. Provide additional inlection holes, i� necessary, to ensure grout travel. e. Injection holes shall be cleaned wifih a drill and patched with a waterproof quick setting mortar for brick and coneret� manholes. 6. Testing of Rehabilitated Manholes. Testing ofi rehabilitated manholes for water tightness shall be petformed by the Contractor in the presence of the Engineer in 10/23/08 ASG72 � PART DA - ADDITIONAL SPECIAL CONDITIONS accordance with the requirement of Section DA-21, VACUUM TESTING OF REHABILITATED MANHOL�S of these specifications. D, MEASLJREMENT AND PAYMENT If the entire manhole is grouted, the Contract Unit Price shali be per vertical foot grouted as indicated on the Manhole Rehabilitation Schedule included in these specifications or as required by the Engineer, Paymenfi for grouting pipe seals, bench and trough, and 1� inches abav� crown of pipe, and grouting flattop to wall joint, shali be based on the Contract Unit Price per each manhole rehabilitated as indicated on the Manhole Rehabilitafiion Schedule. The Contract Unit Price shall be payment in full for performing fihe work and fqr furnishing all labor, supervision, materials, equipment, p�eliminary repairs and testing necessary to complete the work including grouting with urethane grout. DA-21 VACUUM TESTING OF REHABILITATED MANHOLES A. GENER.AL Scope, This section describes manhole te$ting to effectively confirm fihe watertight integrity of existing manholes following structural ,infiltratian and inflow �elated repairs and that the appearance o� the work is acceptable. Description: Infiltration may be observed in manhole defects at manhole walls, pipe seals or bench/trough areas. Infiltration related repairs are intended to efiminate leakage of groundwater into manholes. � Inffow may be observed in manhole defects at manhofe frames, covers, frame seals, grade adjustments, grade adjustment seals, corbels, or walls, Inflow refated repairs are intended to eliminate sources of surFace water entry that become active during �ainfall events. Structural repairs may be required when making I/I related manho(e repairs. Structural repairs may inc(ude defects in any manhole components but not dispfaying I/I. Testing, Qbservatians 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 nevv or rehabilitated manholes thafi are observed to be leaking by the Engineer during periods af high groundwater or during inflow conditions shall be subject to additional repairs. The Contractor shall b� responsible for all additional repairs required on these unsatisfactory manholes during the guarantee period. All manhole rehabilitation work shall be warranted fio be f�ee of defects and of gaod 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 war�anty period shall be repaired to the satisfaction of the City at no additional cost to the City. �oi2sios ASG73 � J PART DA - ADDITIONAL SPECIAL CONDITIONS B, MATERIAL� - Nat specified. G. �XECUTION In�ltration Testing� All interior coated manholes and aif partial replacement manhofes shalf be observed (test�d) by the Contractor in the presence of the Engineer for sou�ces of infiltrafiion. Observations will be made during high groundwater conditions, wherever possible. Manholes shall be tested after insfiallation with all connections (exisfiing and/or propased� in place. Drop-connections and gas sealing connecfiions shall be installed prior to testing. The lines entering the manhole shall �e temporarily plu.gged with the plugs braced to prevent them from b�ing drawn inta the manhole. The plugs shall be insfialled in the lines %eyond dro�a-connections, gas sealing connections, etc. Th� test head shall be placed inside the frame at fihe top of the manhole (so that the manhole f�ame seal is tested) and inflated in acco�dance with the manufacturer'S recammendations. A uacuum of 10 inches ofi mercury shall be d�awn, and the vacuum pump will be turned off. With the vaive closed, fihe level of vacuum shalf be read after the r�quired tesfi tim�. If the drop in the (ev�l is less than 1-inch of inercury (final vacuum greater than 9-in�hes of inercury), the manhole will have passed the vacuum test. Affier a successful test, the temparary p[ugs will be removed. The required fiest time is determined from Table I. Table I MINIMUM TIME REQUIRED FOR A VACUUM D�Q� OF 1" Hg (10"H9 - 9"Hg) (SEC� DEPTH OF M.H. 48-Inch Dia. 60-Inch Dia. 72-lnch Di�. (FT,) Manhole Manhole Manhole 8 20 sec. 26 sec. 33 $ec. 10 25 sec. 33 sec, 41 sec. 12 3Q sec. 39 sec. 49 sec. 14 3a sec. 45 sec. 57 sec. 16 40 seG, 52 sec, 67 sec, 18 45 sec. 59 sec. 73 sec. ** T=5 sec. T=6.5 sec. T=8 sec. **For all Manholes over 18 feet in depth, add "T" seconds as shown for each respective diameter for each two feet of additional depth of manhole to the time shown for that 18 foot depth. [Example; A 30 (thirty) foot deep, 48 (forty-eight) inch Manhole Total Test Time would be 75..Q seconds. 45.0+6(5.0)=75,0 seconds] (Values listed above are extrapolated from ASTM C924-85). Manhole vacuum levels observed to drop greater than 1-inch of ine�cury (Final vacuum less than 9= inches of inercury) will have failed the test and will require additional rehabilifiation. The Gontractor shall make the necessary repairs to the already completed rehabilifiation work a� no additional compensation. If the failure af the vacuum test i$ determined to be due to preexisting conditions not on the manhole rehabilitation schedule for thafi manhole, this additional work may be autharized 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. Qnly one payment for m�nhole vacuum testing will be made on each manhofe, Vacuum testing is required on all manholes having interior rehabi(itation, 10/23/08 AS C-74 PART DA - ADDITIONAL SPECIAL CONDITIONS Inflow Testing: Al! partially rehabilitated manholes shal[ be dyed water tested unless the manhole has successfully passed the vacuum test. Manholes shai! be dyed water tested in the presence of the Engineer. The dye test shall consist of app[ying a concentrated dye solutian around the manhole frame, Dyed water shall be applied for at leasfi ten minutes. Manholes observed ta be actively leaking greater than one drip per five seconds will have failed the test and will not be acceptab(e. Manholes failing the test wil[ require additional rehabilitation by the Contractar at no additional compensafiion. Other Testing: One (1) rehabilitafied manhole will be randomly selected for further fiesting. A laboratory selected by the City wili take core samples of wall sections of manholes with wall coatings, Testing of th� care samples will be done ta evaluate material thickness, compressive strength, flexural strength and slant shear bond strength. The following ar� the minimum required strengths for cementitiQus and non-cementitiaus wafl coatings: � Compx�ssive Streng�h. Compressive strength sha11 conform to ASTM G 49S and � 1 Q� and shall meet or exceed a minimum 28-day break of 4,000 psi, , Flexural Strength. Flaxural stren�th shall conform to ASTM G�48 and shall me�t ox axceed a minimum 28-day break of 1,2QQ psi. �lant Shear Bond Strength. Slant shear bQnd strength shall conform to ASTM 882 madified and shall meet or �xceed a minimum 28-day brealt of 2,400 psi, If the manhole tested fails to pass any of thes� requirements, another manhole shall be selected and tested. Tf the second manhol� fails, the Gity may, at its optian, stop work until th� Contractor can px�vide assurance that testing xec�uirenn.ents cat� be n��t. Guarantee; Contractor shall warrant that the workmanship and materials are free from defects and that the manholes are sealed from inflov�r and infiitration for a period of th�ee (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 campleted manhole is visually acceptable. Paymenfi shall be full compensation for all labor and materials necessary ta complete each test. No payment will be made for additional vacuum tests or any dyed water testing. �oi2sioa ASC-75 J PART -DA - ADDITIONAL SPECIAL CONDITIONS Payment for manhole core testing, including ail labor and ma4erials necessary ta complete each test, shall be mad� at the Contract Unifi Price bid for each Manhole Core Test aetually performed and passed. DA-22 FIBERGLASS MANHOLES � Q DESCRIPTIQN: This item shall govern the furnishing and installation of fiberglass manhoi�s. The location of these manholes are shown on the d�awings. Each manhole shail be a one-piece unit manufactured to meet ar exceed afl sp�cifications of ASTM D-3753, latesfi edition, as manufactured by L,F. Manufacturin�, 1nc., Giddings, Texas, or approved equal, All manholes shall b� "heav�walP', '/x inch minimum wall thic[cness. GENERAL: 1, Resin: The resins �sed shall be a commercial grade unsaturated polyester resin or other suitable polyester or vinyl este� resin. 2. Reinforcing Materials: type glass in the form agent that wil[ provide resin. The reinforcing materials shall be commercial Grade "E" of cantinuous roving, and chop roving, having a coupling a suitable bond between the glass reinforcement and fih� 3. Interior Surtacing Material: The inner surtace exposed to the chemical environment shall be a resin-rich layer ofi C?.Q10 fio 0.020 in. thick. The inner surface layer exposed to the corrosive environment shall be followed with a minimum ofi two passes of chopped roving of minimum length 0.5 in, (13mm) to maximum lengfih of 2.0 in. (50.8 mm) and shall be applied uniformly to an equivalent weighfi of 3 oz/ft. Each pass of chopped roving shall be well-rolled prior to the application of additional reinforcement. The combined thickness ofi the inner surface and infierior layer shall not be less than 0.10 in. (2.5 mm) 4�. Wall Construction Procedure: After inner layer has been apPlied th� manhole wall shall b� constructed with chop and continuous strand filament wound manufacturing process which insures confiinuous reinforcement and uniform strength and composition. The cone section, if produced separatefy, shall be affixed to the barrel section at the factory with resin-glass reinforced joint r�sulting in a one piece u�nit. Seams shall be fiberglassed on; the inside and the outside using the same glass-resin jointing procedure. Field joints shall not be acceptable by anyone except the manufactu��r. 5. Exterior Surface: For a UV inhibitor the resin on the exte�ior surface ofi the manhole shall have gray pigment added for a minimum thickness 0.125 in. 10/23/08 ASG76 _ _ . - - • _ - _.. -._A,.� � . _ _ -._ ., _. PART DA - ADDITIONAL SPECIAL CONDITIONS 6. Stubouts and Connections: Stubouts shafl be installed at locatians shown on the drawings. Ins#alfation of SDR 35 PVG sewer pipe shall be performed by sanding, priming, and using resin fiber-reinforced hand layup, The �esin and fiberglass shall be same type and grade as used in the fabrication of the fiberglass manhole. Kor-N-Seal boots for each pipe connection shall be insfialled by manho(e manufacturer using fib�rglass reinforced pipe stubout for Kor-N-Seal boot sealing surface. 7. Manhole Bottom: Manholes shall ha v e resin fiber-reinforced bottoms, Bottom shall have a minimum of three 1'/2 in. deep � 3'/Z in, wide stiffening ribs completely enclosed with resin �ber-reinforcement and have a minimum 3 in. anti-flofiation ring as shawn an the draw%ngs, Manhole bottom shall be a minimum of 5/16 in. thick. 8. Fillers and Additives: Fillers, when used, shall be inert to the environment and manhole construction. Sand shall not be acc�pted as an approved filler. Additives, such as thixotropic agents, catalysts, promoters, etc., may be added as required by the specific manufa�turing process to be used to meefi the requirements of this standat'd. The resulting reinforced-plastic materia! shall meet th� requirements of this specification. � C. MANUFAGTURE: Manhole cy[inders, manway reducers, and connectors shall be produced from glass fiber- reinforced polyester resin using a combination of chop and continuous filament wound process. Interior Access: All manholes shall be desi�ned so that a ladder or step system can be supported by the insfia[led manhole. Manhole steps will not be required, however. 2. Manway Reducer: Manway reduces will be concentric with respect to the larger portion of the manhole diameters through 60 inches. 3. Cover and Ring Support: The manhole shall provide an area from which a grade rings can be installed to accept a typical metal ring and cover and have the strength to support an H-20 t�affic load without damage to the manhole, D. REQUIREMENTS: Exterior Surface: The exterior surface shall be smooth with no sharp projectians. Hand-work finish will be acceptable as long as enough resin is present to eliminate fiber show, The exterior surface shall be free of blisters larger than 0,5-inch diameter, delamination or fiber show, 2, Interior Surface: The interior surface shall be resin rich with no exposed fibers. The surface shall be fre� of crazing, delamination, blisters larger than 0.5-inch diameter and wrinkles of 0.125-inch or greater in depth. Surface pits shafl be permitted if they are less than Q.75 inches in diamete� and less than 0.0625-inch deep. Voids thafi cannat be broken with finger pressure and that are entirely below 10/23/08 AS G77 PART DA - ADDITIONAL SPECIAL CONDITIONS 3, 4. the resin surface shall be permitted if they a�e less than 0,5-inch diameter and less than 0.0625-inch thick, Repairs; All manhole repairs by the manufacturer shall result in a product which meets alf requirements ofi this specification. Field repair of manholes will nofi be a4lowed. Diameter Tolerance: Toferance of inside diameter shall be +t- 1°/o of required manhole diameter. 5. Load Rating: The complete manhole shall have a minimum dynamic-load ratin� of 16,000 Ibf, when tested in accordance with A�TM D-3753 $.4 (note 1). To establish this rating the complete manhole shall not leak, crack, or suffer ather damage when load tested to 40,000 Ibf. and shall not deflecfi uertically downward more than 0.25-inc at the point of the load application when loaded ta 24,000 Ib. 6. Stiffness: The manhole cylinder shall have the minimum pipe-stiffness values shown in table below when #ested in accordance with ASTM Q-3753 8.5 (note 1). HEIGHT - FT. FlAY - PSI 3 - 6,5 4,75 7 - 12,5 1.26 E F 10/23/08 7, Saundness: In order to determine soundness, apply an air o� water p�essure test to the manhole test sample. Test pressure sha[f not be less than 3 psig or greater than 5 psig. While holding at the established pressure, inspect the entire manho(e for leaks, Any {eakage through the laminate is cause for failure af the tesfi. Refer to ASTM D-3753 8.6. 8, Chemical Resistance; TF�e fiberglass manhole and all related camponents shall be fabricated fram co�rosion proof material suitable for atmospheres containing hydrogen sulphite and dilute sulfuric acid as �v�ll as other gasses associated with the wastewater collection system. PHYSICAL PROPERTIES: 1. Tensile Strength (psi� 2. Tensile Modules (psi) 3. Flexural Strength (psi) 4. Flexural Modules (psi) 5, Compressive (psi) QUALITY CONTROL: Hoop Direction 18,000 0.6 x 1 Q6 26,000 1.4 x 106 18,000 A�cial Direction 5,000 0.7 x 1 Q6 4,500 Q.7 x 106 10,OOQ Each completed manhole shall be examined for dimensional requirements, hardness, and workmanship. All required ASTM D-3753 testing sha(I be completed and records of all testing shall be kept and copies of test records shafl be presented to custome[' upon formal written request within a Ceasonable fiime period. ASG78 i __ o._- ..., . _ � PART DA - ADDITIONAL SPECIAL CONDITIONS G. As a basis ofi acceptance the manufacturer shall provide an independent certification which consist of a copy of the manufacturer's tesfi report and accompanied by a copy of the test results that the manhole has been sampled, tested, and inspect�d in accordance wifih the provisions of this specification and meets all requirements. H. SHIPPING AND HANDLING: The fiberglass manholes shall not be dropped or struck, They ma� be lifted by insetting a 4" x 4" x 30" fiimber intn the iop of manhole with cable attached or by a sling or "choker" connection around center of manhole, lift as required. Use of chains or cables in contacfi with the manhole surface is prohibited. CONCRETE: 1. Fibergfass Bottom: Class F Goncrete shafl be used to fiorm bench area and invert. Glas� E Con�rete shall be used on top of anfii-flotation ring and around the reduce section as required for buo�ancy and as shown on the drawings. 2. Concrete Botfiom: Lower manhole into wet concrete until it rests at the proper elevation, with a minimum of 4 inches of fiberglass manhole inserted into the wefi conc�ete below flow line> then move manho(e to plumb. The concrete shall extend a minimum of on� foot firom the outside wall of the manhole and a minimum ofi 6 inches above incoming lines. On the inside eancrete shall form the bench and invert area and rise a minimum of 4 inches ahave incoming lines. Concrete collars shall be constructed around reducer section at locations shown on the drawings. J. BACKFILL: Backfifl Materiaf: Unless shown otherwise on dra�nrings and approved by the Engineer, sand, crushed stone, or pea gravel shall be used for backf'tll around the manhofe for a minimum distance of one foot fram the autside surface and extending from the bottom of the excavation to fihe top af ihe reducer section. Suitabfe mafierial chosen from the excavation may b� used for the remainder of the backfill. The material chosen shafl be free of large lumps or clods, which will nofi readily break down under compaction. This material will be subject to approval by Engineer. 2. Backfill shall be placed in layers ofi not more fihan 12 loose measure inches and mechanically tamped to 95% Standard Proctar Density, unless othen�vise approved by Engineer. Flooding will not be permitted. Backfilf shall be placed in such a manner as to prevenfi any wedging action against the fiberglass manhole structure. K. MARKING AND IDENTIFICATIC�N: Each manhole shall be marked on the inside and outside with the following information: 1. Manufacturer's name or trademark 2, Manufacturer's factory location 3. Manufiacturer's serial number 10/23/08 ASC-79 J PART DA - ADDITIONAL SPECIAL CONDITIONS �. 4, Total height 5. Complies with ASTM D-3753 MEASUREMENT AND PAYMENT: 1, The price bid for new� replacement manhole installations shall include aIl labar, equipmenfi and mat�rials necessary for construction of the manh4[e including but nofi limited to joint sealing, lift hole sealing and exte�ior surFace caating, cancrete base, concrete inve�, connections to sewer pipes, castings, backfill, unpaved surface restoration, and all appurtenant work, Payment shall not include pavement replacement, which if required, shall be paid separately. 2. Paymenfi for concrete coilars and watertight manhol� inserts, if r�quired, will be made separately, based on the ap�ropriate bid items. DA-23 LOGATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating and marking all previous(y exposed manholes and water valves in each streefi of this contract before the resurFaGing process commences for a particular street, The confiractor shall attempfi to include the Construction Engineer (if he is available) in the obsetvation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins an any st�eefi. Marking the curbs with paint is a recommended procedure. It shall be the contractors respQnsibility to notify the utility companies that he has commenced rrvork on the project. As the resurfacing is completed (within same day) fihe contractor shall Iocate the covered manhofes and valves and expose them for late� adjustment. Upon completion af a street the contractor shall notify the utilities af this completion and indicate the start ofi the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons; Company Fort Worth Water Qept. ATMOS Gas TXU Electric SWBT Charter Communications Fort Worth Transportation and Public Works For other facilities Telephone Number 817-392-$296 1-866-332-8667 1-800-242-9113 1-800,395-Q444 817-246-5538 817-392-6594 1-800-DIG-TESS Of caurse, unde� the terms of this confiraci, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane afi a time within �ve (5� working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. 10/23/08 - ASC-8� PART DA - ADDITIONAL SPECIAL CONDITIONS Any deviation from the aboue procedure and allatted working days ma� result in the shut down of the resurFacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equi�ament 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 gavern�d 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 fo� laydown curb and gutter are shown in Drawing No. S-S5 afi the Sfiandard Specifcations. Contractor shall saw cut the curt� and gutter and pavement prio� to removal, lncluded, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification ltem No. 106 "Unclassified Street �xcavation", into the stre�fi ta aid in the consfiruction of the curb and gutter. The pay limit will be 9" out from the g�tter lip, vvith same day haul-off of the remov�d material to a suitable dump site. The street void shall b� filled with H.M.A.C. "Type D" mix as per specification No. 30Q "Asphalts, Oils and Emulsionsv, Item No, 304 "Prime Coat° and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted ta standard City densities and top sail as per specification item No, 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the pa�kway such as water meters, sprinkler system, etc. damaged durin� 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 cantractor fai(s to complete the work within fourteen (14) calendar days, a$100 dollar liquidated damage will be assessed per block per day. Th� unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutEer is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material fio a suitable dump si#e. Far specifications go�erning this item see Item No. 104 "Removing OId Goncrete", Item Na. 504" Goncrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No, S-S5 of the Standard Specifications. The unit price bid per square yard shall be full compensation far all labor, material, equipment, supplies, and incidentals necessary to complete the work. DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BAS� The contractor shalf remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractar will begin work, The failed area shall be saw cut, or other similar means, out of the exisfiing pavement in square or recfiangular fashion. The side faces shall be cut 10/23/08 ASC-81 ._� PART DA - ADDITIONAL SPECIAL CONDITIONS vertically and all failed and loose material excauated, As a part of the excavation process, all unsatisfactory base material sfiall be removed, if required, to a depth sufficient to obtain sfiable sub-base. The total depth of excavation could range from a couple o� inches to include the surFace-base-some sub-base removal for which the Engineer wi[I select the necessary depth. The remaining �ood material shall be leveled and uniformly made ready to accept the fili material. All excavated material shall be hauled off site, the same da�r as excavated, to a suitable dump site. After satisfactory completion of removai as outlined above, the contractor shalf place the permanent pavement patch, with "Type D" surface mix. This item will always be used even i� no base improvements are required. The proposed H.M.A.C, repair shall match the existing pavement section or the depth of the failed mafierial, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 6". B�fore the patch layers are applied, any loose materiai, mud and/or water shall be removed, A liquid asphalt tack coat shall be applied to all exposed surfaces. Placemenfi of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City af Fort Watth, made in preparation to acce�t the recy�ling process. All applicable provisions of Standard Specification Item Nos, 300 "Asphalts, Oils, and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all mate�ials, labor, equipment and incidentals necessary to complefie the work. DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Enginee�. The material shall be graded crushed stones. For specifications governing this item see Item No. 208 "Flexible Base", The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE A. Description This item shall consist of milling the existing pavemenfi from the lip of gutter at a depth of 2" and transitioning to match the existing pavement (0" 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, rid�es, oil film, and other imperfections of workmanship and shall have a unifiorm textured appearance. In all situations where the existing H.M.A.C, surface cantacts the curb face the wedge milling shall include the removal of the existing asphalt covering the gutter up to and along th� 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. 10/23/08 ASG82 PART DA - ADDITIONAL SPECIAL CONDITIONS Contractar is required to begin the ouerlay, within five (5) calendar days from the date of the wedge milling completian of any one sfireet. Should the contractor fail to meet this condition, the wedge milling will be shut down, and liquictated damage of $500.00 per day per street will be assessed until all wedge milled streets ar� averlayed, Th� overlay, once begun on a street shail continue uninterrupted untif complete, The Contractor shall haul-off the remaved material fio a suitabl� 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 �e self-propelled with sufficient pawer, firaction and stability to mainfiain accurate depth of cut and slope. The machine shall b� equipped with an integral loading and reclaiming means to immediafiely remove material being cut from the surface of the roadway and discharge the cuttings inta 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 thafi all cuttings are remaved from s#reet surface daily. Stockpiling of planed material will not be pe�mitted on the project site unfess designated by the �ngineer, The machine shalf be equipped with means to controf dust created by ti�e cufting action and shall have a manual system providing far uniformly varying the depth of cut while the machine is in motion there�y making it possible to cut ffush to all inlets, manhales, or other obstructions within the paved area. The speed ofi the machine shall be variable in order to feave the desired grid pattern specified under Surface Texture. The unit price bid per linear feet shall be full compensation fior all labor, material, equipment, tools, and incidentals n�cessary to complete the work. DA-29 BUTT JOINTS - MILLED A. Description: This item requires the contractor to mifl "butt joints" into the existing surface, in association with the wedge milling operation to the depth and at {ocations as described befow. The butt joint wilf provide a full width transition section, whereby the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavemenfi. The construction activities, performance standards and equipment needed for the butt joints milfing operations shalf be governed by the special provisions of Pay Item No. 9- Wedge Milling. The configuration of the butt joints is described in more detail below, General details of butt joint locations - along with wedge milling in general - are shown in plan form at the back of this document. B. Construction Details 10/23/OS ASC-83 � PART DA - ADDITIONAL SPECIAL CONDITIONS Prio� to fihe milGng of the butt joints, the Contractor shall consult with the Construcfiion Engineer for proper location of these joints and verify thafi the selected limits vf the projects' street are correct. The general locations far butfi joinfis are at all beginning and endin� points of streets listed in the project and as more graphically detailed at th� b�ck of this specification baok. The joints are also required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the str�et anci end the continuity of the asphalt surface, Each butt joint shall be 2� feet fong and milled out across the full width o� the street section to a fiapered depth of 2", This milled area shall be iapered within the 20 feet tQ a depth from �" ta 2" at a line adjacent to the beginning and ending points or intermediate transverse items. This butt joint -�nrhen overlayed - will consisfi of a asphalt section thafi will transition the new overlay to match the existing pavement elevatian. The contractor shall provide a temporary wedge of asphalfi at all butt joints to provide a smooth ride over the bump. C. Measurement and Payment Butt joints as prescribed above, will be measured by the unit o� each butt joint milled, The disposal of excess mafierial involved will not b� measured for payment. Each butt joint-milled, measured as above, campfete-in place-in accordance with these specifications, will be paid for at fihe unit price shown in fihe proposal for "Butfi Joints". The unifi price bid per each shall be fu[l compensation for all milling, including material haul-off, tools, labor, equipment and incidentals necessary to complete the required work. DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications, ftem Nos. 312 "Hot-Mix Asphal�ic Concrete", 300 "Asphalts, Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the projecfi. Standard Specification 312.5 (1) shall be �evised as follows; The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fah�enheit and rising, the temperature being taken in the shade and away from artificial heai, Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engi�eer. The cont�acto� shall furnish batch design of the proposed hot mix asphaltic concrete fo[- City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide labo�atory contro! as necessary. The unit price bid per square ya�d of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipmenfi, tools, and incidentals necessary to complete the work. 10/23/08 ASC-84 PART DA - ADDITIONAL SPECIAL CONDITIONS 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; RemQval of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavatian to instali the concrete valley gutters all shal( be subsidiary to this pay item. Furnishing and placing ofi 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphaifi 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", ltem No, 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Cancrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". A�phalt base material may be required at times as directed by the Engineer fio expedite the work at locafiions identified in the field. The concrete shall be designed to achieve a minimum compressive strength of 3Q00 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, Wo'rk shalf be completed on each half within seven (7) calendar days. If the cQnfiractor fails to complete the work on each half within seven (�) calendar days, a$1 QO dolla�s liquidated dama,ge �nrill be assessed per each half of valley gutter pe� day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for mat�rials, labor, equipment, tools and incidentals necessary tQ complete th� work. DA-32 NEW 7" CONCRETE VALLEY GUTTER This item shall inckude the construction of cancrete valley gutters at various lacations to be determined in fiefd. Removal of existing, asphalt pavement, concrete base, curt� 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 concret� valley gutter details shall be subsidiary to this Pay Item. See standard specification Item NQ, 314", Concrete Pavement", item 312 "Hot-Mix Asphaltic Goncrete", 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, �oi2sioa ASC-85 � PART DA - ADDITIONAL SPECIAL CONDITIONS Contractor may substitute 5" non-reinforced (2:27� Concrete Base in lieu of Grushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive stren�th of 3000 pounds per square inch. Contractor shall work on one-half o� Valley gutter at a time, and the ather half shall be open to traffic. Work shall be complefied on each half within seven (7� calendar days. lf the Contractor fails to complete th� work on each half within seven (7) calendar days, a$1QQ doilars liquidated damage will be assessed pec each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as sF�own on the proposal will be fuli compensation for materials, labor, equipment, toola and incidentals necessary to complete the work. DA-33 NEW 4" STANDARD WHEELCHAIR RAMP The Contractor shall construcfi standard concrefie wheelchair ramps as shown on the en�losed detai[s, or as directed by the Engineer, The removal of existing substandard v�rheelchair ramps and sidewafk as required for the. installation of new wheelchair ramps shall pe subsidiary to this pay item. The removal and replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in Pay Item 5(Removal and Replacement of Curb and Gufiter). Pay limits for laydown cu�b and gutter are as shown in the Standard Pay Limit Detail (WR-1). The pa�r limit will extend from 9" outside the lip of gutter ta 15" back from the face of curb, Any asphalt tie-in shall be subsidiary to fihe curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15" back from the face of curb and encampass the remainder of the ramp and sidewalk. All ap�licable provision of standard Specifications Item 104 "Removing Old Concrete" and ltem 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufactures instructions. Concrete stain may be applied after concrete is poured (Product sold by BAER), "Contractor shall provide a colored sample concrete panel of ane foot by one foQt by three inches dimension, or other dimension approved by the Engin�er, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable sfiandard to be applied for all construction covered in the scope of this pay item. Th� method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color disfiribution."' The unit price bid per square yard for A�" standard wheelchair ramp as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to compete the work. DA-34 8" PAVEMENT. PULVERIZATION 10/23/08 ASC-86 PART DA - ADDITIONAL SPECIAL CONDITIONS Contractor shall pulverize the existing pavement to a depth of 8", After pulverization is completed, contractor shall temporarily remove and store the 8" deep pulverized material, then cufi the base 2" to provide p[ace for the new 2" H.M.A.C. surface. The 2" base cut shall start at a depth of 8" from the existing pulve�ized surface. After the undercut operation is compieted, contractor shall spread, mix, and compact the pulverized material to a 95°Co compaction per City's Standard Specifications or as directed by the Engineer in the field. A 3.5% portland cement shall be used ta mix the pulveriz�d mate�iaf, lf the existing pavement has a combination of 1Q" H.M.A.C. and crushed stone/gravel, undercut will not be required, the contract4r will �ulverize 1 Q" inches, the 2" inch cut will be taken from the 1 Q" pulverized material. (see soil test report) Pulverization shall start within ten (10) calendar days after ali concrete work has been completed on a street. Ifi the contractar fails to begin the work within ten (10� calendar days, a$2Q0 dollars liquidated damage will be assessed per block per day. After the pulverization material is cured, the coniractor shail overlay it with 2" H.M.A.C. surFac� within five (5) calendar days. If the contractor fails to begin the work within �ve (5) calendar days, a$20Q do(lars liquidated damage will be assessed per block per day. The unit price bid per sq. yd. shalf be full compensation for all labor, material, equipment, toals, and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. The 2" H,M.A.C. surface will be paid by separate item. DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) The foflowing specifications at'e for the furnishing and placing of reinforced concrete pavement or base as shown on detail and as directed by the Engineer. A. GENERAL�: Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except for finishing and curing. B. FINISHING: The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The surface shall be flush wifih the adjacent pavement and shall have a finish similar to the surrounding pavement. The surface shall be even and shall provide a smooth ride, C. CURWG: The reinforced concrete pavement surfaces shall be sprayed uniformly with a memb�ane curing compound confQrming to the requirements of ASTM C-309, Type 2, white-pigmented compound, which shall not produce permanent discoloration of the concrete. Concrete shall be allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades. D, EXECUTION: 10/23/08 ASC-87 I� I PART DA - ADDITIONAL SPECIAL CONDITIONS Included in this item will be the removal af the existing reinforced concrete pavem�nfi. The existing pavement shall be sawed sQ as to maintain an even, straight pavemenfi cut. The existing reinforcing steel at sawed line and construction joinfis shall be lapped 18 inches with the new reinforced concrete pavement. The e�isting sfieef shall be fihoroughly cleaned before lapping. The following work method will be performed on each utility cut: 1. Place safety signs, barricades and(or ofiher wa�nin� devices where necessary and as required. 2. Replace pavement ta nearest �oint. 3. Mark out the damaged area wifih keel, chalk line or painfi being sure to include all areas requiring repair. 4. Saw cut along marked lines a minimum of two (2) inches deep. 5. Remove existing concrete, 6. Form joints and place reinforcing steei and Dowel Bars (as required) according to standard specifications. 7, Place and finish concrete, 8. C(ean up job site, removing all debris, 9, Maintain traffic control devices to protect the area until the conc�ete has cured sev�n days or concrete reaches 3000 psi compressive strength. E. PAYMENT: Payment shalf be made at the unit price per linear foofi as shown on the proposal and shall be full compensation for furnishing all labar, materials, equipment tools and incidentals necessary fia complete the work. DA-36 RAISED PAVEMENT MARKERS All applicable provisions of Standard Specifications for Roadway Markers (Buttans) shall apply. The Contractor shall install standard roadway markers according to cit� s�ecifications as shown on plan sheet or as directed by the Engineer. Please refer to "Roadviray 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 canstruction activities wi11 be shown on the plans. For all locations where material is ex�avated and suspected of 10/23/08 . .. PART DA - ADDITIONAL SPECIAL CONDITIONS 10/23/OE being contaminated with petroleum products, whether known or not, these special conditions are to be followed. The contractor is also to follow all applicable Federal. State and Local regulations when handling known or suspect contaminated materials (soils). 1. WORK INCLUDED a. Excavatian, stockpiling and testing of Potentially Petroleum Contaminated Material. b. Removaf, testing, and disposal ofi petroleum contaminated groundwater. c. Obtaining and paying for required permits. d. Hiring of qualified environmental professional consultant(s), Contractor will be required to submit the environmental consultant's experience and qualifications to the City prior to beginning work in areas of Potentially Petroleum Contaminated Material. e. Hiring af qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fott Wotth testing laboratary. The City 4f Fort Worth's Department of Environmental Management for coordination of laboratory testing. 2, REFERENCES a. All applicable OSHA regulatory requirements. b. All applicable Environmental Protection Agency (EPA) regulatory requirements, c, All applicable State of Texas regulatory requirements, d, All applicable City of Fort Worth (City) regulatory requirements. e, All app(icable NIOSH standards, f. All applicable TNRCC requirements, 3. SUBMITTALS a. The contractor shall prepare and submit to the City's De�artment 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 sha[I take necessary pr�cautions while performin� this project. Contractor shall not commence PPGM work (1) Contractor's submittal for dealing with PPGM is reviewed by the City and (2) the plans (i.e., drawing and descriptian) for discharging any treated fiquid into the storm sewer or sanitary sewer are reviewed by the City (3) and acceptable stockpile area is identi�ed 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 ASC-89 � PART DA - ADDITIONAL SPECIAL CONDITIONS materials, waste disposal sit�, and a lisfi of any permits that may be required for PPCM handfing or contaminated materials disposal. The above data musfi be compiled and arranged in a format that is accepta�le to the Texas Natural Resource Conservation Commission (TNRCC), d. Con#ractor shall submit actual limits of PPCM excavation, as prepared by his qualified enviranmental cansultant(s) and testing lab, e, Contractor shall submifi for review th� proposed carrier pipe material to be used with the actual limits Af QPCM excavation, includin� pipe gasket and carrier pipe coating or liner. B. PRODUCTS: 1. PIPE GASKET MATERIAL, Materials used within the actual limits ofi PPCM excavation, including pipe gaskets, shall be resisfiant fia petroleum hydrocarbon deterioration. C. EXECUTION: 1. POTENTIAL,LY P�TR(�LEUM CONTAMINATED AREAS a. Areas suspected of having petroleum contaminated material (soils) are shown in on the engineering drawings. b. In areas other than those noted on the plans and where potentially petroleum contaminated materials are either detected or suspected, the Cit� of �'ort Wo�kh and the Engineer should be notified immediately and the wo�k should proceed in accordance wifih this section. 2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Care should be taken during all excavation and dewatering activities to identify areas patentially contaminated by petroleum, b. When a petroleum odor is encountered during excauation or when there is visual evidence of potentially pefiraleum contaminated soil, the Contractor shall notify the Engineer withoufi delay. The Contractor shall have retained the services of an enviranmental consultant who shall be present at the site to screen suspect soil with a photo-ionization detector (RID) or a flame ionization detecto� (FID), A reading of 20 ppm above ambient condifiions or greater on PID or FlD tested soil sample will be considered potentially petroleum contaminated. The soul sample shauld 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 Managemenx will be notified prior to all sample collecti4n and submittal to the current testing laboratory idenfiified 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 10/23/08 ASC-90 PART DA - ADDITIONAL SPECIAL CONDITIONS will not be considered potentially petroleum contaminated. The PlD 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 sh�en, a hydrocarbon odor, adjacent soil thafi appears visually to be contaminated by hydrocarbons or at any time the Contractor has reason to believe that hydrocarbon contamination may have accurred. The Contractor shall immediately notify the City and the TNRCC whenever contaminated water is encountered. a, The Contractar shail contact the City whenever contamination from any source is suspected. 3. HANDLING POT�NTIALLY PETRO�EUM CONTAMINATED SOIL (PPCS� a. Contractor shall coordinate stockpiling of contaminated prepa�ing fihe chosen site: with the Cify to determine a suitable location for the soil, The following procedure shal( be fallowed in 1. Pravide a diked enclosure large enou�h to hold all material and p�event runoff, 2. The diked area shall be lined with 2Q-30 mil plastic tp prevenfi �eepage into fihe existing soil. 3. At the end of each work day, Contractar shaq compietely cover stockpile vvith 20 mil plastic. During the day, the Contractor shall keep the stackpile covered, as necessary, fio prevent release of contaminated materials due to rain or wind. 4. Sampling and evaluatton of materials will be perFormed at the Contractor's expens�. (The City of Fort Worth will provide laboratory services) 10/23/08 b. PPCS shall b� hand[ed, �ested, observing a11 standard chain-of-custody procedures and sampling preservation and analyses shall conform to published and recognized standards. c. The stockpilect PPCS shalf be sampled and tested every 50 cubic yards for Tota[ Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethyibenzene and Xy(ene (BTEX) (EPA 802Q), �fl test results will be forwarded to the City of Fort Worth Department ofi Environmentaf Management. d. Contaminated soil identi�ed by test results will be disposed of according to DA-36, Loading, Transpo�tation, and Disposaf 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 backfll classifications. 4. HANDLING POTENTIALLY PETROLEUM CONTAMINAT�D WATER (PPCW) a. Wafer pumped from the excavation or from dewatering activities that has an oily sheen, a hyd�ocarbon odor, or is otherwise suspect, shal) be considered potentially petroleum confiaminated. b. PPCW shall be handled, tested, and discha�ged in accordance with the TNRCC's appropriate state regulation. PPCW shall be tested no later than 15 days prior to ASC-91 J PART DA - ADDITIONAL SPECIAL CONDITIONS extraction, PPCW shall, if necessary, be treated in an appropriately sized oi!/water se�arator, air stripper or GAC canisters, Contractor shall have his testing laboratory determine fihat the oil/water separator treated discharge is within the limits establish�d hy the TNRCCs regu(ations before being a(lawed to discharge (discharge to sanitary sewer). Contracto� shall be responsible for furnishing the effluent test reports ta the City. c. Alternatively, the Contractor may dispose ofi contaminated water, after appropriate pretreatment, intc� the sanitary sewer collection system. It shall be the re�ponsibility of the Contractor to obtain the necessary permit(s� and to perform all testing required by the Gity of Fort Worth Pretreatment Services Division, d. All t�eated water shall be discharged into a Contractor supplied Frac Tank, sampled, and analyzed befor� discharge into the sewer system. e. The product that is recovered shall be disposed of in accordance with all applicable regulations. Any phase separate producfi recovered from fihe oil/water separa�or and air stripp�r shall be transported in accordance with Department of Transportation rules and regulations tor flammable products. When transporting product for disposal, transportation shall also be pertormed b�t a licensed carrier. The ContraGtor is responsible for proper manifesting ofi the material from the site to the waste disposal facility. Completed Manifests shalf be returned to ihe City Department of Environmental Management within 90 days of shipment, 5. HANDLING VAPOR CONCENTRATIONS a, In ord�r to maintain safe working conditians, the vapor concentrations should not exceed 20 pe�cent of fihe Lower Explosive Limit (LEL). During construction, measures should be taken to maintain LEL levels belov�r 20 p�rcent in all workin� areas, b. To monitor vapor levefs and oxygen levels a combustible gas indicatoe (CGI) with a LEL/OZ meter should continuously operate in the working area. The CGI should be properly calibrated and should have an alarm that sounds if 20 percent L�L is reached. Monitoring data from the GCI should be recorded periodically to determine if ventilation or other methods. are effective, ln the event local health and safety agencies require more stringent monitoring, the local regulations must be implemented. p. MEASUREMENT AND PAYMENT: Payment for handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for any permits required, hiring the servic�s of a qualified professional environmental consultant(s), environmental issues, stockpiling and alf issues included and incidental to this section will be full compensation for all labor, equipmen�, materiafs, and supervision. Measurement and Payment for this section will be per linear foot of trench excavated where the excavated material is handled as a contaminated material. No separat� payment will be made for handling of contaminated water, vapor concentrations, sampling, stackpiling, etc. 10/23/08 ASC-92 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL A, GENERAL; This item has been establishec! for the loading, transportation and disposai of contaminated soil� in a State of Texas approved disposal sit� (land�ll} to handle special wastes (petrofeum contaminated soils). A bid item has been established in the proposal fior th� proper loading, transportation and disposal of the material to a designated sifie and the quantity estabfished 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 pric� bid wil[ not be increased regardless of the actual amount of material disposed and may be decreased if a larger vafume of material, than that listed in the bid proposal, results in a unit cosfi reduction for disposal. B. WASTE MAN f FESTS; Any and all non-hazardous liquid and petroleum substance waste removed from the site of g�neration and transported for treatment and/or disposal must be accompanisd b�r a waste shipment record/manifest detaifing required generator, transported, destination and was�e description information. These results may nofi be uniform throughout the entire site. For all petroleum substance waste, the waste shipment record utilizecf shall be fihe TNRCC PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWG0332). The Contractar shall be responsible for obtaining, originating and maintaining manifests in ac�ordance auith federal and state laws, The Contractor shalC sign the manifests farms as Inde�endent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMQVAL TRANSPORT AND TREATMENT C DISPOSAL OF WASTES W GONTINGENT UPON RECEIPT BY THE ENGINEER OF FU�.L.Y CQMPLETEQ AND SIGNED MANIFEST F�RMS that are in agreement wifih regard to the type and amount of waste removed from the siie and received by the treatment/disposa[ facility. The Contractor shalf immediately resnl�e any manifest discrepancies. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipmenfi. C. MEASUREMENT AND PAYMENT: Payment for this item shall be made per in place cubic yard of contaminated soils that are foaded, transported and disposed of in an approved special disposal site. No separate payment will be made for loading, transportation and disposal of contaminated ground �nraters eollected; these costs conside�ed subsidiaty to DA-37, POTENT(ALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in the Contractor's bid submitia{ and approved by the Ciiy of Fort Workh Depattmenfi of Environmental Management prior to contract award, Contractor shall be responsible for all Iandfill costs, including, but not limited to landfill fees, transportation costs and landfill operator requested anafytical testing and waste characterization. DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC A. GENERAL: 10/23/08 � ASC-93 PART DA - ADDITIONAL SPECIAL CONDITIONS � C 1, General Conditions, Supplemental Conditions, applicable requirements of Division 1- General Requirements and the North Central Texas Council � ofi Governmenfis (NCTCOG) Standard Specifications, are hereby made a parfi o� fihis section. 2. This item shall govern for the installation of rock �iprap of the various sizes shown on the plans. D�SIGN CRfTERIA: 1, The toe of the riprap revetment shall be entr�nched in stable channel bott4ms. If the channel bottam is noi stable, fihe design shall incorporate other requirements needed to stabilize th� r�vetmenfi toe. 2. The channel side slope shafl be as shown on the d�awings, 3, Engineering filter fabric matecial shall be placed underneath the riprap, 4. Riprap shall extend up the bank to an elevafiion where vegetation will provide adequate protection, See c�oss sections. PRODUCT: 1. RIPRAP MATERIAL: Stone for riprap shall be du�abfe and of a suitable quality to insure permanence in the structure. It shall be free from cracks, seams and other defects that would tend to increase de#erioration. Rock shall be reasonably well graded between the following prescribed limits: Sieve Size �Square Mesh) 24n 24 inch Riprap 18 inch 12 inch 6 inch Sieve Size (Square MeshZ 18" 18 inch � Riprap 12 inch 6 inch 3 inch Percent Passin 100 80-90 45-55 0-20 Percent Passinq 100 6Q-85 15-4�5 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 �oizsioa ASC-94 PART DA - ADDITIONAL SPECIAL CONDITIONS � 10/23/08 4, RIPRAP GROl1TWG a. FINE AGGREGATE: Fine aggregate for groutin� mix shall consist of natural sand, manufactured sand, or a combination of natura! and manufactured sands, The gradin� and unifiormity ofi the fine aggregate shall conform to the following requirements as delivered fio the mixers: Sieve Designation, U.S. Standard S uare Mesh Permissibfe Limits Percent bv Weiqht,�Passincl 3/8 in. (9.5 mm� No. 4 (4.75 mm) No. 8 (2,36 mm) No. 16 (1.18 mm) No. 30 (60� um) No, 50 (300 um) No. 10Q (15Q um) EXECUTION: 1. C�NSTRUCTION: 10Q 95 - 100 8Q - 95 55 - 75 30 - 60 12-30 2-1Q a. The channel side slope and the toe excavafiion shall be prepared to the required lines and grades. b. Filter fiabric and riprap shaff be placed in succession to the required thicknesses and elevations. Riprap shall be hand placed around s#ructures to prevent damage to the structures, 2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be placed in the manner and at the Iocations shown on the drawings, At the t%me of installation, the geotexfiile shall be rejected if it has defects, ri�s, holes, flaws, deterioration or damage incurred during manufacture, transportation ar storage. The surface to recei�e the geotextile shall be prepared to a relatively smooth condition free of obstructions, depressions, debris, and soft or low density pockets af material. Erosion features such as rill�, gullies, etc. must be graded out of the su[face befor� geotextile placement. The geotextile shall be placed with the long dimension perpendicular to the centerline of the channel and laid smooth and free ofi tension, stress, folds, v�rrinkles, or creases. The strips shall be placed to provide a minimum width of 24-inches of overlap for each jaint. Temporary pinning of the textile to help hold it in place until the rock riprap is placed, The temporary pins shal[ be removed as the riprap is placed to relieve high tensile stress which may occur during placement of material on th� geotextile, The specified placement procedure requires that the length of the geotextile be greater than the actual slope length. The Contractor shall adjust the actual length of the geotextile used based on initial installation experience. The geotextile shall be protected afi af( �imes du�ing construction from contamination by surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile. Any geotextile damaged during its installatiQn or during placement of riprap shall be replaced by the Gantractor at no cost to the Owner. The work shall be scheduled so that the covering of the geotexfiile with a layer of the ASC-95 L� PART DA - ADDITIONAL SPECIAL CON_DITIONS specified material is accomplished within seven (7) calendar days after placement of the geotexfiile, Failure to comply shall require replacement of geotextile, The geotextile shall be profiected from damage prior fio and during the placement of roc4� riprap. Before placement of gabion units, the Contracto� shall demonstrate that the placement technique will p�evenfi damage to the geotextile. In no case shall any type of equipment be allowed on the unprotected geotextile, 3. RIPRAP PLACEMENT: Sfione for riprap shal! be placed on the fiilter fa�ric blankefi in such a manner as to produce a reasonably well graded mass ofi rock wifih the minimum practicable percenta�� of voids and shall be constructed wifihin the specifi�d tolerance to the lines and grades shown on the drawings. Then intent ofi these specifications is to require placement of riprap to the thicl�n�ss shown and to allow isolated stpne$ to extend as much as six inches abov� grade. Ri�rap shall be placed to its full course thickness at one operafiion and in such a manner as to avoid displacing the fabric. The larger sfiones shall be vvell distributed and the entire mass of stones in their final positian shall conform to the gradatian specified hereinbefore. The finished riprap sF�all be free from objectionable pocl�ets of small stone$ and clusters of larger stones. The desired distribution of the various sizes of stone� throughout the mass shall be obtained by sefective loading of the material afi 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. Rea�ranging ofi inclividual stones, by mechanical equipment or by hand will be r�quired to the extent necessary to obtain a reasonably well graded disfiribution of sfione specified above. The Contractor shall maintain the riprap protection until acGep�ed. Any material displaced by any cause shall be replaced at his erosion to the Iines 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 ofi sand, sufficient water to produce a workable mixture, and that amount of admixture which will entrain sufficient air to p�oduce du�able grout, as determined by the ENGINEER. Sand for grouting shall conform to the requirements ofi paragraph: FINE AGGREGATE. The grout shall be mixed in a concrete mixer in fihe manner specified for concrete except thafi 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 th� riprap with the help of limited spading and brooming. The grQufi shalf be used in the work within a period of one (1) hour afte� mixing. Ret�mpering of ground will not be permitted. Riprap shall not be grouted when the ambienfi 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 �nal set has occurred. Prior to grouting, afl surFaces of riprap shal[ 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 distanc� in excess of 10 feet. Immediately after dumping the batch of grout, it shalf 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 sut�ace af the stone protection, After completion of any strip as specified, no workman or any load 10/23/08 ASC-96 PART DA - ADDITIONAL SPECIAL CONDITIONS shall be permitted on the grouted surface for a period of at least 24 hours, �he �routed surface shall be protected from rain, flowing water, and mechanical injury. The surFace of all grouted riprap shall be cured by keepin� the surface continuously wet for a period of not less than 7 days, E. MEASUREMENT AND PAYMENT 1. FILTER FABRIG: Filter fabric wi[I be measured by the square yard for material used including thafi required at fioes and thickened edges of riprap. Payment for filter fabric will be made at the contract unit pric� per square yard which includes alf plant, labor, materiaf, and all installation costs in-place, compieie. 2, STONE RIPRAP; Stone (rock) rip�ap will be measu�ed by the cu[�ic yard using actual plan dimensions, Paymenfi for riprap will be made at the contract unit price per cubic yard which inciudes all plant; labor, material, and installation costs in,place, compiete. 3, GROUT: Grout for rock riprap wi(I �e measured by the square yard using actual pfan dimensions. Payment for groufi will be made at the contract unit price per square yard which includes all plant, labor, material, and instaqatian costs in-place, complete, DA-40 CONCRETE RIPRAP 1 GENERAL; The fallawing shall govern the furnishing and placing of concrete riprap as shown on the plans or as directed by the Engineer. 2 MAT�RIALS; Concrete for riprap shall be placed in accordance with the details and to the dimensions shown on the plans or as estabfished by fihe Engineer. Unless otherwise shown on the plans, concrete riprap shalf be reinforced using wire ar bar reinforcement. The concrete shall be 3000 PSl at 28 days, Class A. Wire reinforcement sf�all be six (6) by six (6) inch No, 6 plain electric welded reinforcing fabric or its equal. A minimum lap of six (6) inches shall be used at all splices. Afi the edge of the riprap, the wir� fabric shall not be less than one (9� inch, no more than three (3) inches from the edge of the concrete and shall have no wire projecting beyond the fast member parallel to the edge of the concrete, Reinforcement shall be suppo[ted praperly throughout the placement to maintain its position equidistance from the top and bottom surtace of the slab, lf the slopes and bottom of the trench for toe walls are dry and not consolidated properly, the Engineer may require the entire area to be sprinkled, or sprinkled and consolidated before the concrete is placed. All surfaces shall be moist when concrete is placed. � After the concrete has been placed, compacted, and shaped to conform to the dimensions shown on the plans, and after it has set sufficiently to avoid slumping, the surFace shall be finished with a wooden float to secure a reasonably smooth surface, 3. PAYMENT; Payment for concrete riprap in place shall be made afi the unit price hid in the Proposal multiplied by the quantifiy of material used. Bid price will be full compensation for 10/23/OS AS C-97 U PART DA - ADDITIONAL SPECIAL CONDITIONS placing aJl materials, and for all labor, toois, �quipment, and incidentals necessary to complete the work. Payment for all necessary �xcavation below natural ground, and bottom or slope of the excavated channel will be included in the bid price. DA-41 CONCRETE CYLINDER PIPE AND FITTINGS Concrete cylinder pipe on this project shaff be Class 150 A.W.W.A, G303 pretension�d con�rete cylinder pipe or G(ass 150 AWWA G-301 prestressed concrete cylinder pipe as specified on the plans and manufactured in accordance with Material Standard E1-4 confiained in the General Contract documents, Payment for work such as backfill, bedding, blocking, �xcavatiQn and all other associated appurtenances; required, shal( be included in the Linear Foot price ofi the pipe and lump sum for fihe pipe fittings in the appropriate BID ITEM(S). DA-42 CONCRETE PIPE FITTINGS AND SPECIALS Bidders shall submit th� follawing for G303 pretensianed concrete cylinder pipe to be installed on this projecfi: 1, A complete list of fittings and specials upon v�hich the lum� sum is bid. 2. Pravide a unit price indicating the cosfi for furnishing and instalfing each ofi fihe various items of fittings and specials. The lump sum as bid .in the Proposal shall be payment in full for all fittings and specials necessary for the construction of the proaect as designed. Payment for the installation of fihe pipe fittings, specials, and random lengths shall be included. Should the Engineer approve any changes to the fittings, specials or random pipe lengths listed as justifying th� amount bid in the Proposal, the price submitted with the Proposal shall be used to determine the increase or decrease in the value af the lump sum of the Proposal, and the Contractor shall be paid on the basis of this adjusted value under fihat bid item. DA-43 UNCLASSIFIED STREET EXCAVATION This item will be used if additional excavation is needed that is not covered by "8" PAVEMENT PULVERIZATION". Additional Excavation is the removal of the excessive crown and base ta bring the new base to proper grade and City standard specifications for street reconstruction, All applicab�e provisions of Item No, 106 "Unclassified Street Excavation'" shall apply, worK shal) be paid per cubic yard. DA-44 6" PERFORATED PIPE SUBDRAIN This item shall consist of furnishing and installing 6" perforated subdrain and filte� material all as shown on the enclosed details, or as directed by the Engineer. All. applicable provision of standard Specifications Item 50Q "SUBDRAINS" shall apply e�ccept as herein modified. The pipe material shall be poly vinyl chloride (PVC) with the standard dimensional ratio of 35 (SDR35) and meet the ASTM D 1784. Filter shal[ have the capability o� passing ground water without transporting the soil placed around the filter fahric, The fabric shall 10/23/08 ASC-98 PART DA - ADDITIONAL SPECIAL CONDITIONS be constructed exclusively of synthetic thermoplastic fibers and ma�r be either woven or non- woven to farm a mat of uniform quafity. Fabric fiber may be either continuous or discontinuous and oriented in either a random or an aligned pattern throughout the fabric. The fabric shall be mildew resistant, rot proof, shall lae satisfacto.ry for use in a wet soil and aggregate environment, contain ultravio[et stabilizers and have nanravelling edges. The fabric shall mest the foilowing r�quirem�nt� when sampled and tested in accordanc� with the methods indicated. Test Original Physicai Properties Method Requirements Fabric rrveight, on an ambient Temperature air-driec{ tension free sample, expressed in oz/sq.yd. 1Nater flow rate by falling head method, 7.9 inches (20 cm) to 3.9 inches (1� cm) on 2 inch ID cylinder with 1 inch diameter orifice, with flow rate expressed in gallsq. ftfminute. SDHPT Test Method Tex-616-J "Testing nf Construction Fibers" Tex-616-J 4.0 minimum for under drains and Slope Stabilization, 6.0 minimum for Gabions Revetment 8Q minimum Breaking load in either machine or ASTM Designation: 100 minimum cross-machine direction, expressed D 1682 grab method G as in paunds, modified by Tex-616-J Equivalent opening size (US CW-0221 �, US Army Corps of 70 to 100 Standard sieve no,� Engineers, Civil Works Construction Guide Specification, "Plastic Filter Fabric: November, 1977. "Apparent elongation" at breaking AST, Designation: 100 maximum load in either machine or cross� D 1682 grala method G as machine direction, expressed as modified by Te�c-616-J percent. The "Filter Fabric'° shafl be installed in accordance with the manufacturer's recommendations, as indicated or as directed by the Engineer. When lapping is required, it shall be in accordance with the manufacturer's recommendattons. Backfilling around the Filter Fabric shall be dane in such a way as not to damage the Filter Fabric mate�ial during the placemenfi. 10/23/08 ASC-99 1__I PART DA - ADDITIONAL SPECIAL CONDITIONS The unifi price bid per L.F. shall be full compensation for all labor, materials, equipments, fiools, and incidentals necessary to complete the work. DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the remaval and replacement of existing concrete sidewalk due ta failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding wate� with same day haul-off of the removed material to a suitab(� dumpsite, For �pecifications governing this item see Item No. 104 "Removing Old Concrete°, and Item No, 5Q4 "Concrete Sidewalk and Driveways". The unit price bid per square yard shall be fiull compensafiion for ail la�or, material, equipmenfi, supplies, and incidentals necessary fin complete the removal and replacemenfi work. DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION ln �rder to facilitate timely reconstruction ofi the affected roadwa� surfaces (subsequent to w�ter/sewer installation) under the City's roadway maintenance program, it is recommended fihafi the proposed water andlor sanifiary sewer improvements be conducted on the project streets based upon the following sequence: 1. "A" Street 2. "B" Street 3. °C' Streefi 4, °p" Street 5. "E" Street After the work start date has been established, the selected contractor shall be required to submit the beginning and ending dates for all work (including pavement repair) on each of the �roject streets. Please be advised that the contractor has the opfiion of submitting a different sequence of construction than stated above, The contractor shall not be allowed to begin work (but time charges will begin on the project) until the preferred sequence ofi consfirucfiion and fihe starfi and end work dates for each streefi have been submitted to the City. DA-47 PAVEMENT REPAIR IN PARKING AREA The unit price bid under app�opriate BID ITEM(S� of the Proposal shall cove� all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides af the trench, a minimum of twelve (12) inches outside the trench walls, The trench shall be backfilled and the top nine (9) inches shall be filled with crushed fimestone base material, compacted and level with the finished adjacent surFace. This finished grade shall be maintained in a serviceable condition until the paving has been replac�d. DA-48 EASEMENTS AND PERMITS �asements and permits, bofih 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 publicafiion shall be secured before 10/23/OS ASC-100 PART DA - ADDITI�NAL SPECIAL CONDITIONS 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 direcfied 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 ea�ements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, ifi shalf be the Contractor's responsibility to obtain written p�rmission #rom the property owners involved for the u�e of additianal property required. No additional payment wil[ be allowed for this item. DA-49 HIGHWAY REQUIREMENTS Th� Texas Department of Transportation requirements pertaining to the const�uction of this project are enciosed herein and made parfi ofi these specifications. DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E(150Q psi) concrete and for sewe� line encasements shall conform to Fig, 113; far water (ine encasements it shall conform to Fig. 20 ofi the General Contracfi Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract DQcuments, Payment for work such as forming, pla�ing, and finishing including alf fabor, tools, equipment and material necessary to complete the work shall be included in the linear foot p�ice bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES Ali connections between proposed and existing facilities, shalf consist of a watertight seal. Concrete used in the connection shall be Class A(3QOQ psi� concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete pfacement, a gasket, RAM-Nek or appraved equa( shall be insta(led around penetrating pipe. Payment for such work as connecting tQ existing facilities including all labor, tools, equipment, and materia[ necessary to complete the work shaEl be inc(uded in the linear foot price of the appropriate pipe BID {TEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION All combination turbo meter installations will be per attached Figure 33 unless otherwise directed by the Engineer. The contractor shall use Bilco Type J-3 Model 30" x 36" Steel Single Leaf Doo�s or approved equal unless the vault door is subject to vehicular traffic i.e.: in a street, parking lot, or driveway. The appropriate size turbo meter with strainer and check valve if required will be furnished ta the Contractor free of charge; however, the Contractor will be required to pick up these item(s) at the Field Operations Warehouse. 10/23/08 AS C-101 I PART DA - ADDITIONAL SPECIAL CONDITIONS , Payment for ali work, mate�ials, and all necessary appurtenances from bypass tee to bypass t�e which are required to provide a complete and functional Combination Turbo Meter Installation complete with Bypass and Concrete Vault shall be included in the price laid for each. DA-53 OPEN FIRE LINE INSTALLATIONS All open fire line installations wilt be per atfiached Figure 32 unless otherwise directed by the Engineer. The appropriate size detector ch�ck meter, 3/4-inch m�ter and class 'B' meter box will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up the items at the Field Operations Warehause. Payment for all work, materials, and ail necessary appurtenances from the Cit� side flange coupling adapter to the customer side gate valve and box; incfuding incidentai 5 linear feet of pipe, which are required to provide a complete and functional open fire line installatipn shall be includeci in the price bid for each, Payment for the City side gate valve or tap valve depending an which is required will be paid for under the appropriate bid item(s). DA-54 WATER SAMPLE STATION GENERAL; AII water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless othetvvise di�ected by the En�ineer. The appropriate water sampling station will be furnished to fihe Cont�actor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIUNS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if r�quired), corporation sto�s, 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 inGidental 5-feet of type K copper se[vice line which are required to provide a compfete and functional water sampling stafiion shall be included in fihe price bid for the water main. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, ga#e 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 setvice fine which are requ'tred to provide �oi2sios ASC-102 PART DA - ADDITIONAL SPECIAL CONDITIONS a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified. INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an integral part of the siab and of the same concrete as the slab, The concrete fo� the curb shall be deposited not more than thi�ty (30) minutes after the concrete in the slab. SUPERIMPOSED CURB: Concrete shall have a minimum compr�ssive strength of three thousand (3,000) pounds per square inch at twenfiy-eight (28� days. The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 Ibs.) of Portland Cement. The slump of the concrete shalf not exceed three (3) inches. A minimum cement content of five (5) sacks of cemenfi per cubic yard ofi cancrete is required. PAYMENT: Payment shall be made for cutting and replacing curbs and gutters requi�ed in this Project under the appropriate bid item anci shafl be in compliance with Public Works Departmenfi standard requirement Item 502. DA-56 SHOP DRAWINGS 1. Submit seve� (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 ch�ecked by and stamped with the approval of the Contractor and identified as the �ngineer may requi�e, Such review by the Engineer shall include checking for general conformance �rvith the design concept of the project and general compliance with information given in th� General Contract Documents. Indicated actions by the Engineer, which may result from his �eview, shall not constitute concurrence with any deviation from the plans anci specifications unless such deviations ar� specifically identified by fihe method described below, and further shall not relieve the Contractor of responsibility for errors or omissions irt the submitted data, Processed shop drawing submittals are not change o�ders. The purpose ofi submittals by tf�e Contractor is to demonstrate that the Contractor understands th� design concept, and that he demonstrates his understanding by indicafiing which equipment and materials he intends tQ furnish and insta[i, and by detailing the fabrication and installation m�thods he intends to use. � If deviations, discrepancies or conflicts between submittals and the design drawings and/ar specifications are discovered, either prior to or after submittals are processeci, the design drawings and specificatians shall govern. The Contractor shall be responsible far dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his vvork 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 sfiatement included vvith the submittak, which signifies compliance with plans and specifications and dimensions suitabfe for the application. Any deviatiort from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the app�oved submittals shall be retained by the Contractor until completion of the project and p�esented to the City in bound form. 2. Shop drawings shall be submitted for the following items prio� to insfiallation: List the required submittals here 10/23/08 ASC-103 I''I PART DA - ADDITIONAL SPECIAL CONDITIONS Additional shop d�awing requirements are described in some of the materiai specifications. 3, Address for Submittals - The submittals shall be addressed to the Project Manager; (Projecfi Manager) City of Fort Worth 1Q00 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN ln order ta estabfish a basis upon which partial payments to the Contractor may be authorized, immediafiely after execution of the contract the Contractor shall fiurnish a detailed co�fi breakdown of his contract price arranged and itemized to meet the approval of the Engine��. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY All work involving paving and/or drainage shall conform to the two following published specifications, except as modified herein: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION — CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NQRTH CENTRAL TEXAS DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP � When H.M,A,C, greater than 9 inches in depth is encountered, it shall be replaced with a combination of H.M.A.C. and 2:27 concrete base, as determined by the Engineer, to achieve the required thickness of pavement, DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M.A.G. driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with H.M.A.C. equal to ar better than the existing driveway. DA-61 TOP SOIC Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Publi.c Works Department's Standard Specifications for Street and Storm Drain Const�uction, Item 116, except as follows: All labor, equipmenfi, tools and incidentals shall be included in the square yard bid price fior the top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall include raising or lowering an existing meter box to the parkway grade specified No payment will be made for adjusting exis�ing boxes which are within O.Q01 feet of specified parkway grade. The unit price bid. shall be full and su.fficient payment fo� all labor, equipment and materials used in the adjustmenfi of the meter box. 10/23/OS AS C-104 � PART DA - ADDITIONAL �PECIAL CONDITIONS DA-63 BID QUANTITIES Bid quantities of the variou� items in the proposal are for camparison only and may nat reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegofiiation of unifi prices regardfess 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 Contractar shalf 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 proposaf may not reflecfi actual quantities; however, they are given for the purpose of bidding and awarding the cantract, A contract in the amounfi of $2�0,00� (see Options to Renew) shall be awarded with final payment based on actua( measured quantities and the unit pr%ce bid in this proposa(. Moreover, there is to be nat limit an the variation between the estimated quantities shown and actual quantities performed. It is understood and agr�ed that the scape of work contemplated in this contract is that which is designated by the City bifi will in not case exceed $20Q,000 (see Options to Renew) including all change orders. DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform wo�k in the right-of-way which is under the jurisdiction of the Texas Departmenfi of Transportation (Tex-Dot}, the Contractor shall obtain approval from the Texas Department of Transportatian prior to commenciRg any �rvork therein. All work performed in the Tex-Qot right-of-way shall be performed in compfiance with and subjeet to approval from the Texas Department o� Transportation and Item E2�29.1 "Construction Wiihin Highway Right-of-Way" of the General Contract Documents and Specifications, effective July 1, 1978, as amended. DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Speci�cation ltem No. 208 af the Standard Specifications for Streefi and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Departmenfi. DA-66 OPTION TO RENEW The City has the right to renew this cont�act for three (3} ane year terms/expenditures of $200,000 under the same terms, conditions, and unit prices. The City shall give at least sixty (60) days notice priar to the expi�ation of one year from the date of execution of this contract ar of an option period or a like notice at such time as there is less than $20,000 left unexpended. DA-67 NON-EXCLUSIVE CONTRACT �oizsios ASC-105 .J PART DA - ADDITIONAL SPECIAL CONDITIONS This contract is non-exclusive, During th� term of this contract or any renewal hereof, the City reserves the right to advertise and award another contracfi for like or similar work. If a second contracfi is awarded, the Cifiy further reserves the right to issue work orders under either contract as it deems in its best interest, without recourse, DA-68 CONCRETE VALLEY GUTTER This item shall include the repair/replacemenfi of existing concrete valley gutters as directed by the Engineer. The prQposed valfey gutters wilf be con.structed according fio the detail included in these documents as well as conforming to Specification ltem Na 314 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Wnrks Department. . � The unit price bid for this item shall be full compensation for all materials (including applicable sub-base), labor, equipment and incidentals necessarar ta camplete the wark. DA-69 TRAFFIC BUTTONS The Contracto� shall supply all materials and labor necessary to install traffic buttons ofi the same type as were previously insta(led at locations designated by the Engineer, The buttc�ns tQ be supplied shall be generally, but not fimited to Type W-4 and Type II C-R4 and installed with a Type lll Epoxy. The unit price bid for this item shall b� full compensatian fQr all materials, lataor, equipmenfi and incidentals necessary to complete the work. DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced to match the exi�ting striping or as directed lay the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch w�dth) suGh as Stamark as manufactured by 3M company or approued equal. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B" and "Q" asphalt thafi will be used for each project. This should be .submitfied at th� Pre-Construction ConferenGe. This design shall not be more than two (2) years old. Upon submittal ofi 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 2Q% rap may be used, No Rap may be used in type ,�p„ Upon app�oval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for ptacemenfi of the asphalfi. The contractor shall contact the City Laboratory, through the inspector, at least 24 haurs in advance of the asphalt placement to schedule a technician to assist in the monitoring af the number of passes by a roller to establish a. ralling pattern thafi will provide the required densities. The required Density for Type "B" and for 10/23/08 ASC-106 PART DA - ADDITIONAL SPECIAL CONDITIONS Type "D" asphalt will be 91 % of the calculated Marshal (practor), A Troxle� 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 requiremenfi applies to both Type "B" and �D" asphalt. Densities on type �B" musfi be done before Type "Q" asphalt is applied. Cores ta determine thickness a� Type "B" asphalfi must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D" asphalt additionai cores must be taken to determine the applied thickness, DA-72 SPECIFICATION REFERENCES When reference is made in these specifications ta a particufar ASTM, AWWA, ANSI or ather specification, it shall be understood that the latest revision of such specification, prior to the date of the�e general specifications o� revisions ther�of, shal( apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX The relocation and reconnection ofi sprinkfer system control valve and box will be required as shown on the pians, and/o� as desccibed in these Special Contract Dacuments in addition ta those located in the field and identifiied by the Engineer. A minimum of twenty-four (24) hours advance notice shafi be given when service interruption will be required. When the relocation is required, separate payment will be allowed fior the relocation of sprinkler back-flow preventer or control valve and box. Payment for all work and materia[ such as back-fill, fittings, fiv� (5) feet of PVC Schedule 4Q and a11 material (abo�, and equipment used by and for the licensed plumber shall be included in the price bid far the relocatian of sprinkler back-flow preventer or control valv� and box. All other costs will be included in other appropriate bid item(s). DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves suppfied for this contract shalf conform to Material Standard E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26.1. All resilient-seated �ate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. DA-75 EMERGENCY SITUATION, JOB MOVE-IN The Owner or Engineer shall determine when an emergency situation shall exist. When water emergency work is required, the Contractor shaEl mobilize to the said location �vithin twenty-four (24) hours after given nofiification from the [nspector and/or Project Manager. The Contractor shall make all necessary arrangements for bypass pumping, setting up barricades, notifying citizens, etc., while waiting for other utilities to be located as directed by the Engine�r. The Contractor shall work continuously until the emergency work order has been completed at a time agreed to by the Project Manager, Inspector, and Contractor. After the emergency work order has been completed, there will be no additional "Job Move-In" charges paid to remobilize back to the previous project Iocation site. 10/23/OS ASC-107 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-76 1'/z" & 2" COPPER SERVICES The following is an addendum to E1-17, Copper Water Service Lines and Copper Alloy Gouplings: All fittmgs used for 1'/Z" and 2'" water seruices lines shall be compressian fittings of the type produced with an internal "gripper ring'" as manufactured by the Ford Meter Box Co., Inc., Mueller Company, or approved equal, Approved equal praducts shall submit shop drawings and manufacturer's catalog information fior approvaL ContraGtor shall make all cuts to the copper tubin� with a copper tubing cutter tool specifically designed for this �urpose in order to provide a clean, square cut. The use of hacksaws or an� other type of cutter will not be allowed. Prior to installing the compression fittings, the copper tubing will be made round by the use ot a "rounding tube" specifically made for that purpose. Payment for all work and material� associated with 1'/z " and 2" copper services shall be includ�d in the price of the appropriate bid item, DA-77 SCOPE OF WORK (UTIL. CUT) The v�ork covered by these Specifications consists of fihe paving repair ov�r utility cuts which have been backfilled previously by the City Wafier Deparfimenfi, as indicated by the details and possible adjacent areas damaged by blowout, etc. Inc(uded in this work will be the removal of the existing material in orde� to insure a paving section in conformity with existing pavement or the appropriate defiail shown in this docum�nt as directed by th� engineer and all other miscellaneous ifiems of construction to be perFormed as outlined in the specifications, which are necessary to satisfactorily complete the work. Total quantities given in the bid proposal may not ref(ect actua( quantities; however, they are given for the purpose of bidding and awarding the contract. Fina[ payment will be kaased on actual measured quantities and the unifi price bid in this praposal, There will not be a direct paymenfi for saw cutting the existing asphalfi or cancrete, com�acting the existing subgrade or removal of the existing material. These items will be considered as subsidiary ta the cantract, The contractor will be required to maintain a capping caurse of hot mix-cold lay asphalt in areas where traffic has whipped out washed rock, until the paving re�air can be accomplished. These items will be considered as subsidiary to the contracfi. The Inspector will pick up the repair tickets by 8:00 a.m. Monday through Thursday. The repair tickets will be issued to the contractor early the next day. Each repair ticket that is issued shall be completed within twenty-one (21) calenda� days, The twenfiy-one (21 � calendar days for completion ofi the job begins the day after the contractor receives the ticket. See special condition TIME ALLOWED FOR UTILITY CUTS. The Contractor shall identify to the Engineer possible locations for settlement of repaired pavement due to backfill of ditch by others. As directed by the En�ineer, the Contractor shall remove and replace existin� backfill with washed rock, �oi2sios ASC-108 PART DA - ADDITIONAL SPECIAL CONDITIONS The Water Departmenfi will estimate the necessary size of the pavemenfi repair on each ticket. Upon receipt of each tickefi the Engineer shall defiermine, by measurement, the required size of each repair. Ali repair sizes shall be approvsd by the Engineer prior to any repair wark. DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) Contractor covenants and agrees to fully pertorm or cause to be pertormed, with good faith and due diligence, and in accordance with standards comman to the industry and herein set fo�th in these Contract Documents which is hereby incorporated and made a part ofi this cantract, pavem�nt repair to be ordered by the City at various times and to be performed at various places by separate repai� tickefis. The City may d�signate pavement to be repaired by furnishing to the Contractor a marked drawing, or street addresses contained in a written order or k�y marking in the filed by paint or other means, or by any or all combinations of said methods of designation. The Contractor agrees that no work will be performed without written authorization from the individual designated in writing by the Director of the Wafier Departmenfi. DA-79 CONTRACT TIME (UTIL. CUT) It is understood and agreed that the scope of work confiem�lated in this contract is that which is designated by the City as the need arises. It is further agreed thafi the term of this contract is �ve (5) months from the date of execution of contract wark order and no orders will be accept�d by the Contractor after the contract has expired. At the end af contract the Contractor wi.[I have twenty-one (21) addifiional calendar days to compfete work already ordered and fifteen additional calendar days ta biq said work for a total of thirty-six days after contract termination to complete and bill work authorized pursuanfi tQ this contract. DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) The Confiractor shalf be required to furnish sufficient personnel and equipment capable of completely finishing an average of fifty (50) utility cut tickets vvith an aggregate average of 75Q S,Y. of permanent pavement repair each week. DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) The Contractor shall assist the Engineer in measuring each pavement repair before any work is statted. A repair ticket will be issued for each uti(ity cut after measurement and twenty-one (21 � calendar days beginning the da�r after the tickefi is issued will be allowed for final campletion of each utility cufi. See also SCOPE OF WORK. A calendar day is any day of the week or month, Sundays or legal holidays as defined on Page C�-1 (4) Section C1-1.24 Calendar Days of Part C General Conditions. DA-82 LIQUIDATED DAMAGES (UTIL. CUT) 10/23/08 ASC-109 i � PART DA - ADDITIONAL SPECIAL CONDITIONS Failure to complete work on time: The Owner and the Contractar agree that it will be most difficult or impossible to ascertain the amount of damages that will be sustained by fihe Owner if the Contractor fails to complete the work in the ailotted time, bufi they both agree that the Owner would sustain substantial damages in such eyent. Accordingly, if the Contractor fails to complete the contract in the calendar days specified, a time charge shall be made for each working day thereafter, not as a penalty but as liquidated damages. The contractor shall pay liquidated damages of twenfiy-�ve dollars ($25.00) per day per tickefi for each repair cut nofi completed wifihin fiwenty-one (21) calendar day$ and liquidated damages shall end on day that repairs are completed, Should the amount otherwise due the Cantractor be less than the amount of such ascertained and liquidated damages, the Contractor and h.is surety sha[l be liabfe to the CitX of such delivery. DA-83 PAVING REPAIR EDGES (UTIL. CUT) All paving repair edges shall be undamaged n�at lines (by savving or equal) and shall be parallel or perpendicular to the center line of the street, DA-84.TRENCH BACKFILL (UTIL. CUT) The Water Department shall place the pipe embedment and backfifl with washed rock per the following specificati4n, Washed Rock: All washed rock used for embedment or as otherwise directed by the engine�r shall be washed gravel or washed crushed stone or washed crushed gravel and shall meet the following gradation and abrasion: Sieve Size 1 �/z,� 3/8�� ��, #8 % Retained 0,10 40-75 55-9Q 90-100 95-100 Los Angeles abrasion tesfi: 50% Maximum wear per ASTM. DA-85 CLEAN-UP (UTIL. CUT) Final clean up work shall be done for this project as soon as the paving and curb and gutte� has been constructed. Contractor shall remove all excess cold mix, washed rock and debris from the street in the area of the repair. No more than seven days shalf elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfacfiion ofi the Engineer. Refer also to Page C5-5 (8) Section C5-5.17 Clean-Up of Part C General Conditions. DA-86 PROPERTY ACCESS (UTIL. CUT) Access to adjacent property shall be maintained at all times unless otherwise direcfied by the Engineer. �oi2sios � ASC-110 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-87 SUBMISSION OF BIDS (UTIL. CUT) The proposal sections of this special contract document is arranged to allow the Owner to make payment based on size of repair. The Contractor is required to submit a bid on all proposals Unit I, Unit II, Unit III and IV, Unit I will generally consist of small patch, less than or equal to 200 square feefi. Unit il will general(y cansisfi of inedium pafich, greater than 20Q square feet and less than or equal to 1000 square feefi, Unit III will generally consist of large patch, greater than 1000 square feet, Unit IV will generally consist of items n�cessary for each size Utility Cut Repair. The total low bidder, Unifis I, li, III and IV is the apparent successful bidder. If Contractor does not bid all four Units of the proposai, the bid will be considered as "non-responsive" and will be rejected by the Water Departm�nt, DA-88 STANDARD BASE REPAIR FOR UNIT I(UTIL. CUT) Regardless of fihe existing pavemenfi type, base repair for Unit t shall be either min. 8" concrete base (see D-23, 2:27 Goncrete Base) or min. 5" reinforced cancrete bas� �se� DA-35, Reinforced Concrete Pavement or Base) as directed by the Engineer. Any deviatian from standard repair shall be approved by the Water Department. DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) When concrete base is required for repairs > 20Q square feet in area, fihe base repair shall be either min. 8" cancrete base (see D-23, 2:27 concrete base) or as min. 5" reinforced concrete base (see DA-35, Reinforced �oncrete Pavement or Bas�} a� directed by the Engineer. A.ny deviation from standard repair shaff be apprQved by the Water Departmenfi. DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) These items will include the furnishing and placing of H.M.A.C, surFace course as direcked by the Engineer. For Speci�cations governing Type "D" H.M.A.G, see the 1982 Texas Staie Department of High�vays and Public Transporfiation, Spec. ltem No. 340 "Hofi Mix Asphaltic Concrete Pavement". H.M.A.C. is also covered under Spec. Item No. 312 in the Standard Specificatians for ConstruGtion, City of Fort Worth. Subsidiary to the H.M.A.C, pavement shall be sawing, removal of asphaltic material, gravel and excavation as shown on the details or as dir�cted by the Engineer. The removed surfacing shall be loaded into trucks upon removal and hauled away from the job site as directed by the Engineer. In no case shall the removed surface be stockpiled on the job site. The following wo�k method will be performed on each utility cut; 1. Place safety signs, barricades and/or other warning devices where necessary and as required. 10/23/08 AS C-111 PART DA - ADDITIONAL SPECIAL CONDITIONS 2. The existing asphalt pavement shall be saw cut into a sauare or rectangular shape and cut side faces vertically. The sawed asphalt pavement shall be a minimum of 1' outside the utility cut area. 3. Apply liquid asphalfi tack to vertical faces and bottom af excavated area in a uniform manner. Do not puddl� tack coat on battom of utility cut area. Do not apply tack coat to washed rock. 4. Place H.M.A.C. su�face mix in lifts not to exceed three (3� inches. Last or top lift shall not be less than two (2) inches in thickness. 5. Each lift shall be thoroughiy compacted with a plate compactor or portable vibratory roller. Fifteen to twenty passes will be necessary with a vibratory roller and mix temperature above 25a F(121 C) to ensure a good compaction. Top lift when compacted shall be approximately 1/8 inch above surrounding pavement. 6, Apply liquid asphalt arAu�d edges of patch along cold joints. 7, Clean up surrounding area. Da nofi leave excess fill or ex�avated material on the pavemenfi. 8. Remove safety signs, barricade and/ar warning devices after job is complete. Payment shall be made at the unit price per S.Y. as shown on the proposal and shall be full compensation for furnishing ali labor, materials, equipment tools and incidentals necessary to complete the work. DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) Contractar will be �esponsible for adjusting water valve boxes, manholes and vaults to match neva pavement grade. The unit price bid will be full paymenfi for materiafs including all labor, equipment, tools and incidentals necessary to camplete the work. DA-92 MAINTENANCE BOND (UTIL. CUT) A maintenance bond in the amount of one hundred percent (100%) of ihe contract amount shall be fumished for a pe�iod of two years from the date of final acceptance of the work will be required on this project. DA-93 BRICK PAVEMENT (UTIL. CUT) This item shall include; 1. Remova! and salvage of existing hrick pavers for the �urpose ofi relaying, in such a manner that no damage occurs during handling of the brick. 2. Supply additional brick pavers as necessary that meets size, shape and color of existing brick, as approved by engineer. 3. Mortar bed shall be leveled to the desired elevation, as directed by Engineer and shall not be disfiurbed in any way. The mortar setting bed shall consist of: 10/23/08 ASC-112 PART DA - ADDITIONAL SPECIAL CONDITIONS a. 1 part Portland cement - ASTM G15Q, Type 1 b. 1/4 part hydrated lime by volume - ASTM C207, Type 5 c. 3 parts damp sand - ASTM C-144 (for high-bond mortar, gradation in accordance with additive manufacturer's recommendation) . d. Add water to obtain stiff mix - wat�r shall be potable quality The dry joint filler shal) consist of: a. 1 part Portland cemenfi - ASTM G15Q, Type 1 b, 6 parts dry sand - ASTM C-144 c. Do not add water High band mortar mix shall c4nsist of: a. 1 sack Portland c�ment � ASTM C150, Type 1 b, 50 pounds workabiiity additive -"A" Marble Dust by Armco Steel Corp., Piqua Quarries, or Ute Dolomite Limestone by U.�. Lim� Division o� Flintkote Cor�., or Micro Fill No./2 by Pure Stone Co., of Marble Falis, Texas, c. 3 1/4 cubic feet of sand - ASTM C-144 d. 4 gallons of high bond additive - Sarabond Liquid Mortar Additiue by fihe Dow Chemical Co. e. Mix with water in accordance with High �ond Additive manufacturer's recommendations Concrete surfaces to receive pavers shall be dry, clean fee of oily or waxy �Ims and firm and level. Pavers with chips, cracks, or voids sha(I not be used. The setting bed mixture shall be spread and screeded to a true plane �nd shaCl be limited to that amount that can be covered with pavers before initial set. DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) Upon th� direction of the Engineer, th� Gantractor shall provide a lime stabilized Subgrade or base in conformance with Specification Items 210 and 212 of the City of Fort Worth's Transportation and Public Works Department's Standard Specifications for Street and Storm Drainage Construction. Urtless othsrwise directed by the �ngineer, lime shall be applied at the minimum rate of four pounds (4#) per square. yard per inch depth. Payment shall be made by the square yard at the unit price bid for the quantity measured in plaee and shall include all labor, equipment, material, and incidenta(s necessary to satisfactorily compfete the project. No payment shall be made for the hydrated lime as it shalf be considered subsidiary to the bid price for lime stabilization. DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) At the direction of the Engineer, fihe Confiractor shall stabilize the subgrade or base material with Portland Cement in conformance with Specification Item 214, Portland Gement Treatment, tn the Standard Specifications for St�eet and Storm Drain Cnnstrucfion ofi the Cit}� of Fort Worth, Texas Transportation and Public Works Department. Unless directed otherwise by the Engineer, Cement shall be applied at a minimum rate of five pounds (5##) per square yard per inch of de�th. 10/23/08 AS C-113 1__I PART DA - ADD1710NAL SPECIAL CONDITIONS DA-96 REPAIR OF STORM DRAINI STRUCTURES (UTIL. CUT) This pay item shall apply to all storm drain structures such as inlets, manho[es, headwalls, ar other facilities which, in the opinion of the Engineer require repair. The Cantractor shall remove and replace th� tops of existing drainage structures and a pQrtion of the walis of the structure as directed by the Engineer. The vertical reinforcing sfeel bars in the walis shall be cleaned of any concrete or dirt and exposed a minimum of fiv�relve (12) inches, New steel shall be used in the reconstruction of the walls and top, No payment shall be made for manhole frames, lids, steps and other miscellaneous items of constru�tion, as they shall be considered subsidiary ta the unit price bid for Repair of Starm Qrain Structures. Unless directed othenrvise by the Engineer, the �xisting manhole frames, lids, and other miscellaneous items may be reus�d. Storm Drain Structure Repair shal[ be performed in conformance with specification Item 444, "Manholes and Inlets", and Drawing No. S-SQ1 through S-SD20 of the City of Fort Worth Transportation and Public Warks Department's Standard Specifications for Street and Storm Drain Construction and shall further apply fio ali storm drainage facilities of a similar design and cQnstruction. Payment for Repair oF Storm Drain Structures shall be made by the cubic yard ofi concret� required to reconstruct the structures as well as ali steel, etc. in conformance with the appropriafie drawings, DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) In high traffic areas where the utility cut repair must be returned to service sooner than a no�mal cure time will allow, the Contractor shall use cot�crete admixtures as outlined in ltem 422, "Canc�ete Admixtu�es" or ready made mixes such as "Rapid Set" concrete mix or approved equal. Any and all materials used shall conform to the above mentionec{ Ifiem 422. Payment for quick set concrete shall be made at the unifi price bid per CY as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipmenfi, tools, and incid�ntals ne�ess�ry to camplete the work. DA-98 UTILITY ADJUSTMENT (UTIL. CUT) This item is included fo� the basic purpose of establishing a contract price which will be comparable to the firtal cost of making necessary adjustments �equired due to utility cut repai�s to water, sanitary sewer, and natural gas service lines and ap�urtenances including irrigation lines (sprinkler systems), efic, where such lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; howeuer, this does not guarantee any payment for utility adjustments, neither does it confine utifity adjustments to the amount shown in the Proposal. lt shall be the Contractor's responsibility to provide #he services of a licensed plumbe� to make the utility adjustments determined necessary by fihe Engineer. No payment will be made fo� utifity adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the 10/23/08 ASC-114 �� PART DA - ADDITIONAL SPECIAL CONDITIONS Contractor for utility adjustments shall be the actua! cost of the adjustments plus ten percent (10%) to cover the cost ofi bond and overhead incurred by the Gontractor in handling the utility adjustments. DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) All applicable provisions of Standard Specification item 504 "Concrete Sidewalks and Driveways" shall apply. The Contractor shall construcfi standard concrete sidewalk and wheelchair ramps as shown in the details or as direct�d by the Engineer. All concrete flared surfaces (wheelchair ramp wing or curb� shall be colored with LITHOCHROME color hardener or equaL A t�rick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturer's inst�uctions. Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimensions approved by the Engineer, meeting the aforementioned speci�cation if needed. The sample, upon appraval by th� �ngine�r shall be the acceptable standard ta be applieci for all wheelchair ramp construction. Surface coloring shall be subsidiary to the unit price for this pay item. The method of application shall be by screen, sifter, sieve or other means in order fio provide for a uniform color distribution. DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) The following criteria will be used to determine the limits of concrete pavement repair for this contract: 1. The minimum size of repair for concrete shall be 5'x 5', 2_ Whenever the limits of the repair are 8 feet or less from an ad1acent joint of any type, the replacemenfi shall be extended to that jaint. 3, Dummy joints shall be sawed across a�y panel where a construction joint intersects the panel and a joint does not exist. All new joints (construction or dummy) shall b� parallef with existing joints. 4. Depending on the existing longitudinal joint spacing and the limits of the damaged pavement, the contractor may be requirec� to extend the replacement to the halfway point of the panel. The determination shall be made by the inspector on a case by case basis in order to assure uniform joint spacing.. Payment for all concrete pavement repairs shafl be made at the unit price bid per square yard as shown in the proposal and shall be full compensatian for furni.shing all labor, m�terials, equipmenfi, tools, and incidentals necessary to complete the work. However, pa�ment for sawcutting dummy joints in adjacent panels shall be made under the appropriate bid item. 10/23/OS ASC-115 u PART DA - ADDITIONAL SPECIAL CONDITIONS DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) This item shall apply for the placement of concrete curb and gutter an H.M.A.G, paved st�eets, Specification item no. 502 ofi the City afi Fort Worth Transportation and Public Works Deparkment's Standard Speci�cations for Street and Storm Drain Construcfiion shall govern this item. DA-102 PAYMENT (UTIL. CUT) Because of the unique nature of this contracfi, C8-8.5 PARTIAL ESTIMATES AND RETAINAGE of the General Conditions shal( not apply and shall be superseded by the following: (Please initial below) 1lVhenever the improvements prescribed by an individual Work Qrder haue been completed, the Cantractar shall notify the En�ineer, The �ngineer or other appropriafie official ofi the Owner will, within a reasonable time, perForm the inspections. If such inspection reveals that the improvements are in an acceptable conditi4n and have been completed in accordance with the terms of the Confiract Documents and ail approved modifications thereof, fihe Engineer will recommend acceptance of fihe work under that particular Work Order and recommend paymenfi therefore. If the Engineer finds that the work has not been completed as requir�d, he shall so advise the Contractor in writing, furnishing him an itemized list of all known items which have nofi been completed or which are not in an acceptable condition. When the Gontractor has corrected all such items, he shall again natify the Engineer thafi �he improvements are read�r for inspection, and the Engineer sha(I proceed as outlined above, Whe�ever the improvements prescribed by the individual Work Order have been completed and all requirements of the Contract Documents have been fulfilled an the part ofi the Contractor, an estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. The amount of the estimate will be paid to the Contractor after acceptance by the Water Depa�fiment Director, provided th� Contractor has furnished to the Owner satisfactory evidence of payment as follows; Prior to submission of the estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials under that Work Order have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and thafi there are no claims pending for personal injury and/or property damages. The acceptance by the Contrac�or of the individual payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities unde� the Gontract for anything done or furnished or relating to the work under that Work Order or any act or negl�ct of said City relating to or connected with the Contract. The making of the payment by the Owner shall not relieve the Contractor of any guarantees or oth�r requirements of the Contract Documents which specifically continue thereafter. Bidder's Initials �oi2sios ASC-116 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-103 DEHOLES (MISC. EXT.) The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order fiogether with a sketch. The location and dimensions shown on the pfans relative to other existing utifities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not ta be considered as the nonexistence of, or a definite locatian af, existing underground utilities. It shal[ be the Gontractor's responsibifity to verify locations of adjacent andlor conflicting utilities sufficiently in advance of canstruction in order thafi he may negotiate such locaf adjustments as necessary in the d�hole process to p�ovide adequate clearances. The Contracfior shall take all necessary precautions in order to protect all setvices encountered. Any damage to utilities resulting from the Contractor's operations, shall be restored at his expense. Payment for work such as backfill and all other associated appurtenanfis required, shall be included in the price of the appropriate bid item. DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) The Contractor shall have no more than three (3) locations under construction at any an� time, unless approval by the �nginee� has been granted in writing, DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) Care shall be taken to keep all water extensions clean and free from foreign objects. Chlorinated lime shafl be placed in the first joint of pipe of the extension and upan completion of the pipe laying, water shall be introduced slowly for sterilization, after which the extension shall be thoraughly flushed vuith clean water. Risera shalf be installed, as directed by the Engineer, for ffushing and for providing sample points for bacteria tests, The water main ex#ensions of the project shafl be tested under normal line pressure and any leaks observed shall be immediately repaired. DA-106 BID QUANTITIES (MISC. EXT.) Bid quantities of the various items in the praposal are for comparison only and may not reflect the actual quantities, There is no limit to whiGh a bid item can be inereased or dec�eased, Contractor shall not be entitled to renegotiatian ofi unit prices regardless of the final measured quantities. To the extent that C4-4,3 conflicts with this provision, this provision controls, No claim wilf be considered far lost or anticipated profits based upon differences in estimated quantifiies versus actuaf quantities. DA-107 LIFE OF CONTRACT (MISC. EXT.) lt is contemplated that Work Orders wil( be issued to the Contractar for work to be performed under this Contract for not to exceed 365calendar days following the date of the Contract nor to exceed the limit of the bid price, whichever should occur first, The Contractor shall be required to complete any work covered by a Work Order issued prior to that date of termination but will not be required to accept any work order fior execution dated after that date of termination. If the cost of the work performed under this Contract is less than the limit of the bid price at the end of the �oi2sios ASC-117 ,_. PART DA - ADDITIONAL SPECIAL CONDITIONS 365 calendar day period, at the City's option and the Contractor's concur�enc�, the Proj�ct may be extended to the limit of the bid price. DA-108 FLOWABLE FILL (MISC. EXT.) 1, Description: The flowable fill material shall be delivered to the site, free flowing and self-leveling and shail hav� a consistency enabling it to fill all �oids without tampin�, vibrating a� campacting. The flowable fill mafierial shall have an in place density of not less fihan 95 and nofi more than 115 Ibs./cu. ft., with a maximum tuuent�r-eight (28) day compression strength of not less than 6Q and not more than 85 PSl allowing the material to be removed with hand tools �uch as picks and shovels. The height of free fall of the flowable fill shall not exceed four (4� feet. 2. Material Specifications; Flowable fill shall consist af: a, An appropriate amount of Porkland Cement meeting ASTM G-15Q (wifih other addifiives as necessary), b. Aggregates meeting ASTM C-33 c. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Streefi and Storm Drain Construction (tem 406 d. Flyash, Class C or F, meeting ASTM C-618 e. Admixtures 1. Mineral admixtures will be pozzolaniG 2. Chemical admixtures shall be in liquid or powder form used in standard ready-mix concrete products unless specifically designed for flowable fill, Permissibl� types of admixtur�s are; a. High air generatars, as manufactured I�y Grace Construction Products or approved equal, which are specifically designed for flawable 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 �onfo�ming to ASTM C-4�4 Type F or G. d, Accelerating admixtures conforming to ASTM G-494, Type C. 1. Non-chforide, non-corrosive accelerators used where metals are p�esent in concrete or embedded members. 2. Calcium chloride DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) Contractor shall take all precautions to carefully remove all existing brick pavers. The brick pavers shall be handled with extreme care to avoid chipping and/or breaking of pav�rs. Until installed, they shall be cleaned and neatly stacked on pallets (not to exceed 3 feet in height). Ifi necessary, all new brick pauers used on this project shall meet the specifications far ASTM C1272. The brick shall be a Ty�e F heavy vehicular paving brick a minimum 2 5/8" thick, with spacer nibs or lugs, and match the existing brick in size, shape, and color. 10/23/08 ASC-118 PART DA - ADDITIONAL SPECIAL CONDITIONS The brick pavers will be set on a 3/4-inch sand/cement bedding mixture, The sand used shall conform to ASTM C33 excluding all stone screenings that may pass the C33 sieve analysis, T'he cement sand ratio shall be 1 sack of cement per 1 CY of sand or as directed by the Engineer. Filter fabric 12-inches wide will be installed over every construction, and/or expansion joint as well as all vertical surfaces, Once the brick pavers haae been installed they wili be vibrated into the sand bed. Sand conforming ta G33 will then be swept into joints and vibrated again. All brick shall be installed per fihe manufacturer's recommendations. The resultin� repair shall provide a smooth driving surface and match all applicable street grades, cross slopes, and crawns. ' The price bid per linear foot for "BRICK PAVEMENT REPAIR" as shown in the Proposal will be full payment for materiafs including all labor, equipment, tools and incidentals necessary to complete the work. DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) The Engineer shall determine and designate to the Contractor the lacation of the service main requiring replacement by a Work Order to�ether with a sketch for each such replacement, giving the limits, size and nature ot work required. The Engineer will notify fihe Co'ntracfior that a Work Order is �eady and fax the Contractor a copy of the Work Order notification, The Contractor is to p�ovide his fax number to the Engineer at the pre-construction conference. Single or several Work Orders may be issued at one time. The Contracfior shall initiate work on a replacement within seven (7) working days of the date the Work Order is faxed tQ the Contractor, and continue work on the Work Order until it has been completed, not including paving. The Confiractor shall furnish and supply sufficient equipment and personnel to camplet� the Work Order in the amounfi af time provided for in the Work Qrder. Should the Contractar fail ta start any Work Order within the time specified, he shall add the necessary wor[c crews and equipment to prosecute the wor[c to complete the Work Order or Work Orders in the time provided therefore. DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) Should the contractor fai[ to complete an individual work order in the giv�n amouni of ca[endar days as specified on each individuaf work orderx liquidated damage char�es as prescribed in Part C- Genera( Canditions C7-7.10 Time of Completion will be subtracted from the final pay estimate of that particular work order. TF�e estimated amount for each particular work order will be used for determining the amount of damages charged per calendar day of time exceeding the specified amaunt. The first two paragraphs of Part C- General Conditions C7-7.10 Time Of Completion shall be replaced with the following: The time of completion of each individual work order in an essential element of this contract. Each work order issued will have the maximum allowed number of calendar days allouved for the completion of that specific work. The number of calendar. days specified will be calculated as follows; The total estimated cost for the specific work orde� divided by 2000 (rounded up) + 10 days = Number of Galendar Days allowed for Construction of Individual Work Order. 10/23/08 ASG119 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-112 MOVE IN CHARGES (MISC. REPL.) A Work Order may cantain one or more locations, One move-in fee will paid to the contractor per Work Order issued. Locations for multiple sites per Work Order will be in the same g�neral vicinifiy, if possible, and if so, only one mobilization charg� will �e paid. When water and sewer work are required only the water move in fee wifl be paid. Afi na time will both fees be paid for one specific location. DA-113 PROJECT SIGNS (MISC. REPL.) Project Signs are required at all locations which will be under canstruction f4r mor� than thirty (30� cafendar days as indicated in Part B Proposal. Project Signs shall be in accordance wifih Figure 30 (dated 9-18,96) of the Genera[ Gontract Documents. The signs may be mounted on skids ar an posts. The exact locations and methods of mounting shall be approved by the engineer. Any and all costs for the required materials, labor,.and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost ofi the project and nQ additional compensation will be allowed, DA-114 LIQUIDATED DAMAGES (MISC. REPL.) The Contractor shall pay liquidated damages of one hundred dollars ($100,p0) per day per Work Order, for fiailure to begin a Work Order within the seven (7) working days afi the date the Work Order is faxed to the Contractor. Failure ta complete project within the stipulated construction time on the Work Order, the. Contractor wifl pay liquidated dama�es in the amaunt stipulated in these contract documents. DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) Because of #he unique nature of this contract, the number of trench safety system designs required is not known at the time bids are received. While the contractor is still bound by the latest version of the U.S. Department of Labor, Occupafiional Safety and H�alth Administration Standards, 29 CFR Part 1926, Subpart P-Excavations as detailed in D-26 Trench Safet� System, it is the Gity's intention that all costs incurred by the Contractor in acquiring trench safety designs be included in the unit price bid for Job Move in. DA-116 FIELD OFFICE As specified in Part C, General Conditions C5-5.6, the contractor shall provide a field office exclusively for the City of Fort Worth Construction Manager and coordination meetings for the following: A. Temporary field office shall be established on the job site where approved or direcfied by the Engineer, adequately furnished. B. Cantractor shall provide either a separate building or a partitioned-off space of at least 140 sq ft of floor space with solid lockable door in Contractor's building for the exclusive use af the City of Fort Worth Construction Manager throughout the period of construction. The temporary office shall be weathertight, have a tight floor at least 8-in off fihe ground and shall be insulated and 10/23/08 ASC-120 . _ . - _. _ _ _. - PART DA - ADDITIONAL SPECIAL CONDITIONS suitably ventilated. The office shall be p�ovided with janitor service, heatin� and cooling equipmenfi, efectrical wiring, outlets and fixtures suifiable to light the tables and desk adequately as directed. Provide separate toilet facilities in the field office. C. Provide the following furnifiure and equipment in the Canstruction Manager's office: 1, One plan table, 3-ft by 5-ft and one stooi 2. Desk about 3-ft by 5-ft with desk chair 3. Two additional chairs 4, Two-drawer, filing cabinet with (ock Field office sh�ll also have available to the Cons#ruction Manager the following: 1. One conference table (6-ft�. 2. Eight folding chairs, 3. First aid kit suitable for ten people with manual, American White Cross No. K1 Q or equal. 4. Duplicating machine, Xerox Model 10251 or equal. D Gontractor shall furnish temporary light and power, including wiring, famps and similar equipment as required to adequately light a[I work areas and with sufficient power capacity to meet the reasonal�le needs of the Construction Manager. Contractor shall make all necessary arrangements with the local elecfiric company for temporary electric service and pay all expenses in connection therewith and pay all electrical bills. DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 ofi the Special Conditions with the exception of the Contractor providing the traffic control plan. A traffic control plan has been prepared and is inc[uded in the project plans. All other requirements of D-8 shal( apply. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The contractor shall coordinate his work with the work of other cantractors on remaining units of this project. The contracfi documents indicate the starting and stopping points for each of the units of fihe project. The plans indicate "connecting to an existing pipeline" constructed by others and ending the line with the installation of a plug, lf the star� of the project cannot be connected to the previous unifi, the contractor wifl begin his line with a plugged section of pipe, lf the pipeline is consfiructed for the connecting unit the contractor shall connect his line wiih the adjoining unit in lieu of installation of a p(ug. Contractor will be paid for "connectionn to existing Gne or installation of blind flanges based on the unit price bid for the water or sewer main. DA — 119 CATHODIC PROTECTION SYSTEM V�fithin a week of commencing the installation of the Cathodic protection system, the contractor shall furnish a letter from the Corrosion Protection System Manufacturer certifying, that the Contractor's superintendent on the project has physically demonsfirated the understanding to the field installation procedure of the system and that fihe initial installation has been verifed and found to meet the manufacturer's specifications. �oi2sios ASG121 {� �u PART DA - ADDITIONAL SPECIAL CONDITIONS Before the Final inspection of the praject, the contractar shali hav� a Nf�CE (National Assaciation ofi Corrosion Engineers) ce�tified representative of the manufacturer conduct a`Commissioning Survey'. Based on this survey, a certification from the Manufacturer shali be furnished by the Contractor t4 the City certifying that the system was found to be instalfed cor�ectly and operating effectively as per the intent of the speci�cations, 10/23/08 ASC-122 .. . ..._:�� Fo���;�:`�`:� �.:: �:::�.4. . ; RT:.�� �..: ,c� o �.� : ' P � � ... �.. ��� .. .. �� : � � �; � � : �.::: z � .. ��� �,7 ;. ... ,r :: :� � .. • .:: ;.�. .�..p. . �:r.� X:�S�,..,cy_.,. . : .��A��.�.. . WATER DEPARTMENT aECTION E �PECIFICATIONS JANUARY l, 1978 All materials, construction methods and procedures used in this project shall conformto Sections El, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX El E2 E2A MATERIAL SPECIFICATIONS CONSTRUCTION SPECIFICATIONS GENERAL DESIGN DETAILS Revisions as of Apri120, 1981, follow: E1-2.4 Backfill: (Correct minimum compaction requirement to 95% Procter density and correct P.I. values as follows:) c. Additional backfill requirements when approved for use in streets: �.. Type B Backfill " (c) Maximum plastic index (PI) shall be 8 2 . Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by wetting (b) Material, meeting requirement and having a PI of 9 or more shall be considered for use only with mechanical compaction E2-2.11Trench Backfill: (Correct minimum compaction requirement wherever it appears, in this section to 95% Procter density except for paragraph a.l. where the "95% modified Procter density" shall remain unchanged). SECTION E100 — MATERIAI, SPEC]FICATTONS MA.TERIAL STANDARD E100-4 JANUARY 1, 1978 (ADDED 5/13/90) E100-4 WATERTIGHT MANHOLE INSERTS. E100-4.1 GENERAL: This standard covers tlie furnishing and installation of watertight gasketed manhole inserts in the. Fort Worth sanitary sewer collection system. E100-4.2 1VIATERIALS AND DESIGN: a. The manhole insert shall be of corrosion-proof high density polyethelene that meets or exceeds the requirements of ASTM D1248, Category 5, Type III. b. The minimum thickness of the manhole insert shall be 1/8". c. The manhole insert shall have a gaslcet that provides positive seal in wet or dry conditions. The gasket shall be made of closed cell neoprenerubberandmeetthe requirement of ASTM D 1056, or equal. d. The manhole insert shall have a strap for removing the insert. The strap shall be rnade of minimum 1 wide woven polypropalene or nylon webbing, with the ends treated to prevent unravelling. Stainless steel hardware shall be used to securely attach shap to the insert. e. The manhole insert shall have one or more vent holes or valves to release gasses and allow water inflow at a rate no greater than 10 gallons per 24 hours. E 100-4.3 INSTALLAT'ION: a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert on the rim. b. The manhole insert shall be fully seated around the manhole frame rim to retard water from seeping between the cover and the manhole frame rim. � E100 (1) SP�Gi�t, PR()1lIStONS FOR STREETAND STORM DRAIN IMPRQVEMENTS Table of Con#�nts 1. 2. 3. 4. 5. 6. 7. 8. 9. 1Q 11. 12, 13. 14. 15. 16. 17. 18. 19. 2Q 2't 22. 23. 24. 25. 26. 27. 28. 29. 30, 31. 32. 33. 34. 35. 36, 37. 38. 39. 40. SCQPEOF WQRK ....................................................................................................SP-4 AW.�RD OF GONTRACT ..........................................................................................SP-4 PRECONSTRUCTION GONFERENCE .....................................................................SP-4 EXA[�I(NATION OF SIT� ..........................................................................................SP-4 BIQSUBMITTAL .......................................................................................................SP-4, WATER FOR GQNSTRUCTION ...............................................................................SP�S SANITARY FACIL,ITIES FOR WORKERS .................................................................SP-5 PAYMENT.................................................................................................................SR-5 SUBSIDIARY1fVORK .................................................................................................SP�5 LEGAL R�LATtONS AND RESPQNSIBIL(TI�S TQTHE Pl1BLlC .......................................................................................................SP-5 WAGERATES ................................................................................:.........................SP�5 EXISTINGUTILITIES ...........................................................................................:....SP-C PARKWAYGQNSTRl1CT(ON ..............................................................�...................SP-7 MATERIALSTORA�E ..............................................................................................SR-7 PROTEGTIQN QF �?CISTING UTiLIT(ES ANDIMPROVEMENTS .............................................................................................SP-7 INCREASE QR DECREASE IN QUANTITIES ..................................•..•••••.•••..••••.••.•••SP-7 CON7RAGTORS R�SPONSI�IL(7Y FQR DAMAGE CLAIMS ..................................SR-7 EQUAL EMPL.OYMENT PR�VISIQNS .......................................�..............................SP-8 MINORITY AND WOMENS BUSINESS ENTERPRISE (MNVB�} COMPI_.IANGE ......................................................................................... SP-8 FINALCL.EAN UP ....................................................................................................SP-10 GONTRACTOR'S COMPLIANCE WITH WORKER'S COMP�NSATION LA1l�l ...........................................................................................SP-10 SUBSTITUTIONS..................................................................................................... SP-13 MECHANIGS AND MATERIALSMEN'S LIEN ........................................................... SP-13 WORKORpER DEL..HY ........................................................................................... SP-1 � CALENDARDAYS ........................................:......................................................... SP-'13 RIGHTTO ABANQON ............................................................................................. SP-13 CONSTRUCTION SPECIFIGATIONS ..................................................................... SP-13 MAINTENANCESTATEMENT ................................................................................ SP-14 DELAYS....................................................................................................... SR-14 DETOURS ANQ BARRICADES ............................................................................... SP-14 DISPQSAL QF SPQ(UFILL MATERIAL .................................................................. SP-'14 QUALITYGQNTROL TESTING .............................................................................. SP�15 PROPERTYACCESS ............................................................................................. SP-15 SAFETY RESTRtCTIONS - WORK NEAR HIGH VOLTAGE LfNES ...................... SP-16 WATER DEPARTMENT PRE-QUALIFICATIONS ................................................... SP�16 RIGHTTQ AUDIT .................................................................................................... SP-16 CONSTRUCTION STAKES ................................................... SP-17 �OGATION QF NEW WALKS AND DRIVEWAYS ................................................. SP�1? EARLY WARNING SYSTEM F�R GONSTRUCTION .............................................. SP-17 AIR PQLLUTION WATCH DAYS ............................................................................. SP-18 Rev 2-19-10 SP-1 SPEGIAL RR()V{S�[�NS FC?R STREETAND STORM DRA,IN tMPRQVEMENTS Table of Confents CONSTRUCTION ITEMS; 41. 42. �3. 44. 45. 46. 47. 48. 49, 5Q. 51. 52. 53. 54. 55. 56. 57. 58. 59. 60. 61. 62. 63. 64. 65. 66. 67. 68. 69. 70. 71. 72. 73. 74. 75. PAY ITEM � PAVEMENT - UNCLASSIFIEQ STREET EXCAVATION � REMOVE ... SP-19 PAY ITEM - PAVEMENT - N�N GR��N CEMENT �INSTALL ................................. SP-19 PAY ITEM - CURB - 71NCH � WSTALL .................................................................. Sf'-2Q PAIf ITEM - RETAINING WALL ti tNSTALL ............................................................. SP-2Q PAY ITEM � GURB - CURB AND GUTfE� �S DIRECTED BY INSPECTOR � REPLACE.....................................................................................:........... SP-2Q PAY ITEM T PAVEMENT - TRANSITION - MIN 6 INCH HMAC ............................... SP-2Q PAY ITEM - PIPE - 6 INCH SUBDR/�IN W/ GRAVEL AND FILTER FABRIC � INSTALL................................................................................................. SP-20 PAY ITEM T SAFETY SYSTEM > 5 FOOT DEPTH � INSTALL ................................ SP�21 PAY IT�M - PAY ITEMS - SUBGRADE - 8 INCH LIME STABILIZED � INSTALL and SUBGRADE - LIME FOR STABILIZATION � INSTALL .......................................... SP-21 PAY ITEM - PAVEMENT - 6 INCH HMAC � INSTALL ............................................. SP,21 PAY ITEMS - WALK � INSTALL, CURB & GUTTER � INSTALL, WALK � ADA WHEELCHAIR RAMP � INSTALL, AND DRIVEWAY � INSTALL ............................SP-22 PAY ITEMS - WALK � REMOVE, CURB & GUTTER � REMOVE, WALK � ADA WHEELCHAIR RAMP �REMOVE, AND DRIVEWAY � REMOVE ........................... SP-�� PAY ITEMS - WALK - STEPS � REMOVE and WALK - STEPS � INSTALL ......... SR-23 PAY ITEMS - FENCE � REMOVE and FENCE � INSTALL ..................................... SP�2�3 PAY ITEM - CURB & CyUTTER - 7 INCH W/ 18" GUTTER � INSTALL ................... SP-24 PAY ITEMS - MAILBOX � REMOVE and MAILBOX � INSTALL ............................. SP-24 PAY ITEM - FILL MATERIAL - BORROW� INSTALL ............................................. SP-24 PAY ITEM - PAVEMENT - VALLEY GUTTER � INSTALL ....................................... SP-25 PAY ITEM - UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL � INSTALLSP-25 PAY ITEM - STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP � INSTALL................................................................................................. SP-25 PAY ITEM - TRAFFIC CONTROL � WSTALL ......................................................... SP-28 PRE BID ITEM - SIGN - PROJECT DESIGNATION � 1NSTALL ............................. SP�28 PRE BID ITEM - UTILITY ADJUSTMENT � REPAIR ............................................... SP-29 PRE BID ITEM - TOP SOIL INSTALL .................................................................... SP-29 PRE BID ITEM - VALVE BOX - ADJUSTMENT � SERVICES ................................. SP-29 PRE BID ITEM - MANHOLE - ADJUSTMENT � SERVICES ................................... SP-29 PRE BID ITEM - METER BOX - ADJUSTMENT � SERVICES ................................ SP-30 PAY ITEM - PAVEMENT , SILICQNE JOINT SEALANT -� INSTALL ....................... SP-30 NON-PAY ITEM - ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT,,.., SP-34 NON-PAY ITEM - CLEARING AND GRUBBING ...................................................... SP-38 NON-PAY ITEM - SPRINKLING FOR DUST CONTROL .......................................... SP-38 NON-PAY ITEM - PROTECTION OF TREES, PLANTS AND SOIL ......................... SP-38 NON-PAY ITEM - CONCRETE COLORED SURFACE ............................................ SP-38 NON-PAY ITEM - PROJECT CLEAN-UP ................................................................. SP-38 NON-PAY ITEM - PROJECT SCHEDULE ................................................................ SP-39 Rev 2-19-10 SP-2 sP�c�,��. ��o�t�tQrvs �a�t STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 76. SCHEDULE TIERS SPECIAL INSTRUCTIONS .......................................................SF-41 77. NON-PAY ITEM - NOTIFICATION OF RESIDENTS ................................................ SP-42 78. NON-PAY ITEM - PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION..................................................................................................... SP-42 79. NON-PAY ITEM - PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............... SP-�42 80. NON-PAY ITEM - WASHED ROCK .......................................................................... SP-43 81. NON-PAY ITEM - SAWCUT OF EXISTING CONCRETE ........................................ SP-43 82. NON PAY ITEM - LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES................................................................................................. SP-43 83. NON PAY ITEM - TIE IN INTO STORM DRAIN STRUCTURE ................................ SP-43 84. NON PAY ITEM - SPRINKLER HEAD ADJUSTMENT ............................................ SP-44 85. NON PAY ITEM - FEE FOR STREET USE PERMITS AND RE-INSPECTIONS...... SP-44 86. NON PAY ITEM - TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................ SP-44 NOTE - CONSULTANT AND C1TY PM MAKE SURE TOC IS UPDATED TO HAVE ANY ADDED OR DELETED SECTIONS AND THAT THE PAGE NUMBERS MATCH. Rev 2-19-10 SP-3 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: CIP 2008 — CONTRACT 8B ROADWAY IMPROVEMENTS FOR MAY STREET, LEUDA STREET, MULEY STREET, MARION STREET, AND ILLINOUS AVENUE CITY PROJECT NO.: 01276 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following: ROADWAY IMPROVEMENTS FOR MAY STREET LEUDA STREET MULEY STREET MARION STREET AND ILLINOUS AVENUE and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2. AWARD OF CONTRACT: Submission of Bids: Unit I and Unit II constitute a package. if the Contractor submits a bid on both Unit I and Unit II and has the lowest responsive proposal price, the Contractor will be the apparent successful bidder for this project. Note — above paragraph can be deleted, if only one unit is being bid. Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. 3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Design Consultant, and City shall meet at the call of the City for a preconstruction conference before any work begins on this project. At this time, details of sequencing of the work, contact individuals for each party, request for survey, and pay requests will be covered. Prior to the meeting, the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others. A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction. 4. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. 5. BID SUBMITTAL: Bidders shall submit a complete package, including ALL completed forms that must be submitted with the Proposal (including Vendor Compliance to State Law. Failure to provide a complete bid package may be grounds for designating bids as Rev 2-19-10 SP-4 "non-responsive" and rejecting bids as appropriate and as determined by the Director of the Transportation and Public Works Department. 6. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense. 7. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 8. PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the ENGINEER per actual field measurement. 9. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans, the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes. All objectionable matter required to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No. 102 "Clearing and Grubbing" and shall be subsidiary to the other items of the contract. 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of ltem 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 11. WAGE RATES: Compliance with and Enforcement of Prevailing Wage Laws Dutv to pay Prevailinq Waqe Rates. The contractor shall comply with all reqiairements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. Complaints of Violations and Citv Determination of Good Cause. On receipt of information, including a complaint by vi.olation of 2258.023, Texas Government Code, by City shall make an initial determination, before the receives the information, as to whether good cause a worker, concerning an alleged a contractor or subcontractor, the 31 st day after the date the City exists to believe that the violation Rev 2-19-10 SP-5 occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pav Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Waqe Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section.) 12. EXISTING UTILITIES: The locations and dimensions shawn on the plans relative to existing utilities are based on the best information available. It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance. The Rev 2-19-10 SP-6 Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities and any losses to the utility or City due to disruption of service resulting from the Contractor's operations shaii be at the Contractor's expense. 13. PARKWAY CONSTRUCTION: During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Director of the Transportation and Public Works Department _ NOTE — CONSULTANT/CITY PM - VERIFY IF THIS IS AN APPROPRIATE STATEMENT FOR THIS PROJECT. 14. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission in writing from the property owner and storage of material on the private property complies with current City zoning requirements for the use of property for storage purposes. 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Design Consultant to be accurate as to extent, location and depth, they are shown on the plans as the best information available at the time of design, from the Owners of the utilities involved and from evidences found on the ground. 16. INCREASE OR DECRE/ASE IN QUANTITIES: The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid. No additional compensation shall be paid to Contractor for errors in the quantities. Final payment will be based upon field measurements. The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories. 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE C�AIMS: Contractor Covenants and agrees to indemnify City's Design Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, Rev 2-19-10 SP-7 employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servanfs, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. � In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier, The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 18. EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13-A-21 through 12-A-29) prohibiting discrimination in employments practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided by assistance by the City of Fort Worth's Equal Employment Officer who_ will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/VVBE) COMPLIANCE: In accordance with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts. The Ordinance is incorporated in these specifications by reference. A copy of the Ordinance may be obtained firom the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within five (5) City business days after bid opening. Failure to comply shall render the bid non-responsive.� Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/V1/BE) on the contract and payment thereof. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state, or local laws or ordinances relating to false statement. Further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years. Rev 2-19-10 SP-8 The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids. Failure to comply with the City's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid being rendered non-responsive to specifications. Contractor shail provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcon#ractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid. The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non- responsive. Whenever a change order affects the work of an M/1NBE subcontractor or supplier, the M/WBE shall be given an opportunity to perForm the work. Whenever a change order exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the contract shall: Make no unjustified changes or deletions in its M/V1IBE participation commitments submitted with or subsequent to the bid, and, 2. If substantial subcontracting and/or substantial supplier opportunities arise ' during the term of the contract which the Contractor had represented he would perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City, and, 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers. Justification for change may be granted for the following: a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. b. Failure of Subcontractor to provide required general liability of other insurance. Rev 2-19-10 SP-9 c. Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan. d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/V1/BEs. 20. FINAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed. No more than seven days shall elapse after completion of construction before the roadway and R.OW. is cleaned up to the satisfaction of the ENGINEER. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general restoring the worksite to an orderly appearance. 21. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: � a Workers Compensation Insurance Coverage DEFINITIONS: b. Certification of coverage ("Certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, OR TWCG84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project- includes the time from the beginning of. the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities perForming all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent Contractors, subcontractors, leasing companies, motor carriers, City-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. � The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. Rev 2-19-10 SP-10 c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of ' coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The Contractor shall retain ail required certificates of coverage for the duration of the project and for one year thereafter. g. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. h. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. i. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: (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 Rev 2-19-10 SP-11 period shown on the current certificate. of coverage ends during the duration of the project; (4) obtain form each other person with whom it contracts, and provide to the Contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (e) contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative, criminal, civil penalties or other civil actions. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity.. B. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Commission rules. This notice must be printed with a title in at least 30 point Rev 2-19-10 SP-12 bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the Worker population. The text for the notices shall be the following text, without any additionai words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identify of their employer or status as an employee." Call the Texas Worker's Compensation Commission at 512-463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the � ENGINEER to make a substitution for the material that has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as 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, the substitution must be approved by the City. Where the term "or equal", or "approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the ENGINEER, as the representative of the City, sha(I be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications. 23. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of inechanics and materialmen's liens upon receipt of payment. 24. V1/ORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right- of-ways, easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25. CALENDAR DAYS: The Contractor agrees to complete the Contract within the allotted number of calendar days. 26. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. Rev 2-19-10 SP-13 27. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Transportation and Public Works, 1000 Throckmorton Street, 2"d Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the ENGINEER. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. NOTE TO CONSULTANTS AND CITY PM — REFERENCE APPROPRIATE SECTION OF BLUE BOOK OR NCTCOG FOR EVERY PAY ITEM (IN THE PROPOSAL) AND OTHER NON-PAY ITEMS 28. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project and will be required to rep�ace at his expense any part or all of the project which becomes defective due to these causes. 29. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Transportation and Public Works Department and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the ENGINEER to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such e�ctension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shail remain in tull force un"til the discharge of the contract. 30. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction as required by ENGINEER by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans. Construction signing and barricades shall conform with the latest version of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" Rev 2-19-10 SP-14 31. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Transportation and Public Works acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Transportation and Public Works, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 32. QUALITY CONTROL TESTING: (a) The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. Rev 2-19-10 SP-15 33. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the ENGINEER. Rev 2-19-10 SP-16 34. SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legibie at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING—UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company which will erect temporary mechanical barriers, de- energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to the power company and shall record action taken in each case. (d) The Contractor is required to make arrangements with the power company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense: (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 35. WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perForm such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 36. RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. , The City shall give Contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and Rev 2-19-10 SP-17 records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work -space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 37. CONSTRUCTION STAKES: The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework.. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One.set of stakes shail be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If, in the opinion of the ENGINEER, a sufficient number of stakes or markings provided by the City have been losfi, destroyed, or disturbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as required. An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. 38. LOCATION OF NEW WALKS AND DRIVEWAYS: The Contractor will make every effort to protect existing trees within the parkway, with the approval of the ENGINEER, the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees. 39. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 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 Rev 2-19-10 SP-18 received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. fn 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 Transportation ' and Public Works and the Water Department will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Transportation and Public Works Department's Public Information Officer. 4. Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified. The Transportation and Public Works Department will, if necessary, then forward updated notices to the interested individuals. 5. If the Contractor fails to provide an acceptable schedule or fails to perForm satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 40. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe #he 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 aftemoon 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, the calendar days allowed may be adjusted. Rev 2-19-10 SP-19 CONSTRUCTION NOTE TO CONSULTANTS AND CITY PM — AN ITEM FOR EVERY PAY ITEM (IN THE PROPOSAL) SHALL BE INCLUDED IN THIS SECTION, UNLESS THE DESCRIPTION, MATERIALS, CONSTRUCTION METHODS, MEASUREMENT, AND PAYMENT SECTIONS IN THE BLUE BOOK ARE ALL APPLICABLE AND NOTHING NEEDS TO BE CHANGED BY THESE SPECIAL PROVISIONS. DO NOT INCLUDE PAY ITEM SECTIONS FOR ITEMS THAT ARE NOT IN PROPOSAL. 41. PAY ITEM - PAVEMENT - UNCLASSIFIED STREET EXCAVATION � REMOVE (BID- 00472 : See Standard Specifications Item No. 106, "Unclassified Street Excavation" for specifications governing this item. Removal of existing penetration or asphalt pavement shall be included in this item. Removal of existing concrete pavement shall be included in this item. Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such. � During the construction of this project, it is required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the ENGINEER. The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid for at the unit prices bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities. 42. PAY ITEM - PAVEMENT — NON GREEN CEMENT � INSTALL (BID-00429): (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement," shall apply. The Contractor shall use a six (6) sack conc�ete mix for all hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work. (b) Concrete pavement acceptance shall be as set forth in "Concrete Pavement Acceptance" within these Special Provisions. (c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the ENGINEER. Screeds will not be allowed except if approved by the ENGINEER. NOTE TO CONSULTANTS AND CITY PM — MAKE SURE THE PROPOSAL INCLUDES THE DEPTH OF PAVEMENT IN INCHES IN THE ITEM DESCRIPTION. IF GREEN CEMENT IS REQUIRED, USE A DIFFERENT STD PAY ITEM. Rev 2-19-10 SP-20 43. PAY ITEM - CURB — 7 INCH � INSTALL (BID-00843): The Contractor may, at his option, construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as follows: integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. If the Contractor faiis to backfill behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete. 44 PAY ITEM - RETAINING WALL�INSTALL (BID-00411): This item will consist of placing retaining walls in locations and at heights determined by the ENGINEER in the field. All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows: Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing _ No. S-M13 "Retaining Wall with Sidewalk" where applicable. All existing brick and/or stone retaining walls not significantly impacted by proposed grade changes will be protected. Replacement of retaining walls not impacted by proposed grade changes will be at the expense of the Contractor. 45. PAY ITEM — CURB - CURB & GUTTER AS DIRECTED BY INSPECTOR � REPLACE (BID-00844): This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as determined by the ENGINEER in the field. The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed. Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for "CURB - CURB & GUTTER AS DIRECTED BY INSPECTOR � REPLACE" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 46. PAY ITEM — PAVEMENT - TRANSITION — MIN 6 INCH HMAC � INSTALL (BID-00471): This item will consist of the furnishing and placing an HMAC surface in transition areas where indicated on the plans, as specified in these specifications and at other locations as may be directed by the ENGINEER. This item shall be governed by all applicable provisions of Standard Specifications Item 312. The price bid per ton "PAVEMENT - TRANSITION — MIN 6 INCH HMAC � INSTALL" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 47. PAY ITEM - PIPE - 6 INCH SUBDRAIN W/ GRAVEL AND FILTER FABRIC � INSTALL (BID-00924): No specific location for this item is designated on the plans. Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the ENGINEER. Rev 2-19-10 SP-21 48. PAY ITEM - TRENCH SAFETY SYSTEM > 5 FOOT DEPTH � INSTALL (BID-00372): Description: This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. The Contractor shall develop, design and implement the trench excavation safety protection system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration, U.S. Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification. The Contractor shall, in addition, comply with all other applicable Federal, State and local rules, regulations and ordinances. Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit price in the Proposal, which shall be total compensation for furnishing design, materials, tools, labor, equiprnent and incidentals necessary, including removal of the system. Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe. 49. PAY ITEMS — SUBGRADE — 8 INCH LIME STABILIZED � INSTALL (BID-00486) and SUBGRADE — LIME FOR STABILIZATION � INSTALL (BID-00496): See Standard Specifications Item No. 210, "Lime Treatment (Material Manipulation)" and Specification Item No. 212, "Hydrated Lime and Lime Slurry" for specifications governing the items. Quantities for these pay item are approximate and are given only to establish a unit price for the work. The price bid per square yard for "SUBGRADE — 8 INCH LIME STABILIZED � INSTALL" as shown in the Proposal will be full payment for all labor, equipment, tools and incidentals necessary to complete the work. The price bid per ton for "SUBGRADE — LIME FOR STABILIZATION � INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work. 50. PAY ITEM - PAVEMENT — 6 INCH HMAC � INSTALL (BID-00451): The base course shall be a 3" deep Type "B" course placed in one lift. The surFace course shall be a 3" deep Type "D" course placed in one lift. All provisions of Standard Specification No. 312.7. `Construction Tolerance' shall apply except as modified herein: 1) After comp�etion of each asphalt paving course, core tests will be made to determine compliance with the contract specifications. The hot-mix asphaltic concrete pavement will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the ENGINEER. The thickness of individual cores will be determined by averaging at least three (3) measurements. If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of Rev 2-19-10 SP-22 the pavement in each direction until cores are obtained which are at least of specified thickness. The width of such area shall not be less than'h of the roadway width. 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness, the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 3) The surface course must be the plan thickness. This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas (as determined in item 1) found to be less than the pian thickness will be removed and replaced at the Contractor's expense. 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications. 6) HMAC Testing Procedure: The Contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the Contractor is approved for placement of the asphalt. The Contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The cequired Density for Type "B" and for Type "D" asphalt will be 91 °/o 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. 51. PAY ITEMS WALK � INSTALL (BID-00528) CURB & GUTTER � WSTALL (BID- 00423) WALK � ADA WHEELCHAIR RAMP �WSTALL (BID-01227) AND DRIVEWAY � INSTALL (BID-00401) Concrete flatwork is defined as curb, curb and. gutter, sidewalks, leadwalks, wheelchair ramps and driveways as shown in the plans. This provision governs the sequence of work Rev 2-19-10 SP-23 related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item. The Contractor shall not remove any regulatory sign, instruction sign, street name and sign or other sign which has been erected by the City. The Contractor shall contact Signs and Marking Division, TPW. Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed. No payment will be made for flatwork until the pay item has been completed, which includes backfilling and finished grading. The price bid per square foot for "WALK � INSTALL" as shown in the Proposal will be full payment for materiais necessary to complete the work for that item. The price bid per linear foot for "CURB & GUTTER � INSTALL " as shown in the Proposal will be full payment for materials necessary to complete the work for that item. The price bid each ton for "WALK � ADA WHEELCHAIR RAMP �INSTALL " as shown in the Proposal will be full payment for materials necessary to complete the work for that item. The type of ramp shall be per plan and shall be called out in the Proposal item. The price bid per square foot for "DRIVEWAY � INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item. 52. PAY ITEMS — WALK � REMOVE (BID-00529), CURB & GUTTER � REMOVE (BID- 00424) WALK � ADA WHEELCHAIR RAMP �REMOVE (BID-00533), AND DRIVEWAY � REMOVE (BID-00402): These items include removal of existing concrete sidewalks, driveways, steps, leadwalks and/or wheelchair ramps at location shown on the plans or as designed by the ENGINEER. See Item No. 104 "Removing Old Concrete", for Specifications governing this item. 53. PAY ITEMS — WALK — STEPS � REMOVE (BID-00537) and WALK — STEPS � INSTALL (BID-00536): See Standard Specification Item No. 516, "Concrete Steps" for specifications governing this item as well as Detail SM-3. The price bid per square foot for "WALK — STEPS � REMOVE" and "WALK — STEPS � INSTALL" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the removal and construction of the concrete steps. 54. PAY ITEMS — FENCE � REMOVE (BID-00127) and FENCE � INSTALL (BID-00126): This item shall include the removal and reconstruction (or installation of new)of the existing fence at the locations shown on the plans or where deemed necessary by the ENGINEER. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence. Their constructed fence shall be equal in every way, or superior, to the fence removed. The Contractor shall be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the Rev 2-19-10 SP-24 fence, and for any damage or injury sustained by persons, livestock or property on account of any act of omission, neglect or misconduct of his agents, employees, or subcontractors. The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to compiete the work for each. 55. PAY ITEM — CURB & GUTTER - 7 INCH W/ 18" GUTTER � INSTALL (BID-00426): All provisions of Standard Specification No. 502 `Concrete Curb and Gutter' shall apply except as modified herein: Subsidiary to the unit price bid per linear foot shall be the following: A minimum of 5" or greater as required depth of stabilized subgrade properly compacted under the proposed curb and gutter as shown in the construction details. If the Contractor fails to backfill either in from of the gutter or behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb and gutter shall be reduced by 25% until the backfill operation is complete. -Standard Specifications Item No. 502, shall apply except as herein modified. Concrete shall have minimum compressive strength of three thousand (3,000) pounds per square inch in twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) gallons per sack (94 Ibs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. 56. PAY ITEMS MAILBOX � REMOVE (BID-00408) and MAILBOX � INSTALL (BID- 00407 This item includes the removal and reconstruction of existing mailboxes within the right of way which may be damaged or removed during construction. When possible, the Contractor shall salvage existing materials for reuse in the replacement or repair of damaged or removed items. Items which are to be repaired or reconstructed should look architecturally the same in material and appearance and should be reconstructed or repaired in a better or new condition. All applicable provisions of City of Fort Worth Construction Standards shall apply. 57. PAY ITEM — FILL MATERIAL — BORROW� INSTALL (00543): The non-expansive earth fill should consist of soil materials with a liquid limit of 35 or less, a plasticity index between 8 and 20, a minimum of 35 percent passing the No. 200 sieve, a minimum of 85 percent passing the No. 4 sieve, and which are free of organics or other deleterious materials. When compacted to the recommended moisture and density, the material should have a maximum free swell value of 0.5 percent and a maximum hydraulic conductivity (permeability) of 1 E-05 cm/sec, as determined by laboratory testing of remolded specimens of the actual materials proposed for the non-expansive earth fill. The price bid per cubic yard for "FILL MATERIAL — BORROW� INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item. Rev 2-19-10 SP-25 58. PAY ITEM — PAVEMENT - VALLEY GUTTER � INSTALL (BID-00473): 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 instali 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 314 "Concrete Pavement", 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. 59. PAY ITEM — UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL � INSTALL BID- 00101 : Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area (if any). Payment will be made for the quantity of earth excavated/backfilled from the trench in cubic yards. The placing of fill shall be subsidiary to the trench excavation/backfill price. Excess material which is obtained from excavating the trench may be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications and approval of the ENGINEER. All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly. Unacceptable material shall be, but not limited to: rocks, concrete, asphalt, debris, etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices. 60. PAY ITEM - STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP � WSTALL (BID-00100): 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. 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). Rev 2-19-10 SP-26 Not all of the structurai 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 weil 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 $325 application fee (if mailed) or $225 (if e- filed). The NOI shall be mailed to: BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 Austin, TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the Contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the ENGINEER. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 Austin, TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 A copy of the NOI and NOT shall be sent to: City of Fort Worth Rev 2-19-10 SP-27 Department of Environmental Management 1000 Throckmorton Street Fort Worth, TX 76102 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Transportation and Public Works. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. 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 ail 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: Subrnission of a NOI form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the ENGINEER for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. Rev 2-19-10 SP-28 61. PAY ITEM - TRAFFIC CONTROL � INSTALL (BID-00181): The contractor will be required to obtain a"Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. Unless otherwise included as part of the Construction documents, the Contractor shall submit a traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P.E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website. Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the timeframe. mutually established in the `Notice to Proceed' issued the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department to remove the sign. In the case of regulatory signs, the Contractor must replace tk�e permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shafl not be perfiormed on certain locationslst�eefis dunng "peak traffic periodsu as det�rmination by the City Traffic Engineer. The lum� sum pay item fQr traffic cnntrol shall couer design, and / or installation anct maintenance Qf the traffic control plans. 62. PRE BID ITEM — SIGN - PROJECT DESIGNATION � INSTALL (BID-00504): The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the ENGINEER. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the ENGINEER. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of 3/4" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades Rev 2-19-10 SP-29 or as directed by the ENGINEER and in place at the project site upon commencement of construction. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the ENGINEER. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 63. PRE BID ITEM - UTILITY ADJUSTMENT � REPAIR (BID-00414): This item is included for the basic purpose of estabiishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the ENGINEER. No payment will be made for utility adjustments except those adjustments determined necessary by the ENGINEER. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment, to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. 64. PRE BID ITEM - TOP SOIL � INSTALL (BID-00147): The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed. 65. PRE BID ITEM - VALVE BOX — ADJUSTMENT � SERVICES (BID-00847): Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 66. PRE BID ITEM - MANHOLE — ADJUSTMENT � SERVICES (BID-00849): This item shall include adjusting the tops of existir�g and/or proposed manholes to match proposed grade as shown on the plans or as directed by the ENGINEER. Standard Specification Item No. 450 shall apply except as follows: Rev 2-19-10 SP-30 Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials inciuding all labor, equipment, tools and incidentals necessary to complete the work. 67. PRE BID ITEM - METER BOX — ADJUSTMENT � SERVICES (BID-00848): � This item shall include raising or lowering an �existing meter box to the parkway grade specified. No payment will be made for existing boxes, which are within 0.1' of specified parkway grade. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 68. NON PAY ITEM — PAVEMENT - SILICONE JOINT SEALANT CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALiNG (Revision 1, October 18, 1989) (Revision 2, May 12, 1994) 1. SCOPE This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2. (11) "Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH, and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH TEXAS COUNCIL OF GOVERNMENTS. 2. MATERIALS 2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant, the Contractor shall furnish the ENGINEER certification by an independent testing laboratory that the silicone joint sealant meet these requirements. 2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated, documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the ENGINEER. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied. Rev 2-19-10 SP-31 2.3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland, MI 48686- 0994, or an approved equal. ' Seif-Levelinq Silicone Joint Sealant Test Method AS SUPPLIED **** MIL-S-8802 ASTM D 1475 ***� **** **�* AS CURED - ASTM D 412, Die ASTM D 3583 (Sect. 14 Mod.) ASTM C 719 ASTM D 3583 (Sect. 14 Mod.) ASTM D 3583 (Sect. 14 Mod.) Test Non Volatile Content, % min. Extrusion Rate, grams/minute Specific Gravity Skin-Over Time, minutes max. Cure Time, days Full Adhesion, days Mod. Elongation, % min. Modulus @ 150°/o Elongation, psi max. Movement, 10 cycles @ +100/-50% Adhesion to Concrete, % Elongation min. Adhesion to Asphalt, % Elongation min. Requirement 96 to 99 275 to 550 1.206 to 1.340 60 14 to 21 14 to 21 1400 9 No Failure 600 .�� 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the "Construction Detail" sheet for the various joint details with their respective dimensions. 3. TIME OF APRLICATION On newly constructed Portland Cement Concrete pavement, fihe joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail" sheet or as directed by the ENGINEER within 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch width "green" saw-cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven Rev 2-19-10 SP-32 (7) days. Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned, and the joint sealant instalied. During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising. 4. EQUIPMENT 4.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the ENGINEER prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: 4.2 Concrete Saw: The sawing equipment shaii be adequate in size and power to complete the joint sawing to the required dimensions. 4.3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors: The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 4.6 Injection Tool: This mechanical device shall apply the sealant uniformly into the joint. 4.7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 4.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements. 5. CONSTRUCTION METHODS 5.1 General: The joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealarit placement shall be perFormed in a continuous sequence of operations 5.2 Sawing Joints: The joints shall be saw-cut to the width and depth as shown on the "Construction Detail" sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent Rev 2-19-10 SP-33 joint contamination. When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1, October 18, 1989) After compiete drying, the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upon the termination of the sandblasting, the joints shall be blown-out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tape shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the ENGINEER the acceptabfe method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 6. WARRANTY The Contractor shall provide the ENGINEER a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement Rev 2-19-10 SP-34 materiai free of charge to the City. Also, the Contractor shall provide the ENGINEER a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for two years after finai acceptance of the compieted work by the ENGINEER. 7. BASIS OF PAYMENT All costs associated with concrete joint sealant shali be subsidiary to the concrete item and no other compensation will be provided. 69. NON-PAY ITEM - ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT: The concrete pavement acceptance policy shall be as foliows: A. Penalty for Deficient Pavement Thickness. There shall be no acceptance of deficient pavement thickness other than the tolerances specified below. 1. Pavement thickness deficiency up to 0.25-inch will be considered as satisfactory and the contract unit price will be used for payment if the average thickness within the project meets or exceeds the specified designed thickness. 2. Deficiencies of greater than 0.25-inch shall be removed and replaced with pavement of plan thickness at contractor's entire expense. B. Cracked Concrete Acceptance Policy. The criteria for acceptance or rejection of reinforced concrete that is cracked is as follows: 1. DEFINITIONS P a. Minor crack — A crack of no more than 5 feet in length and does not extend i.) from the edge of a slab or from a pavement joint, or; ii.) the depth to the reinforcement steel of the concrete slab, or; iii.) an intermediate crack that is designated as a minor crack under Monitor Pavement Option 2. b. Intermediate Crack — A crack that extends from any edge of slab or joint a distance of no more than 5 feet. c. Structural or Maior crack — A crack i.) of greater than 5 feet, or; ii.) that extends from the edge of a slab or from a pavement joint to any other edge of slab or joint, or; iii.) extends the full depth of the concrete slab, or; iv.) an intermediate crack that is designated as a structural crack under Monitor Pavement Option 2. d. Citv Enqineer — In the application of this policy, the City Engineer is the Director of the Department of Transportation and Public Works or his designee. 2. ACCEPTABLE PAVEMENT — NO ACTION IS NECESSARY: A concrete panel with four (4) or less minor cracks as defined above is acceptable. (See Figure 1). Rev 2-19-10 SP-35 No action is necessary and no routing and sealinq is allowed. �LAN Fiqure 1- No action is necessary 3. MONITORED PAVEMENT I" ' +f► ` � A concrete pavement with one intermediate crack as defined above may be acceptable. The contractor has finro options. Option No.1 — The panel may be removed and replaced at contractor expense. Option No. 2— The limit of the crack shall be identified for future reference by driiling a 1/2" hole at the free end of the crack and sealing the crack with an approved epoxy material. If at the end of the warranty period the crack has not propagated then the crack wi(I be designated as a minor crack. If the crack has propagated then the crack is considered a structural crack. 4. STRUCTURALLY CRACKED PAVEMENT — FULL PANEL REPLACEMENT IS REQUIRED: A. If a panel contains greater than four (4) minor cracks and those cracks are determined to be caused primarily by a deficiency of material or workmanship, the panel must be removed and replaced by the Contractor at his own expense. (See Figure 2) Rev 2-19-10 SP-36 � �..�� Fiqure 2- Fuli panel replacement is required. i �� ������� B. All concrete panels with any structural or major crack as defined above that is determined to be caused, primarily, by a deficiency of material or workmanship must be removed and replaced in their entirety by the Contractor at his own expense. (See Figures 3 and 4 below) �'Lt��! I�RC��1L� j� ��, ������� Rev 2-19-10 SP-37 �LAI� Fiqure 3- Full panel replacement is required. Fiqure 4- Full panel replacement is required. C. If the edge of existing concrete pavement is damaged during the construction of adjacent pavement; the damaged panel(s) must be removed and replaced in its entirety by the Contractor at his own expense. 5. APPLICATION AND FINAL DETERMINATION OF POLICY It is not the intention of this policy that the Contractor is required to remove and replace at his own expense any concrete that cracks due primarily to causes other than his own materials and/or workmanship. While cracks may be caused by a combination of factors, a primary cause can be determined. it is the policy that if a deficiency of materials and/or workmanship be found to be the primary cause of a crack or cracks, then the contractor shall remove and replace the panels that contain the structural crack or cracks at no expense to the City. If cracks exist in the project, the City Engineer or his/her designee will make the determination if the crack is minor or structurai. If the crack is structural, the Contractor and the City will attempt to agree on the cause or causes of the crack. If the Contractor and City agree that the cause of a structural crack requiring removal and replacement is due primarily to Contractor's deficient material or workmanship, the concrete pavement will be removed and repiaced at Contractor's entire expense. If the Contractor and City cannot agree as to the cause of a structural crack, the City may hire an independent geotechnical engineer to perform testing and analysis to determine the cause of the crack. The contractor will escrow 50% of the proposed costs of the geotechnical contract with the City. The contractor and the City shall use the services of a geotechnical firm acceptabie to both parties. If the geotechnical engineer determines that the primary cause of a structural crack is due to Contractor's deficient material or workmanship, the deficient concrete pavement will be removed and replaced at Contractor's entire expense and the Contractor will also pay the City for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed. If the geotechnical engineer determines that the primary cause of the structural crack is not due to Contractor's deficient material or workmanship, the concrete pavement will not be removed and replaced without additional compensation to the Contractor. In turn, the Rev 2-19-10 SP-38 Contractor's escrowed funds, as described above, will be released 70. NON-PAY ITEM - CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Ciearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidentai to this contract. 71. NON-PAY ITEM - SPRINKLING FOR DUST CONTROL: � All applicable provisions of Standard Specifications Item 200, "Sprinkiing for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. 72 NON-PAY ITEM - PROTECTION OF TREES PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 73. NON-PAY ITEM - CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturers' instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the ENGINEER, meeting the aforementioned specifications. The sample, upon approval of the ENGINEER, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution. 74. NON-PAY ITEM - PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered Rev 2-19-10 SP-39 subsidiary to the appropriate bid items. Clean up work shall be done as directed by the ENGINEER as the work progresses or as needed. If, in the opinion of the ENGINEER it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to: Sweeping the street clean of dirt or debris Storing excess material in appropriate and organized manner Keeping trash of any kind off other properties. 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 untii completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall has been constructed. construction before the ENGINEER. be done for this project as soon as the paving and curb and gutter No more than seven days shall elapse after completion of roadway and right-of-way is cleaned up to the satisfaction of the 75. NON-PAY ITEM - PROJECT SCHEDULE: Before commencing any work under this contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and tirriing of the Work associated with the Contract. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the schedu(ing software). The approved scheduling software systems for creating the schedule files are: — Primavera (Version 6.1 or later or approved by OWNER) — Primavera Contractor (Version 6.1 or later or approved by OWNER) — Primavera SureTrak (Version 3.x or later or approved by OWNER) — Microsoft Project (Version 2003/2007 or later or approved by OWNER) It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules. A qualified Project Scheduler would have the following minimum capabilities and experience. a. Experience preparing and maintaining detailed schedules, as well as 1 year of experience using approved scheduling software systems as defined in this specification. b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration, resource allocation, and logic issues. c. Understanding of construction work processes to the extent that a logical critical path method schedule can be developed, maintained, and progressed that accurately represents the scope of work performed. 75.(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop, submit and review the draft detailed baseline construction schedule with the OWNER to demonstrate the CONTRACTOR's understanding of the contract requirements and approach for performing the work. The CONTRACTOR will prepare the final detailed baseline construction schedule based on OWNER comments, if any. The CONTRACTOR's first (1st) payment application will only be processed after the detailed baseline construction schedule has been submitted by the CONTRACTOR and accepted by the OWNER. Rev 2-19-10 SP-40 The following guidelines shall be adhered to in preparing the baseline construction schedule. a. Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requirements, and compietion time. b. The construction progress shall be divided into activities with time durations no greater than 20 work days. Fabrication, delivery and submittal activities are exceptions to this guideline. c. Activity durations shall be in work days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. The critical path shall be clearly shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the late start date using CPM. Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall be divided into general activities as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to achieve sub-activities of no greater than 20 days duration. The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein. For each general activity, the construction schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities that follow the guidelines of this section. For each of the trades or subcontracts applicable to the project, the construction schedule shall indicate the following: procurement, construction, pre-acceptance activities, and events in their logical sequence for equipment and materials. Include applicable activities and milestones such as: 1. Milestone for formal Notice to Proceed 2. Milestone for Final Completion or other completion dates specified in the contract documents 3. Preparation and transmittal of submittals 4. Submittal review periods 5. Shop fabrication and delivery 6. Erection and installation 7. Transmittal of manufacturer's operation and maintenance instructions 8. Installed equipment and material testing ' 9. Owner's operator instructions (if applicable) 10. Final inspection 11. Operational testing 75(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with Section 81 and 82 and the OWNER's Schedule Guidance Document inclusive. As the Work progresses, the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. Rev 2-19-10 SP-41 The updated schedule submittal shall also include a concise narrative report that highlights the following, if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the OWNER should be aware of or can assist with, • Other schedule-related issues that the CONTRACTOR wishes to communicate to the OWNER. a. The CONTRACTOR's monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates, submitted in the time and manner required by this specification and the Schedule Guidance Document, and which accurately reflects the allowable costs due under the Contract Documents and is accepted by the OWNER. b. Only one schedule update will be required per month in accordance with the Schedule Guidance Document and this specification. c. Failure to maintain the Schedule in an accepted status may result in the OWNER withholding payment to the CONTRACTOR until the schedule is accepted. 75(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: 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 schedule progress and to ensure completion of the Work within the allotted Contract time. Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determination by the OWNER that the CONTRACTOR is failing to execute the Work with due diligence as will ensure completion within the time specified in the Contract. 76. SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract documents. The requirements for each Tier are described below. CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document provided in the Contract Documents. TIER 3 COST LOADING SPECIAL INSTRUCTIONS: 1. At a minimum, each Activity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements. TIER 4 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 3 requirements, and additionally the following: 2. Work (Schedule of Values Pay Items using the OWNER's standard items) shall be loaded into the scheduling software using the "NON-LABOR" Rev 2-19-10 SP-42 resource type showing the quantity of work to be done along with the corresponding value of the work measured in doilars. It is intended that Earned Value will be calculated as the schedule resources are progressed. TIER 5 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 4 requirements, and additionally the following: • Labor resources (Man-Hours) shali be loaded into the scheduling software using the "LABOR" resource type with man-hours and without cost. 77. NON-PAY ITEM - NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from residents due to the dust generated when saw-cutting joints in concrete pavement, the Contractor shall notify residents, in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. 78. NON-PAY ITEM - PUBLIC NOT(FICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, City Project No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the Contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the `pre-construction notification' flyer is attached. The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The Contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 79. NON-PAY ITEM — PRE-CONSTRUCTION NEIGHBORHOOD MEETING: After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the ENGINEER. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood Rev 2-19-10 SP-43 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. 80. NON-PAY ITEM - WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the ENGINEER shall washed, crushed stone and shall meet the following gradation and abrasion: (Actual washing not required if gradation is met) Sieve Size 1" 1/2" 3/8» #t11 #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M. Designation C-131. 81. NON-PAY ITEM — SAWCUT OF EXISTING CONCRETE: When existing concrete or H.M.A.C. is cut, such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses. All sawing shall be subsidiary to the unit cost of the respective item. 82. NON PAY 1TEM — 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 repaving commences for a particular street. The Contractor shall attempt to include the ENGINEER (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum to two (2) working days before repaving begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the repaving is completed (within the same day) the Contracfior shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the Contractor shall notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly. The Contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 83. NON PAY ITEM — TIE IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines. Rev 2-19-10 SP-44 84. NON PAY ITEM — SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under "UTILITY ADJUSTMENT" in the proposal section. No other compensation wiil be provided. 85. NON PAY ITEM - FEE FOR STREET USE PERMITS AND RE-INSPECTIONS: Contractor is required to secure a Street Use Permit, issued by the City of Fort Worth Transportation and Public Works Permit Center (817-392-6594) prior to any work in public right of way. Permit will not be issued without a traffic control plan sealed and signed by a registered professional engineer licensed to practice in the State of Texas. Failure to acquire the proper permit and permission may result in a fine of $500/day to the contractor performing the work. Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract cost and no additional compensation shall be made. 86. NON PAY ITEM - TEMPORARY EROSION SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the ENGINEER for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the ENGINEER and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, slope drains and other devices. All inlet protection measures shall be designed to allow for runoff to freely overflow into the inlet during a flood event. B. Further, erosion control measures placed in front of inlets, or in channels, drainageways or barrow ditches will be at the risk of the contractor: Contractor shall remain liable for any damage caused by the measures, including flooding damage which may occur due to blocked drainage. At the conclusion of any project, all channels, drainageways and barrow ditches in the work zone shall be dredged of any sediment generated by the project or deposited as a result of as a result of erosion control measures. Any such dredging must comply with all Federal, State and local regulations. C. CONSTRUCTION REQUIREMENTS: The ENGINEER has the authority to define erodible earth and the authority to limit the surface are of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surFace area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water course, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding or other control devices or methods directed by the ENGINEER as necessary to control soil erosion. Temporary pollution- control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but Rev 2-19-10 SP-45 are not associated with permanent control features on fihe 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 soii-erosion-control measures shall be performed as directed by the ENGINEER. Waste or disposai areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. Unless otherwise approved in writing by the ENGINEER, mechanized equipment shall not be operated in live streams. 2. When work areas or mafierial sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. � 3. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not part of the finished work. 4. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. D. SUBMITTAL: Prior to the start of the applicable construction, the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum. He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the ENGINEER. F. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. Rev 2-19-10 SP-46 (To be printed on Contractor's Letterhead) � City No: PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: LIlVIITS OF CONST.: Estimated Duration of Construction on your Street : days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR. COMP.AI�1Y WILL < REPLACE WATER AND/OR SEWER LINES - RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL SEGIN APPROXIMATELY SEVEN DAYS ; FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY � OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO> �' Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392-8306 PLEASE KEEP THIS FLYER HAIVDY WHEN YOU CALL. Rev 2-19-10 SP-47 City af Fort 'VIl�v�f�y Texas 1���t�r an�d Cc�ur�ci� �Co�r�nunic���on � a �� C4UNCIL ACTIaN: Approved on 7/8120a8 � ` DA�'E: Tuesday, Ju1y 08, ZQQ8 LQG NAME: 34WAGE RATES REFERENG� NO.: �`*G-'i6190 SUBJECT: Adopi 2008 Prevailing Wage Rates far City-Awarded Public-Works Projects _,,�, '' RECOMMENDATtON: It is recommended that the City Council adapt the attached 20Q8 Pr�vailing Wage Rates for City-awarded public works projects. ; bfSCUSSION; ' Texas Gavernment �ode Chapter 2258 requires that a public bady awarding a cantract for public works shali determine the general prevaiiing rate af per diem wages for each craft ar type of worker needed io execute the caniraet, and shali specify ln the bid documents and in the contract the prevailing wage rates in ' that locality. Each year The Quoin Chapter of the Associated General Gvntractors, in conjunction with the Assaciatian afi Builders and Contractors (ABC) and the American Sub-Con�ractors Assaciation (ASA), conduc#s a wage rate survey far North Texas construction. The attached 2flQ8 Prevailing Wage Rate data was compiled fram ihat survey. ; ,i FtSCAL fNFORMATiON/CERTIFtCAT10N; The Finance Direc#or certifes that this action wifl have no material effeci on Cifij fiunds. i0 FundlAccauntlCenfiers FROM �und/AccountlGenters �...,-----� - � Submiited for Citv Manaqer's �ffice b�. ; Qriginatin� DP�artment Head: Addiiiona{ tnformaiion Coniaci: Fernando Costa (8476) A. Dauglas Rademaker {6157} Eric Bundy (7598) I-3EAVY & HIGHti'VAY CONSTRliCTION PREVAiLTNG WAGE RATES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine OperaCor Asphalt Raker AsphalC Shoveler Batciiing Plant Weigher Broom or S�veeper OperaCor _ Bulidoz�r Operaeor Carpent�r Concrete �inishex Paving Concrete Finisher, Structures Concz�ete Paving Curbizig Machine Operator Cpncrete �'aving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader 4pez-ator Concrete Rubber Cran�, Clamshell, Backhoe, Darrick, Draglina, Shovel �orm BuiIderlSetter, Struatures Form Setter, Paving & Curb Foui�datiozz Drill Operator, Crawler Mounted Faundation Drill Operator, Tnack Mounted Front End Loader Operator Labarer, Comrnon Laborer, Utility Mechanic hlilling Maehine Operator, Fine Grade Mixer �perator Motor Grader Operator, Fine Grade Motor Grader Opera�or, Rough Oiler Painier, Structures Pavement Markin� Machina Operator Reinforcing Sieel Setter, Paving Reinfarcing Steel Setter, Struoture Rolier Operator, Pneumatic, Self-Propelled Ro{ler Operator, Staei Wheel, �'lat WheeUTampang Aoller t?perator, Steel Wheel, Piant Mix Pavement Scraper �perator Servicer Slip l�orm Machine Operator Spreader Box Operator Tractor Operator, Crawler Type 'I'ractor Operator, Pneumatic Traveling Mixer Operato; Truck Driver, Lowboy-�loat Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandern Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill, Boring Machine, Post Hale Driller C Welder Wark Zone Batricade Servicer � lO.Ob $13.94 $ I2.78 $11.01 $ 8.80 $14.15 $ 9.88 �13.2Z $12.80 $12.85 $13.2'7 $12.00 $13.63 $12.50 $13.56 $14,50 $10.61 $14.12 $18.12 � 8.43 $l i,d3 $11.83 $13.67 $16.30 $12.62 $ 9.i8 $ ] 0.65 $ 2 6.47 ; $11.83 $1 i.S8 '' $iS,20 $14.50 $14.98 $13.17 $10.04 $11.04 $l4.$6 $1b.29 $ l 1.fl7 $10.92 $12 ?8 $ i 1.42 $ I 232 $l2.33 $10.92 $12.60 $12.91 $12.03 $14.93 $11.47 $10.91 $11.75 $12.08 $14.00 $ l 3.57 � 10.09 20Q8 PREVAILING WAGE RATES CONSTRUCTION 1NDUSTRY AC Acoustital Ceiling Mechanic BricklayerlStone Mason Bricl<tayer/Stone Mason Hel enter : �'orm Buitder Mechanic Electrician Helper Etectronic Technician Electronic Technician Floor L.aver (Resilient'. Glazier Glazier Helper insulator Insutator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Pipefftter Pipefitter Helper Ptasterer ptasterer Helper 21.69 Plumber _ 12.00 Ptumber Helper 15.24 Reinforcing Steel 5etter 19.1z Roofer 10.10 Roafer Metper 96.23 SheetMetat Worker 11.9� Sheet Metal Worker Hetpe 13.49 S rinkter System instatter 13.12 5prinkler 5 stem Installer 14.62 Steel Worker 5tn,icturat 10.91 Concrete Pump Crane, Ctamsheet, Backhc 13.00 Shovel $9.00 Forklift ,2Q.20 Front End Loader �44.43 Truck briver �19.86 Wetder 5zo.oa $13.00 $18. �0 $13.00 $14.78 $11.25 $10.27 $73.18 S16.10 $14.&3 $8.00 $18.85 $12.83 20.43 14.9p 10, OQ 10.00 16.96 12. 31 � s.oa $9.�0 17.43 50 12`63 4 Q. 50 14.91 16.06 $9.75 Compliance with and Enforcement of Prevailin� Wa�e Laws (a) Duty to�ay Prevailing Wa�e Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worlcer employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258A23, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31St day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final deternlination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accardance with the Texas General Arbitration Act (Article 224 et seq., Revised ' Statutes) if the contractor or subcontractar and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial deternunation pursuant to parag�aph (c) above. If the persons required to arbitrate r under this section do not agree on an arbitrator before the 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a parly in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. (e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. ( fl Pav Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. , PROPERTY LINE SIDEWALK SEAL BRASS NIPPLE WITH CAP OR PLUG METER BOX AND METER 20" -1 I I I I-III—U r/7ir, 11, �1 LI_ WATER MAIN BEHIND CURB E1-17 MATERIAL E2-17 CONSTRUCTION SERVICE LINE MATERIAL LIST PAVEMENT —\ SERVICE LINE FOR WATER MAIN ON OPPOSITE SIDE WATER MAIN IN STREET STANDARD CORPORATION BLUE VINYL TAPE, 3'WIDE, 6" ABOVE GROUND STANDARD CURB STOP Sc 90' ELBOW AREA TO BE BACKFILLED WITH SAND CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 ONE -INCH WATER SERVICE DETAIL WTR-001 A PAVEMENT III- ►I►_. 1i iI i il-1 Ili IIII WATER MAIN IN STREET E1-17 MATERIAL E2-17 CONSTRUCTION MATERIAL LIST STANDARD CORPORATION FLARE CONNECTION TO CORPORATION COPPER TUBING (TYPE K) FLARE CONNECTION & 90' ELBOW ANGLE VALVE (FEMALE I.P. TO FLG.) WATER MAIN BEHIND CURB © BRONZE METER FLANGE BRONZE METER FLANGE (FLG. TO M.f.P.) BRONZE METER FLANGE HORIZONTAL TYPE CHECK VALVE (FEM. I.P. TO FEM. I.P.) EQUAL TO CRANE NO. 20 COMPLETE WITH PIPE PLUG 10 MIL. BLUE VINYL TAPE 3" WIDE, END OF SERVICE TO 6" ABOVE GROUND. CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 1-1/2 & 2-INCH WATER SERVICE DETAIL WTR-001 B PAVEMENT OR OTHER SURFACE MATERIAL •��.'��� "��• l� r}r-i.11' �:.a ,• N4�:,_t.c,i z•�� ��r ,'r ��":: •. ti •� •��•� �..vtrt`' i.� : �' �.ir\ ;R ;� .�.r ; ti ••� } � � h.. � �� ��.'.. � l •'�� '�/; � .��y` �4 ��,•rf�.. �� t::t �!� . �;� :�::�y+.}L'� ''�}��. :'� ��• •��,:w f �t :.•�. �. �i '.d,;�.n^�. .�{iy`.�.:. �-,'•:;Y''�?::�' •,•t.ti ,.-►!: :i �.• .y � ;M _r %�'�.1��j�•�r��•'. a�'r�.;y":y� �;'1. �•x•�•'�M,�,r •y� r''tiy�•ti � r �tii�u:�•,�it�'.��� �,�� 'M. L t,�� Y/ ���.' �fr ' � � i . t t . .,? ���! , '� � f� � f�� .�•tr'r ��}t�• • :�� ...... . . ::�'S��.t I.. .'t. NOTE: DETAIL PERTAINS TO ALL GATE VALVE SIZES 4" THRU 12" OR LARGER, AS DIRECTED. � WATER MAIN E1-10 MATERIAL .-„ .„ ,,,,.�n,T,� �nT,,,.� � �I i' � 1'�, _ � CITY OF FORT WORTH, TEXAS GATE VALVE AND BOX CONCREfE COLLAR PER DETAIL Wi'R-004 �• ^.` +•r :���tt:�i' :����w.'.�:�.n � � ' .w•� .��'�.k, : i� � f = Xj `ti �.y�,,r � w''�' � ,� .-. : ��'•n• ,�, ..• � � �.w;t ti b.i �s�F �n y r:4 � �V..4,:'e�� :.�./ � .r • ��;'.��: l ,«t ' ..r ;. � �' y . . � •:i�. Ci ].�;� � ��+5�•��'��,!y��•�• ••� ••,��••)�•��.� �t ''��•r•�♦ .:.y�•:�ir���'�� ��'� "•+. -;: : '�*• . i•: • :�;: c.:.• 1,;r: •:,..,••'t.?.:� �,:rL+%�'�•�':y'%Ze.ti.;1J; �t.. i1�1 i •.1 .k.•+.4. �`;:1��...+�.� � / i��y`,� .�1 .Y �j f �t,+ s_ ���_ : �..�.: yr , / �yr �'���.w� �� — IF VALVE OPERATING NUT IS MORE THAN • 3' BELOW PAVEMENT • SURFACE, PROVIDE EXTENSION STEM TO 1' BELOW PAVEMENT SURFACE. (SEE DETAIL WTR-003) MCKINLEY IRON AND STEEL CO., N0. YB5 THREE PIECE VALVE BOX OR APPR4VED EQUAL. GATE VALVE TORQUE BOLTS PRIOR TO BACKFILL DATE: FEB. 2009 W�'R-002 �HAMFER 2" � SQUARE STOC HOLE DRILLED THR 2"� SQUARE : DIA. HOLE DRI THROUGH. 2Yz"� Y4" T �� �� NOTES: 1. 1" ROUND SOLID BAR & 2" SQUARE PER ATSM A-108-81, SAE 1020, COLD DRAWN OR BEITER. 2. 2Yz" TUBING PER ATSM A-512-79, SAE 1020, COLD DRAWN OR BETTER. 3. A�L WELDS SHALL COMPLY WITH A.W.S. CODE FOR PROCEDURE, APPEARANCE, AND QUALITY OF WELDS. CITY OF FORT WORTH, TEXAS VALVE STEM EXTENSION DATE: FEB. 2009 WTR-003 � w � � � � Z � Z i'- ¢ � w � 0 � � � F � � � � � x Q � cfl _ .� / / : --a-� � . q . . e . . d W�o " A 2�'x2„x2�� ' �\� � � c� F-- � OPERATING NUT . �/. �/. �. � z W PER AWWA SPECS. a- � i-- *C-500 � o X -- ---- . .. o '-'.' a . � �• � " . . � a . L� � �. . . a . • . ' n OW . • � . . ' ' . X ~' (n e Q t'_' � 2y2� X 2i2�� �. � � ��� CROSS � i� � �� 6" MIN. � � w � Q � 2 I-- C� Z W J z 0 � z w t— X W � w w � � rN LL W � W 0 W � � Q w � c� z U Q � m � ¢ z 0 � 0 0 ¢ * ' 'Q ' `' * TRENCH JACKS d� a�� n< a �. ad ' <�.a �d . d � I I ' i � ' i �4 . . Q : a, a•:• ae \ �'d . , ..,. 1�//`•.`\\ ORT WORT G�N OF FORT WORTH, TEXAS OPERATING NUT RISER (FOR LARGE VALVE INSTALLATIONS) :� '. d', � . e. . 0 T l� � . . �a .d 1'� DIA. SOLID STOCK (SEE WTR-003) �2�� X %y2�� X Zi2�� SQUARE STOCK WITH 2" x 2" INSIDE CAVITY PER AWWA SPECS. *C-500 VALVE ACTUATOR ASSEMBLY * ADDITIONAL BRACING REQUIRED FOR EVERY EIGHT (8) VERTICAL FEET OF OPERATiNG NUT RISER. DATE: FEB. 20 WTR-003A COLIAR CONFIGURATION FOR PAVED AREA A 4000 PSI CONCRETE 8—#4 REBARS TYP �.�- 2'-0" COLLAR CONFIGURATION FOR UNPAVED AREA , r ,,. . . � a • �•... - -� �.•. :..:� �'� ;ti`• �� "•:: � '�: :: .r :.:;-:,,,•i�e�—�+;=.*';—r� li �', �� .t'i� : � / ... ;'L, �� �'.i �.'•; :�"a: .:':• ;�' ;h "��''' '�� � �r.� ��.:.�,: . , � `: .'�•.•:'. �• : , • :.5:•L. � " �� i�y��i! .. ,�:�.t: ;. ,.�.....;.o: iv '...�••�.e:�•'0L'4��t-.i� :.�.••;�' i. .3« _ ...*;,;a:��7'r.�: „y`,•u" �. �• '.� • s ��,• . ,' ; '... '. 5 .' i',•'' ' � ''..�+.• .'ti . :� •.� . :t. '- ...:FI .; .i;•?�:.�,%, ' •' •�� i � • • • ' ti.� .�: •'1+� c.••, . ,:...� . 'a' �'z: : :� .� {:. ' .;i: . .�, y�"�^.+ �� ' ': •'�:r• �.i.�.�..;:i'�.""`Y~'^='''r;;;�;;;r,c`',. :�', ;i•, •;'�e, � ,ai�. ; �,r` ' :. •p'•�C�tr•:..a.:•.f. :c'.'•;' i : . • . • . ••'� .� r •• .M1 �'� 4 i +�.. � .� ».• 4 '.•`„! "u' �.T�:'l.ti::.,^� .;�:; .v.�:.45 . :�,'�� 7: � i.,.��� ',��.�,'_�,'�'�� L:,. ` rw �r,� :' � l�.' •1`• ^' �!: � ,, ,ti` •. -.,,;., :,- • ':. � :•'1 ' -t y :':y:�c` .''�'., � + " •'� : :: :-: `, a : • ' ;e::;: ` ",:. �•,• '• '..�: ,: '� _;�; ::a�:' i,,.: .�i'.:.:a�i'•µ .�^',.:: ';...+:;�.�:-;+'' 'i��. �i4.. � .... �f;_.' ~ �•� . : ..�. ^�'! +':: •. ,.';�. . T � ♦;.:�j..��: .. ?'.i��.L" .• �1. .L:.�'.�:�M.•:a�.�:•�!: �"�• �j. �\.�yr;,�, � . , .:•�'^ �: �,� • T' '`i'.•t: .y'• • ���.f.� ��1 : 'T: .,''.A���:.w^,�;�!'�..'��':�.� �t% �y{. '1.i.t+,F'' '• '��'�':.t+. � w :`'�".:_ ' '.. ,:.�:,? :,`�',•+'. :�::,.±,.e, `1_��...�5;:•�: � .�. . ._ . ?...'i•._. 3/4' CHAMFER (TYP.) .�c �. � ,• � �' �� j.i�i .`.,�,',J�a' �.�. :'�'' rK.� ::•.�. .>, .`y;..: ti��� 2' 2� ��'�' SUBGRADE , +CONCRETE;,•- ...,; .�, ' .•r.*. :;• ..t�M `i�• �,': CASE 1 I CASE 2 �;.�.;,''.:�' ;:E;': _'•.i'.� ��Y .• � i'�%,,.� t •� �� t�F��'I r: ' ''+' i `~�� �.N; � y'�' , ~ < y'!+;'+ • •+'�'•! e;�•�':•, :•,:r.,: t.: �:,�Y .�.,• ••���.Y'..r�"�.�,� i��'. 'A1:. �_�~ _. . . i,�� - : � N � �1. �•�•� ,�l� t� , �i � y �, � . ' � �.r:`�t'�.�••'�i~I�lv r;`s ; ,�:+� ..,` ', :' ., ,.; . � ; � �+�. �:i•. ,y '}�- i •;:';�y�:'. �,'�';�'-t` .. �K'.' � , , ' : . • .. � '., � : �:'• �,�:. �^ j� •'�' � 'i:};' '.,;•' .'_';:.�� .� .. ,:�.. _:`'.'w.���.1; CASE 1 COLLAR SHALL EXTEND TO TOP OF 2:27 CONCRETE (REBAR REQUIRED) CASE 2 COLLAR SHALL BE 8" THICK (REBAR REQUIRED) E1-20, E1-21 MATERIAL E2-20, E2-21 CONSTRUCTION �� ���� ��, . , � � CITY OF FORT WORTH, TEXAS A N +— 3'� TYP. � i� �.1.� Z Y � U ; _ � F-- � N W U � 1O REBAR SHALL BE PLACED 3" MIN. FROM TOP AND BOTTOM OF CONCRETE COLLAR. �� ��• GATE VALVE CONCRETE COLLAR � w�'R-004 n� i r � n rnnu TO w/ �AY BASE E1-12 .... . . _. ... ._ E2-12 CONSTRUCIION �Ai ��Ai CITY OF FORT WORTH, TEXAS STANDARD FIRE HYDRANT 3ARREL 'OR ' DEPTH tY :.F. GRAVEL ALLY 5E ; EST DATE: FEB. 2009 WTR-006 PLUG • ` � r�:. � �.L� W ��f` i.�; �r. + Y'''+�. ;, �. ,.-:: { _ -,: .�yr���� . .r�'�.i+i .r�^' �f .� �•i.. l t v .��•' ��• • � „x� �J �� t x%'�'• .�rt.' ncn �C. 9� . pc�\��S.S. 4' � �S' �Fti .`"t �4; �+� .9O•�F��O���� O ,_�:;� :,•�;�; ; . �'O `ti�.:�4 �,�f � �A NOTE: BEARING AREAS SHOWN ARE BASED ON 150 P.S.I.G TEST PRESSURE AND 3000 P.S.F. SOIL BEARING VALUE. TEE � �� 3000 PSI CONCRETE ��'•) * DIMENSION "X" MAY VARY IF NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENCH WALL HORIZONTAL BLOCKING TABLE PIPE "x" 11.25' 22.5' 45' 90' TEE & PLUG SIZE (FT.) Hq� MIN. MAX �8.. MIN. MAX „�„ MIN MAX �.p�• MIN. MAX �E�. MIN. MAX AREA VOL AREA VOL AREA VOL AREA VOL AREA VOL 4" 1.0 0.90 0.80 0.05 0.95 0.90 0.05 0.95 0.90 0.05 0.91 0.82 0.05 1.16 0.58 0.05 6" 1.5 0.90 0.80 0.05 0.95 0.90 0.05 1.05 1.10 O.a5 1.73 1.99 0.05 1.19 1.41 0.05 S" 1.5 0.90 0.80 0.05 0.95 0.90 0.05 1.41 2.00 0.05 1.86 3.47 0.10 1.57 2.46 0.10 10" 1.5 0.90 0.80 0.05 1.26 1.60 0.05 1.79 3.20 0.10 2.18 5.62 �.20 1.99 3.98 0.15 12" 1.5 1.10 1.20 0.05 1.48 2.30 0.10 2.14 4.50 0.20 2.83 8.D0 0.30 2.38 5.56 0.20 16" 2.0 1.41 2.00 0.10 2.00 4.00 0.10 2.83 S.QO 0.40 3.75 14.10 0.65 3.16 10.00 0.50 20" 2.0 1.77 3.10 0.20 2.54 6.20 0.30 3.52 12.40 0.60 4J0 22.Q0 1.15 3.94 15.55 OJ5 24" 2.0 2.14 4.50 0.25 3.00 9.00 0.50 4.25 18.10 0.95 5.65 32.00 1.85 4.76 22.60 1.05 30" 2.5 2.66 7.10 0.55 3.78 14.20 1.00 5.30 28.20 1.75 7.05 49.80 3.40 5.91 35.33 2.10 36" 2.5 3.33 10:00 0.75 4.50 20.40 1.40 6.36 40.80 2.65 8.50 72.00 5.10 7.20 51.00 2.95 42" 3.0 3.72 13.80 1.20 5.25 27.60 2.20 7.41 55.30 4.1a 9.90 97.50 7.90 8.30 69.00 4.75 48" 3.0 4.38 18.30 1.60 6.00 36.Q0 2.90 8.48 72.00 5.40 11.14 126.50 10.40 9.50 90.03 6.15 54" 4.0 4.0 22.50 4.0 6.70 45.00 7.00 9.40 88.00 10.00 13.00 162.00 16.00 10.70 115.00 12.00 NOTES: MINIMUM AREAS SHOWN ARE IN SQUARE FEET. VOLUMES SHOWN ARE IN CUB1C YARDS. VERTICAL DIMENSIONS OF ALL BLOCK BEARING AREAS SHALL BE IDENTICAL TO THE HORIZONTAL DIMENSION SHOWN. E1-20 MATERIAL E2-20 CONSTRUC110N ��� CITY OF FORT WORTH, TEXAS HORIZONTAL BLOCKING DATE: FEB. 2009 WTl�-008 ` � \ �� - �;.�� •��� �. �. TRENCH WIDTH: 1. PIPE 24" I.D. AND SMALLER = 24" OR O.D. + 12" WHICHEIIER IS GREATER. 2. PIPE LARGER THAN 24" = O.D. OF PIPE + 18". 3. CRADLE SHALL EXTEND A MIN. OF 6" BEYOND EACH SIDE OF PIPE. 3000 PSI CONCRETE � \ — � � BELL—BELL BEND "•i1;x �— — ' � �'�+'�'<�}r�-.� :t.�'-r ti�+• : i � r,,.���i�•?�:,;. 0 �',_0}� • O a TiP. � n.. RUBBER GASKET JOINT M.J.-M.J. BEND �\�\ '�;�;: �\ �•J i� a�\ 6 � BELL—BELL BEND —� 3000 PSI CONCRETE KEEP A MIN. OF 1'-0" CLEARANCE BETWEEN CONCRETE AND JOINTS OR BOLTS ON C.I. PIPE, OR IN EXCESS OF 1'-0" AS DETAILED. E1-20 MATERIAL E2-20 CONSTRUC�tON ICI'�OI�1 �w oa �°' _1._ � 1 . s3 `— MAIN 3000 PSI CONCRETE ��'_�w� TYP. MECHANICAL JOINT MAIN r\ �•��— — — --�, — �'`'�'';;��1��: ���+J+�'Y`�"�'T'ir�''Ir'�!,"{� • � •i' � '• • 4• i '•y+'• � 2'-0" o W -r,�, o a- a; n" B � AND SPIGOT JOINT CITY OF FORT WORTH, TEXAS CONCRETE CR�ODLE NOTE: WHEN CRADLE IS SHOWN OR SPECIFIEO FOR INSTALLATION ON CONCRETE PIPE, THE FULL JOINT LENGTH OF THE PIPE OR FITTING SHALL BE CRADLED. DATE: FEB. 2009 WTR-009 CLASS "B" (2500 PSI) CONCRE7E #4 STEEL BAR WRAP PIPE WITH 15# ROOFING FELT FORM AS NECESSARY a .S h �� � � ./ �� ( � � ' ��� \� i � ( �\ � / �C ��� i R m _ NOTE: KEEP CONCRETE CLEAR OF PIPE JOINTS AND BOLTS :; BENDS 90' 45' 22.5' 11.25' *VOL. REQ'D. (C.F.) 39.99 21.64 11.03 5.54 6 A (F�T.) 2.50 1.42 1.00 0.75 B (FT.) 4.00 3.88 3.36 2.75 Z C (FT.) 4.00 3.88 3.36 2.75 ._. � *VOL. REQ'D. (C.F.) 71.09 38.47 19.61 9.85 � $ A (�i'.) 2.83 1.67 1.50 1.00 � B (FT'.) 5.00 4.80 3.66 3.20 '¢ C (FT.) 5.00 4.80 3.66 3.20 0 Q *VOL REQ'D. (C.F.) 111.07 60.11 30.65 15.40 � 10 A (FT.) 3.25 1.92 1.75 1.50 o B (FT.) 5.90 5.60 4.25 3.25 z C (FT.) 5.90 5.60 4.25 3.25 w � *VOL REQ'D. (C.F.) 159.94 86.56 44.13 22.17 12 A (FT.) 4.17 2.42 1.42 1.25 B (FT.) 6.20 6.00 5.54 4.20 C (�i'.) 6.20 6.00 5.54 4.20 *VOLUME CALCULATED ON THE BASIS OF CONCRETE REACIING THRUST ON THE RESPECIIVE BENDS UNDER AN INTERNAL PRESSURE OF 150 PSIG AT THE RATE OF 150 LB. WT. PER CUBIC FEET OF CONCRETE. E1-20 MATERIAL E2-20 CONSTRUCTION RT�OI CITY OF FORT WORTH, TEXAS EXAMPLE A VERTICAL TIE-DOWN BLOCK DATE: FEB. 2009 • i � N OTE: KEEP CONCRETE CLEAR OF PIPE JOINTS AND BOLTS. 'c•� � #4 BAR STEEL STRAPS IN VARIABLE QUANIITY DEPENDING ON THRUST U FORM AS NECESSARY 2500# CONCRETE #4 BARS BOTH WAYS 6" C-C NOTE: DIMENSIONS WILL BE SPECIFIED ON PLANS OR DIRECTED BY ENGINEER. E1-20 MATERIAL E2-20 CONSTRUCTION oR�r woRT CITY OF FORT WORTH, TEXAS EXAMPLE B VERTICAL TIE-DOWN BLOCK DATE: FEB. 2009 WTR-011 EXISTING Sl""�""" 1O 6" MIN. DIMENSION. 6" MAX. FOR PAY PURPOSES WHEN BID PER CUBIC YARD. . ; O2 6" MIN. DIMENSION. MAX. FOR PAY PURPOSES SHALL BE 6" ON MAINS 24" AND SMALLER, 9" ON MAINS 30" AND LARGER WHEN BID PER CUBIC YARD. O 4" MIN. DIMENSION. 4" MAX. FOR PAY PURPOSES WHEN BID PER CU81C YARD. O4 CLASS 'E' (1500 PSI) CONCRETE. CONCRETE ENCASEMENT SHALL STOP 1� EITHER SIDE OF JOINT, AND 41MEN ENCASING CONCRETE PRESSURE PIPE, FULL LENGII-iS OF PIPE SHALL BE ENCASED, JOINTS EXCLUDED. E1-7 MATERIAL E2-7 CONSTRUCTION ��� � ���t CITY OF FORT WORTH, TEXAS CONCRETE ENCASEMENT DATE: FEB. 2009 WTR-0'16 v c� a,'"��7�I:I� ��� � O� VARtABLE 7RENCH WIDTH. PIPE LEN�iH SWRLL BE tAE�SURED AS STMlDV1RD 7REt�lCN NtIDTH. iREF. E2-2.16). PLUS FOUR FEET (47. NO JOINTS VYILL BE ALLOWED WtTHIN ?HIS DIMENSION. A MINIMUtri BEARING OF 24' SW1L.L. BE REQUIRED ON E�4CH SIDE OF THE TRENCH. 0�� c�,s�i� �� vE ir�cHEs (�2� iN ow�� sww. eE � wrrH n�E ,�ou�irrc oF aucn�; i� �� wm� �atEcroR 40� i� co�►nNc �.w.w.�. 3�c-soo. c�c� �� oR soR-2s, �s a�crEv �r n�E aaNmz. sr�uul. e� � WITH URE(FUWE OR NEQPRENE COUPLING ASTM C-425 SERIES 3Q0 STNNL.ESS SiEEL CWu1PRESSION Sl'RAPS OR WtTH lIPPRONED AD�APTORS• . O4 THE MINIMUM CIEARANCE OF SEWER TO WKTER LJNES SF�UILL BE E7�HTE�'1 INCHES (18'�. E1-7 MATERIAL E2-2 CONSTRUC110N CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 � SANITARY SEWER P1PE REPLACEMENT �►�'R-018 ` � � Z � 8 � � � M � � ��. i� � � � W Z � � � Z � � O t � t m3 .t � o� z {y, � O M Ij� N �' � Z � �"' �i W G �� � � " � � •� �a � �� I � ,M m _1 .9 � � � 1"' \ V eN � � �riir� r9 R n r • . , , T h :, � � � _ �_ � < .�: o� �� ��� ��� � ��� �jm0 zN�yf� 8 W = 8 �'� � �O Z ��� �� g�p�� W N m �� �� VW� � ��8 ��� V�z ��Z 1�1 O a ��N � O rt n n • �� , . , �; . � � , .� .� „ � n n . , a n ' i� n n � n �� � , n n� . i ' n . a :�'n • � n � � � ^ � n n, s � rS � ,. � n n n� { T • . � � � o � o p N � m � LI_. � W Q 0 �W � �0-Z ~ � � �WV) � W � tA U ° � U o IQ-� W Z � U a ~ � � ► L� F �U �� <� � N N W 4� _r 'Rir �..�, ...... � � ;iuzA�noN R�ovE INSTALL PLUG COUPLING TO BE 1GGED W/ 2' C.I. 1G AFTER SAMPLING NCRETE BLOGKING 2 DETAIL WTR-008 NOTE: CHLQRINATION BLOWOFF AND SAMPLE POINT FOR DEADEND WATER PIPING. CONTRACTOR IS TO FURNISFI Atl LABOR AND MATERIALS. MATERIAL WILL BE REMOVED AND RETAINED BY THE CONTRACTOR AFTER SATISFACTORY SAMPLES HAVE BEEN OBTAINED. E2-24 CONSTRUCTION � C�IOI FOR SFfOiYT STUB OUTS OF 6" * AND 8" (50' OR LESS). CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 END PLUG CHLORINATION BLOWOFF AND SAMPLING POINT WTR-021 NQTES: O 6" BLIND FLANGE TAPPED 2" WITH 2" BRASS PLUG WITH C.C. THREAD. O 125# PATTERN BLIND FLANGE DRILLED AND TAPPED FOR 6" BLIND FLANGE. 6" BLIND FLANGE ATTACHED WITH BRONZE BOLTS. GASKETS SHALL BE FULL FACED AS OTHERWISE REQUIRED IN E 2-4. O3 LIFTING LUGS SHALL BE PROVIDED IN QUANT111ES SUFFICIENT TO LOFI' AND HANDLE THE FLANGE AS A BALANCED LOAD. O ATTACH THE 125# PATTERN BLIND F�ANGE WITH STEEL BOLTS AND BRONZE NUTS THEN COVER WITH CEMENT GROUT AFTER INSTALLATION. O 125# PATTERN FLANGE, UNLESS REQUIRED OTHERWISE. FLANGES AND BLIND FLANGES TO BE DESIGNED TO WITHSTAND PRESSURE RAl1NG OF PIPE. O WYE BRANCH TO BE ONE SIZE LARGER THAN, BUT TAPERED TO STANDARD RUN NORMAL DIAMETER UNLESS OTHERWISE SPECIFIED. O7 STANDARD RUN DIAMETER E1-4 MATERIAL E2-4 CONSTRUC110N 0���„�* CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 ll�' STANDARD CLEANING WYE W��_022 � i-►nnrn c+V�+TC11A E1-7 MATERIAL E2-7 CONSTRUCTION ORTWORT CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 CLEANING WYE DETAIL FO�R LOOPED AND NON-LOOPED SYSTEM 12 AND UNDER WTR-023 2. RECONNECT TO EXISTING USING M.J. SLEEVE. 3. AFTER CLEANING WITH PO�Y-PIG, REMOVE CLEANING WYE. � . „... , , ,�� ,.,..,. .. . _ . . . . _. ...... .. - - _ 2. PLUG THE STRAIGHT RUN OF THE WYE AS SHOWN. 3. AFTER C�EANING WITH POLY-PIG, REMOVE CLEANING WYE. MATERIALS STANDARD 1" CORPORATION (W/ TAP SADDLE WHEN REQUIRED) STANDARD 1" CURB STOP, 90 ELBOW & 1" x %" REDUCER 1" TYPE K COPPER SERVICE LINE Eclipse.'" No. 88 SAMPLING STATION OR APPROVED EQUAL WITH 12" DEPTH OF BURY 2'x2' CONCRETE PAD, CLASS 'B' CONCRETE (2500 PSI) W/ #4 REBAR ® 12" C—C EACH WAY; 3" MIN. CLEAR COVER ///, VzzM'� = }y WATER MAIN SEE WTR-001 A 30" MIN. 0 • NOTES 1. BACKFILL TRENCH AREA WITH SAND. 2. PLACE SAMPLING STATION NEXT TO POWER POLE, ELEVATED TANK, STREET SIGN, TREE, OR FIRE HYDRANT. 3. PLACE SAMPLING STATION WITH DOOR FACING STREET. 4. INSTALL SAMPLING STATION ON "SHORT SIDE" OF STREET. 5. WHEN PLACING STATION NEXT TO FIRE HYDRANT, DO NOT TAP FIRE HYDRANT LEAD & MAINTAIN DISTANCE OF 4' FOR PROPER OPERATION OF FIRE HYDRANT. 6. IN LIEU OF TAPPING MAIN, CONNECT TO EXISTING LARGE VALVE COPPER RISERS WHEN POSSIBLE. CITY OF FORT WORTH, TEXAS WATER SAMPLING STATION DATE: FEB. 2009 WTR-025 � E � � � � � � O � OO � J � Q O Z � O �� �a 0 �� i�i 0 z � S N J C� � Z � O, W � J W U _ W M � �� h � u E E � :� � � -m E E pp � N � 0�0 u � � `° � � � � � _ � �� M �' r �. u z � � � � � � � � � � �.L.� � 0 U ___----- Z 0 � U � N� � d�- � tn �y r7 � O O c0 N � N � � � d' �- d' It� (O W u u u �--i � O U J Z O �Q W � Q � W Q � I z 0 z � 0 � z 0 � U w � u x � m � � r � \ � O e- u � � z � � � � � �� - � - E . E - E - � C� � E M E �� � E� � W N � � � � rn m � i� �- �N � 0�0 � N <- � +- �{- u u u u u x � m rn � o N o p N � m � W F„ LL. �W Q � N U OC �,,, W f� ~ W � J � H Q r � Q � � Q� Z oia-� LL" � � O Q � H � m U � � J H V � �� � � 15.55" TOP 'KW OF LIP .95" LID SIDE ELEVATION 19,75" LI.435" LONGITUDINAL SECTION A -A .25" 5.65 I-6- J BOTTOM VIEW OF LID 11.4" - 1 --11.3" LID END ELEVATION 15.25- 11 Pr--" 14.25" END SECTION 15-D 1,5" R • GAUGE WELDED WIRE FRAME Cm oroR frEPARfMwe rx rrxA WATER DE NT CLASS "A" STD CONCRETE METER BOX WITH C.I. LID FOR '."S I" METERS 5CALE: AZ EHOWN MINIMUM 6" INIT� BACKFlLL COVER MINIMUM EMBEDMEI PE "C" BACKFILL ;E SPEC. E1-2.4 � �. . �ND MATERIAL EMBEDMENT INfiIAL BACKFILL :E SPEC. E1-2.3 G.C.D. _ ��; � �� (• _ . � . � �. . M�NIMUM 12" INfT BACKFI�L COVER MINIMUM EMBEDME PE "C" BACKFlLL :E SPEC. E1-2.4 C.D. TER FABRIC— 1PAC—HEAVY GRADE 8NP V) OR APPROVED EQUAL. tUSHED STONE :E SPEC. E1-2.3 C.D. �- '' L�+ i ' C-�" - `� � " ` / 3. SAND GRADATION • LESS THAN 10% PASSING #200 SIEVE . • P.I. = 10 OR LESS r.RUGHED STONE GRADATiON SIEVE SIZE RETAINED 1" 0-10 }�" 40-75 �" 55-90 #4 90-100 #8 95-100 NOTE: SPECIFlCATION REFERENCES ARE FOR wa�R �o s�rra�r SEWER ONLY. MATERIAL SPECIFICATIONS �THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF E1-2.4{b) AND E1-2.3 OF THE GENERAL CONTRACT DOCUMENTS AND SPECIFiCAT10NS FOR WATER DEPARTMENT PROJECTS (G.C.D.) ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY. ��� CITY OF FORT WORTH, TEXAS WATER AND SANITARY SEWER EMBEDM�NT AND BACKFILL DETAILS DATE: JUNE 2009 WT�-029 EXISTING CURB C� � � ( TEMP. SERVICE 2" GALV. PIPE I � C TO F.H. OUTLET FOR TEMP -�---- WATER SUPPLY. . TEMP. SERVICE 2" GALV. PIPE � 0 i� �) �� �� �� (� �) ~�a�1�� 0 a ��--__ � � _J�� -.�i � j ¢ �) � � � c� z ����� � � X W I' � �� � U7 I J I� � Z I'- W Y I �� a � I ¢ w ( � °- � o (��mW�= � � J �o�� U� �) �¢ � ¢� � � L� I� � , 1� � � � � EXISTING METER VAULT. SEE DETAIL WTR-031 � FOR TEMP. SERVICE I CONNECTION. TEMP. SERVICE 2" GALV. PIPE 0 ' � I SEE DETAIL WTR-032 FOR INTERSECl10N CROSSING �� �0� CITY OF FORT WORTH, TEXAS TYPICAL MAIN BY-PASS LAYOUT EXISTING CURB DATE: FEB. 2009 WTI�-030 N 07E: CONTRACTOR SHAL� BE REQUIRED �'4" TUBING � TO COVER METER VAULT WITH PROTECTIVE GUARD. CUT-OFF 2" GALV. PIPE - �' �?=�'�` ;�.: �,x ;.� �.-► , �� �.•y :.,,. .�ti,�,� s�' �'� !� V � ,�,.�.:�� �;: `�' ;• i{:► y 'Si - ; � - . iw. }�-•' <� � ^'•¢••- ` •�'rti••'- EXISTiNG COPPER SERVICE LINE � AS REQUIRED I I� ��I I I� � II I I� ��I I I� � � SERv�CE TO �HOusE OR BUILDING. NOTE: METER SHALL BE REMOVED BY THE CONTRACTOR. CONNECTION FROM BY-PASS TO PRIVATE SERVICE SHALL BE MADE BY CONTRACTOR. 0���1 CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 TEMPORARY SERVICE CONNECTION WTR-031 36" MAX. EXISTING PAVING z z � � ASPHALT COVER ',_ .�. � _. y�!V,,q�i`iCa•.iJ:+ :,.n F _�:`s' %�y` l.,C ;v ,+�i%: : 'e:Sj:� : eai^1C'Y: •,,iJ-t: {.: 15# ROOFING FELT, 36" WIDE 2" GALV. PIPE 2-STANDARD FINISHED 2"x6" WOODEN PLANKS ORTWORT CITY OF FORT WORTH, TEXAS � INTERSECTION & DRIVEWAY APPROACH CROSSING FOR TEMPORA,RY WATER SERV 0 DATE: FEB. 2009 E WTR-032 2.25r 2.25�� 2.51 3" 2'-7" FORT WORTH 2'-7" PROJECT NAME PROGRAM NAME / PROJECT # / AMOUNT This project is managed by the Department Questions on this project, call (817) 392-8306 After hours water and sewer emergencies, call (817) 392-4477 1 FONTS: FORT WORTH LOGO - CHELTENHAM BOLD ALL OTHER TEXT - ARIAL LOGO COLORS: FORT WORTH - PMS 288 (BLUE) LONGHORN LOGO - PMS 725 (BROWN) E2-1 CONSTRUCTION 11 11 11 1 \ U- WHITE 7'-6" 11 3"R (TYP.) -' 41, 3" �- PMS 288 (BLUE) CITY OF FORT WORTH, TEXAS PROJECT SIGN - 45(8' (FOR C.I.P PROJECTS) t- DATE: FEB. 2009 WTR-034 ..._---- Butt and Electric Tack Weld One End. '�''+ 7ack Weld 4-1" Square Struts Max. �F� . 2" Long To 0 the r End �'i;;:;� ,� Cast Iron Closure Ring � _•�.;. . � 2" Ma x. Ga �rt — � Cast Iron Main Cast iron Short Pattern Sleeve NaTE � Remove Weld Slag And Finish In Accordance With A4JWA Specification C203 Prior To (nstallation Of Cast Iron Sleeve Provide Struts On Mains Up Through 12" Only If Gap Exceeds '—�': C.I. Clo4ure Ring Is Not Required On Mains Up Through 12". Construct As Detailed On Mains Larger Than 12". CAST . lf�t�[� C1.�JSURE RING FfGURE 7� �,_, Materiai EZ-7 Construction ,'; 7'ype '� ' o� '8 ' �8crtkji/l ;�� SQrrd JyQferiQl ', �' £mhedmenf �i /�ROPOSE�I P,4VED STREE T � (Beneafh Fulu�e PavingOnly) .�.... .' : : �� ; �' • : ' _. '`••� ' � � �i ;�; Inc/udtr�In Linea� Foo� �8id Price of Pipe. C/fSE 1% PRo�as�� PAvEt� STREET N.T. S. EX/STlNG A.d VED STREET Sfreet perving y :-` '- - � •-` �" .- _ - - - �i � :'�, Curb � Cu�ler trnd/ar Siden�olk � �� � p� If 0! If Wifhin NOT�' = ' /�avemenf R�poir fs f�r Li�rear Fo�� �3osls, puring : Wid f h is Usuall�r drr� Foa1` �1h Sides Q� Ti�en�ch, Non�r�r t/pptr Porf iorr c�f Trer�h Wid�h Shu!! Q� l��ermined by G'r�rr�racl'ar. ;•: �E'm�dnt�r�� _ ,Sha!/�e y P� � X ''� 1.3}'eetf NonunQl Pi� Diame er � 2 ! (2fee�Min.} �o The �of ThP P�p� - And 1s Replaced os �rrected by � :, n 7he �'nqrnter. � Sand Ma�erraf �'►' .. .� . •,•`: Incicrded Ir� �irtear f"c�o� Brd Prica of Pipe. C� S� �: Exis r��v� PA v�� S r���' x x. r. s. �K;�� E'XC� VA �`1a�1, t.�,4 CKF1 L L,� IVI� P`� �ENi�'N 7� R�'F'�/R r�nr��R �r���os�'� �?R �E'X/S ilN� ST`RE�' TS �'�� URE A, Revised 9- 9-92 . . ,. �.,. � .� •�..• � .�'�•�•t `t- -�-"�' � � . . � . . ' . ' . - � � "." • � � • � Ex���r�H� s���Er . i�r�o���t�r �av��r��r ��p�t� �aWEM£t�T �t�t� 8� �i3t oR C�tD ralx • A�PNI�TR RL3�C.ED 2'. MIi�IMU#�1 : � _ �.i.�•:•:_�•.�'�_,•.�.-.•.-.•.-.w.�:�.Y. :�r�r�.}.•.•��s*.•,,�+!.-.•.�,*,•, .•r�, � � .i t�• t � �! f •�!-♦ •�i i-i���! i,•��-•.i i • • • • ♦ ♦ �♦�i�i ♦�♦ } �.-!..♦ ,1� � ��,�/��} ���.i� 1}`�� �� , - ' ��Y....�',+ . �`M- � � . ..� . �� . . ',c � ..:� � � � � � . `�4 `� •#�"/. ���/��� . � �f . . � ' ! � � �� � � � r' �'� ' • ' � �� . , �f ! i ' .�F � .' � . . t � a.' �� . , . , . .. , . . . . �� . : i • . . __ _., . — � - . � • • `•rI . + . �• �'� •/ ' ''� • • • ��� •� � .i __ - . � � _ � , I�itFL' �►'� �'��'+�4+�i� - - � E�1�Y. BAS� R � St'�tD �fA�'ERIA�.� � CIakN��.AR EMBEDMENT -��4� .N�IT�1i�,,. � ^ � �'� . .r. eyti, v . ...� . . _. ,.- . ..." #�' 4 R� T i� Y " �a � • �r � ' ti � � - . `. �' •' ` '' �i ''',"-0 � EXCAVATED HA�t�Rth�. SNAZ.L CIi�SI�T � M ' �� � �+# ' � Ml i .Y �} �� � �L .i s ,' , - , � � :, . . • .: " -.t�' F�4TERIA�. FREE 4� Ttri�N I�Z . . : �. .;=,� . , ,.,,.+�=. '� ' �t.Ot�i,AT�D PI�C£� Rf]�KS. LUlf'S OF' � *a rR'�` F_�t .��.���v=.r Ct,i1Y, Sifit�., �.Qk�t L1R VEGEiABL.� NA�i� '� ,':; *" • �'• ,� -'� •' ��.,�• �♦y ��y�.� � � � .a- j,. .».'17.,� i'SI'1J'c1r76�1"L " . _ . y _ _. .,. • y_�,.� � �. .. . . � :. � r. ' i �� � . ' } * ,�,�; : . ��,. ,�� — �.._� �,� 'ti �... A _ �.�. �ti ,.s :x � �r�'���'1i .�.CJ� � .si.l.w�?I� . :;''"'i' ��r'} .*r.�'+'^'�i,tiL „'i . � �:, �, � w � � � INCLt�DED ��1 t�INEAR FOQT BID PR��£ QF PiP�. � ���A`�/��"IQN, �AC�F��IL� � ��D P`��/EM��fT I F��F�AI� ��1D�f� E����"It�G �T(��ET� � . � CA�E 3= ��CISTING P�'���I �TREE�' �'0 �E f�E�C�N��'�U�TE�► � ����E � r��s s���� � �� � � ���E ��rc. ��, ���� EXISTING CURB & GUTTER EXISTING HMAC PAVEMENT :TIT-IIII-I1 Il�ll m-III���III_TITI 1,-III;,;II: EXISTING SUBGRADE (IF ANY) 6" MIN. COMPACTED FLEX -BASE MATERIAL DITCH WALL TRENCH REPAIR LIMITS 2" MIN. HMAC (SEE NOTE 1) = 11=11 -T=1E I �l ►11-111=1 ,' _ r• . i� , • .fir �q �fj .` 7 ` I (_ 0�, l=T T ,1I,- 1f,, ffi llf,-IIfr.I I i11_111III-0IIII1 BACKFILL MATERIAL PER DETAIL WTR-029 (SEE NOTE 3) S:. 1. PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO MATCH EXISTING HMAC PAVEMENT GRADE AS SHOWN. 2. PLACE COMPACTED FLEX BASE MATERIAL AS SHOWN. 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS, IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH. 4. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH, TEXAS TEMPORARY ASPHALT PAVEMENT TRENCH REPAIR DATE: JULY 2009 STR-030 i� � '` , e J Section 6— Contracts, Bonds and Insurance � 6.1— Certificate of Insurance � 6.2 — Contractor Compliance With Workers' Compensation Law � 6.3 - Conflict of Interest Questionnaire � 6.4 - Performance Bond � 6.5 - Payment Bond � 6.6 - Maintenance Bond � 6.7 — City of Fort Worth Contract ACORO� DATE (MM/DD/YYYY) � CERTIFICATE OF LIABILITY INSURANCE 3/15/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE PO�ICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CON7ACT Sand Fll itt NAME: y g Mullis Newby Hurst, LP PHONE (972)201-0127 aCNo:�972�201-0123 5057 Keller Springs Road, Suite 400 q DR'ESS: SPll(jitt�IRIlI11RS.COII1 Liberty Plaza I I INSURER(S) AFFORDING COVERAGE NAIC # Addison, TX 75001 INSURERA:B1tt1IR1210llS Casualt Cor oration 0095 INSURED INSURERB:St. P3U1. Fire & Marine IflS CO 4767 Jet Underground Utilities, IRC. INSURERC: P. �. BOX 800669 INSURERD: Balch Springs, TX 75180 INSURERE: COVERAGES CERTIFICATE NUMBER2012-2013 1. REVISION NUMBER: THIS IS TO CERTIFY THAT 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 POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR 7ypE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR 5 D POLICY NUMBER MM/DD/YYYY MMIDDIYYYY A GENERAL LIABILITY LP3566106 2�13/2012 02/13/2013 EACH OCCURRENCE $ 1� 000 � 000 DAMAGE TO RENTED 3OO � OOO X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ CLAIMS-MADE a OCCUR MED EXP (Any one person) $ 10 , 000 PERSONAL & ADV INJURY 5 1� OOO � OOO GENERAL AGGREGATE 5 2� OOO � OOO GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2� OOO � OOO POLICY X PRO- L� g A AUTOMOBILELIABILITY 3566107 2/13/2012 2/13/2013 E�aaBcc�IdeDtSINGLELIMIT � 1 0�0 0�� X ANY AUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE � AUTOS Per accident $ $ }{ UMBRELLA LIAB X OCCUR ZUP12S31584 2/13/2012 2/13/2013 EACH OCCURRENCE 5 2 r ��� i 0�0 EXCESS LIAB CLAIMS-MADE AGGREGATE $ Z� OOO � OOO DED RETENTION$ � j.� WORKERSCOMPENSATION C3566108 02/13/2012 02/13/2013 X WCSTATU- OEH- AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERlEXECUTIVE Y� N E.L. EACH ACCIDENT S I. OOO OOO OPFICER/MEMBER EXCLUDED7 ❑ N I A �Mandatory in NH) E.L. DISEASE - EA EMPLOYE $ 1 0�� 000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1 OOO OOO DESCRIPTION OF OPERATIONS / LOCA710NS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project: Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Illinois Avenue, Leuda Street West, May Street, Marion Avenue and Mulkey Street / City Project No. 01276 Policies except Workers' Compensation include blanket Additional Insured endorsement providing Additional Insured status to Certificate Holder for ongoing and completed operations and Primary and Non-Contributory status when evidenced by written contract with requirement between Named Insured and Certificate Holder. All policies contain blanket Waiver of Subrogation when evidenced by written contract with requirement between Named Insured and Certificate Holder. All policies include Thirty (30) CERTIFICATE HOLDER City of Fort Worth Engineering Department 1000 Throckmorton Fort Worth, TX 76102 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUiHORIZED REPRESENTATiVE IScott Stagner/SANDYF `� � ���-� �/ � ACORD 25 (2010/05) O 1988-2010 ACORD CORPORATION. All rights reserved. INS025 r�mnns m Thc AC(1RIl n�mc �nri Innn �rc rnnicfcrcrl mar4c nf A(`(1RIl � CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW �,� Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No.6484 and City of Fort Worth Project No. C� Proiect No. 01276. CONTRACTOR �� �_, - ,. Name: ;I�L�'�:��f";��f"� � ��'� �t�; � Title: ������� � (: �i� l,� Date: .�� � � � �� i �: , STATE OF TEXAS § § COUNTY OF TARRANT § Before me; the undersigned authority, on this day personally appeared ��- � L� ��l`i1 �'��,'�'1�� �I , 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 Jet Underqround Utilities, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this e� I'�� day of �'�l�t� � ��, 20 ���" � � ��,�, , � � �, - ; . , �,,bl.L' �� Ll_ ' � �C�� � � � � ';)�,� Notary Public in and for the State of Texas � ��F�?4j��� CANDACE SUE GILLESPIE :�_°•' �^': Notary Public, State of Texas : �;�':,,: My Commission Expires '-;+':Fo<<t;;�'� March 31, 2015 ��„�������� II L� I '� Boncl No. 4386121 PERFORMANCE BOND THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT That we (1) Jet Underground Utilities, Inc. as Principal herein, and (2) SureTec Insurance Companv, a corporate surety (sureties, if more than one ar more) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, know as "City" herein, in the penal sum of ,One Million Fortv- Two Thousand and no/100.. . Dollars ($1,042,000.00) lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written conn•act with the City awarded the 20th of March, 2012 , which Contract is hereby referred to and made a part hereof for all puiposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in prosecution of the Work, including any Change Orders, as provided for in said Contract designated as: Pavement reconstruction and Water and Sanitary Sewer Main Replacment on Portions of Illinois Avenus, Leuda Street West, Mav Street, Marion Avenue, and Mulkev Street NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfuily perform the Work, including Change Ordeis, under the Contract, according to the plans, specifications, and conh•act documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVID�D FURTHER, if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States Dish�ict Court for the Northern Dish•ict of Texas, Fort Worth Division. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the said statue. IN WITNESS WHEREOF, the Principal and Surety have SIGNED and SEALED this 20`h of March, 2012. ATT�ST: � �= Jet Under round Utiiities'Inc. �(.�b��G�l.� ,�LL`_ �z � l, :}(J�; (Principal) Secretaiy � PRINCIP .' % 4) BY: � . Li'c�C,i�'t`� �f`L.�Cj Title:;,�� � j%et�l C��ZL �'t� J (sEaL) ��' '� �/ �/���� �i ,�' � . / Address A.T'�'I: �T�. Se�;1'-o��ver ��C �ttornev fSurety) Secretary (�r,ALI PO Box 800669 Balch SprinEs, TX 75180 (Address) SureTec Insurance Company Surety / �, BY: 1 ',(, � i �,i' �%� �1 ���'C'��� ` (Attorney�i -fact) (5) Corr ie Jean Kregel 9737 Great Hills Trail Suite 320, Austin, TX 78759 1-866-732-0099 (Address) NOTE: Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. � � i V� Witnes to Surety John Hankins The date of bond shall not be prior to date of Contract. 2505 N. Plano Road, Suite 2200, Richardson, TY 75082 (Address) *Note: If signed by an offcer of the Surety Company, there must be on file a certified extract fi•om the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different fi•om its mailing address, both must be provided. The date of the bond shall not be prior to the date the Conh•act is awarded. Bond No: 4386121 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) Jet Underground Utilities, Inc., as Principal herein, and (2) SureTec Insurance Company, a corporation organized and existing under the laws of the State of (3) Texas, as surety, are held and firmly bound unto the City of Fort Worth, a municipal coiporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of One Million Fortv-Two Thousand and no/100 ......................................................................... Dollars (�1,042,000.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, adminish•ators, 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 20th day of March, 2012, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Pavement reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Illinois Avenus, Leuda Street West, Mav Street, Marion Avenue, and Mulkev Street 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 Goveinment 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 20th day of, March, 2012. Bond No: 4386121 MAINTENANCE BOND THE STATE OF TEXAS � COUNTY OF TARRANT � That Jet Underqround Utilities, Inc. ("Contractor"), as principal, and SureTec Insurance Companv, a corporation organized under the laws of the State of Texas, ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of One Million Fortv-Two Thousand and no/100 ............................................................................................................................................. Dollars ($1,042,000.00), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 20th of March, 2012, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Pavement reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Illinois Avenus, Leuda Street West, Mav Street, Marion Avenue, and Mulkey Street the same being referred to herein and in said contract as the Work and being designated as project number(s) Citv Proiect No. 01365 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) vears; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, POA #: 1810024 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Me�t by T/:ese Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation ctuly organized and existing under the laws of the State of Texas, and having its principal offce in Houston, Harris County, Texas, does by these presents make, constitute and appoint ' Jeffrey Todd Mclntosh, Connie Jean Kregel its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakirigs or other instruments ar contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 00/100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and coniuming all that the said Attorney-in-Fact may do in the premises. Said appointment shall continue in force_until 12/31/2013 and is made under and by authority of the following • resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-Yresident, any Secretary or any Assistant Secretazy shal( be and is hereby vested with full power and authority to appoint aziy one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Compan,y subject to the :bllowing provisions: fittorney-in-Fact may be given full power and authority for and in the nazne of azid of behalf of lhe Company, to execute, acknowledge and deliver, aziy and all bnnds, recogriizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such inst�vments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any po�ver of attorney or any certificate relating thereto by facsimile, and any power of attomey or certificate bearing facsimile signahire or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20'�' of April, 1999.) In Witness W/rereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 3rd day of September, A.D, 2010. Hu.�� �,� SURETEC INS E C PANY �u�;�y XA q����, BY� w� w � D¢ John o Jr., resident cs, y,z3 State ofTexas ss: ���,�1,� f g� County of Hanis �-�•"'� � a�w ��� On ttiis 3rd day of September, A.D. 2010 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of tiie Board of Directors of said Company; and that he signed his name thereto by like order. .... d.. �..,...,... �._., �.. �....: �..... ; o:�RY��er.,, JAC9UELYN MAIpONADO =�; �^: Notary Pubiic, 5tate of Texas acq ely aldoi ado, Notary Public :,: � - My Commission Expires �"�.6F�E`�°� May 18, 2013 y cornm sion ex ' s May 18, 2013 ��„����„�� I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and conect copy of a Power of Attorney, executed by said Company, which is stili in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Comrany at Houston, T'exus �his 2Dth day af �rch � 2012 , A.D, /�� -------�." M. Brent Beaty, Assistant Secretary Any instrument issued in excess of the penalty stated above is ��ta�iy void ;,nd without any validity. Por veriflca4lon �of the authority of this power you may �>H (713) 6 s 2-0846 �ny business day between 8:00 am and 5:00 pm CST SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutoi-y Complaint Notice To obtain infonilation or inalce a complaint: You may call the Surety's toll free telephone number for information or to malce a complaiut at: 1-866-732-0099. You may also write to the Siuety at: SureTec Insurance Company 9737 Great Hilis Trail, Suite 320 Austin, Tx 78759 You may contact the Texas De�artment of Insm�ance to obtain llifonnatiou on cornpanies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Depai�tment of Instuance at PO Box 149104 Austin, TX 78714-9104 Fax#:512-475-1771 Web: hitp://www.tdi.state.�.us Email: ConsumerProtection@tdi.state.tx.us PREMIt.JM OR CLAIM DISPUTES: Should you have a dispute concernin� your premium or about a claim, you should contact the Surety fu•st. If the dispute is not resolved, you may contact the Texas Depart�nent of Insurance. --------------------------------------------------------- Terror°ism Risks Egclusion The Bond to wluch tlus Rider is attached does not provide coverage for, and the sluety shall not be liable for, losses caused by acts of tei-�orism, riot, civil ulsui7ection, or acts of war. Exclusion of LiaUility for 1Vlold, Mycotogins, Fungi & Environmental Hazards The Bond to which tlus Rider is attached does not provide coverage for, and the sw�ety thereon shall not be 1'iable for, molds, living or dead fungi, bacteria, allergens, lusta.inines, spores, hyphae, or mycoto�ns, or their related products or parts, iior for any environmental hazards, bio-hazards, hazardous materials, enviroiunental spills, conta�ation, or cleanup, nor the reinediatioli thereof, nor the consequences to persoils, property, or the performance of the bonded obligations, of the occunence, existence, or appearance thereof. Texas Rider 010106 {� f n ( i CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OFTARRANT This agreement made and entered into this the 20th day of March A.D., 2012, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11`�' day of December, A.D. 1924, under the authority (vested in said voters by the "Home Ru'e" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, Jet Underground Utilities, Inc., HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain impr•ovements described as follows: Pavement reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Illinois Avenus, Leuda Street West, Mav Street, Marion Avenue, and Mulkev Street /� That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said o� within ten (10) days after being notified in writing to do so by the Department of Engineerin e i of Fort Worth, fr,<<f- ���� � 4. ' p�����P►�c ��p�� � _�.e S� _,� _'�� The Contractor hereby agrees to prosecute said work with reasona 1�'� ''��pa e commencement thereof and to fully complete and finish the same ready for the ins �ctt n a pproval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 300 calendar days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $420 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. � Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. C:7 � Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, � arising out of, or alleged to arise out of, the work and services to be performed hereander by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, wltether or not anv such in�tcry, dam�ge or death is caused, in wliole or in part, by tke neQliQence or alleQed neQli,�ence of � Ownet', its of�cers, set'vants, ot' 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 g 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, wltetJter or not any suclt injury or dama,ge is caused irc wliole or in nart by tlze ne,�li�ence or alle�ed ne,�liQence of Otivner, its of�cers, servants or emnloyees.. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contcactor either (a) submits to Owner I�i, �,_ 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 cf F �V�rti�` u work from a Contractor against whom a claim for damages is outstanding as result of �,v�� under a City Contract. ��������� CITY S��R�"f AR� 7. ` �, WORiHe TX The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor 1_� and/or materials furnished in the prosecution of the work, such bonds being as provide� and required in Texas Government Code Section 2253, as amended, in the form included in t,1e Contract Documents, and such bonds shall be for 100 percent (100%) of the total contract price, and said surety shall be a �' surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereo£ Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/eacluding) alternates n/a, shall be One Million Forty-Two Thousand and no/100 ......................................................Dollars, ($1,042,000.00). Q ' q,: It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entere�i into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 8 counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in 4 counterparts with its corporate seal attached. Done in Fort Warth, Texas, this the 20th day of March , A.D., 2012. '�FFICIAL RECORD ��TY ��CRETAiiY �`Y'. iNOii�'Wi i� � � � L APPROVAL RECOMMENDED: ,�! �.J� �� �, DOUGL� W. WIERSIG, P.E. DIRECTOR, DEPARTMENT OF TRANSPORTATION/PUBLIC WORKS ATTEST: I� � �, Jet Under�round Utilities, Inc. PO Box 800669 � , Balch Snrings, TX 75180 CONTRACTOR i � President TITLE PO Box 800669 Balch Sprin�s, Texas 75159 ADDRESS November 1960 Revised May 1986 Revised September 1992 Revised March 2006 CITY OF FORT WORTH �� �� FERNANDO COSTA, ASST CITY MANAGER � CITY SECRETARY (S E A L) tYl'� L � - LS5'� � 3. Z�.iZ APPROVED AS TO FORM AND LEGALITY: ���nA ��� �,p��� ����� O (� O�� n�L� ASST. CITY ATTORNEY �FFICIAL FYE��itD �ITY SECRETARV �'Te �IIORTH, TX Section 7 — Permits ❑ 7.1— T1cDOT Permit(s) ❑ 7.2 — Railroad Permit(s) ❑ 7.3 — Other Permit(s) Section 7 — Permits � ONIITTED �_b � r �. .�. - -+ r ' � ,• � - ;. . •: _ r ,;�-4 S� � T _ � �ya � � �� . . . -t � � * � , _ .r, _ � . " c- -Y '. � '.". �' _s t �'`�; . T-�� � y. . . t ' ' ' ' � i , . . - . �s - y� l � � � ,5� � .. �'- - � � � 1 �.. . . � � _ . . ... . � . . - . • .. . � .. . ... � . . . , w_.a .. ._ . . .... . . .. .- r . . - ._ .. . .. 11 . . ���� .� _ ..�- � .. . . '�� � - ..... .. .. . ....,��.... . - . . � •. � .. >, :. - . . �. �: _ � .Y .._: : ....R, -. . . .: _ -.: .. ' . _ . . . ':. ��_ t� , :. .;_ a t :.-` c. fi . _ . . .. . _ . ... . . . � -.:; .":.. ''"'� .: ., ,. .�t'::'-. '�7r�!'.e':�.rr t "r': ��... �� .-..° . _ �„1 . . ,:4*� r._�. �, �.:, �y "F` `�.y"6 - . ''n'r Y'°t "1 �"? w .��„,,.{ ...+. � °i3''. ..� ^1 ¢ ��€"# w 1 ;x i a. "� i � �ia . 'yJi, Cx• y��l��,t a3=' Y t. ������� �*-�y �� :� *� x� �� W � * �, ;'Ft' �°` .� �L-�', 8' x.:, -�4� . �'.¢s''.a _ �t'.+�C ,�: . `..y' . � t.c' f y ^s $ .::� 'r"'. e e� 'i G K a.'�fs. �.,h ,� �� f�=� T :�. e `',° s.�.: � a r �':. . .. ' ._ ..t . , .. �. _ ,. • � . - � � - � . . . . � . � . . .. �-_ Section 8 — Easements ❑ 8.1 — Easement � 8.2 — Temporary Right of Entry. Section 8— 8.1— Easement Easements � NONE 8.2 — Temporary Right of Entry Temporary Right-of-Entry documents for the affected lots are being acquired by the city. The contractor shall not start investigations or construction until the city has acquired these documents. .J� � Paving, Drainage and Utility Improvements May Street (W. Terrell Ave. To W. Cannon St.) 401 Leuda Street, Fort Worth Tucker Addition-Ft. Worth B1k25, Lot 3R STATE OF TEXAS �§ COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Westworth Village, TX; herein after referred to as "Grantee" a temporaiy right of entry onto property described as Tucker Addition-F�. Worth, Blk 25 Lot 3R also described as 401 Leuda Street, Fort Worth, Tarrant County, Texas, �hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of-Way line. Upon execution of this agreement, Grantor will grant Grantee and its contxactor's access to the Properiy for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee , ancl. its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described righi of entry, together with all and singular, the rights and appui-tenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. CITY OF FORT WORTH TEMPOR.ARY RIGHT OF ENTRY § KNOW ALL SY TIHESE PRESENTS Grantee shall restore the Property to ihe condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the �� 2011. GRANTOR: ME O�eratin �& Seivices (Please Print) {Signature) i i �s �, 9Eo o'w5 � m°c�'s � � < �q o �s.�; e V ) oCt' O�—_U �� V p^ `� �26 =io o"� n �`" FREESE oxo� r��,�Ho� �GLoN 4055 IntamallondPfoza,5uite ZOO — Forl Worth, TX 76f09-4B95 ° Phone - (8171 735-7300 oz=.�� Fox - (817) i35-7491 o Web - Nwx.freese.com S _"- �LLaao FORT WORTH CAPITAL IMPROVEMENT PROGRAM CIVIL RIGHT OF ENTRY 401 LEUDA STREET � I N I TEXAS RECISTERfp ENGINEERrtlG FlRM F-214t F&N JOB N0. FT109276 DATE OS/O5/10 SCALE ,��•30� 1 OESIGNED TJS DRAFTED TJS FIGURE FILE 4011FUnA.SH7 � Paving, Drainage and Utility Improvements Leuda Street (S. jenngins Ave. To.St. Louis Ave.) 301 W. Leuda Street, Fort Worth FA Farmers Addition , Bllc26, Lot 1 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TA.RRANT § ' That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Westworth Village; TX, herein after referred to as "Grantee" a temporary right of entry onto property described as FA Farmers Addition, Blk 26 Lot 1 also described as 301 W. Leuda Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of consti-ucting the extension of the driveway beyond the Right-of-Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for ihe purpose stated herein, until such time. as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successor5 and assigns, for the purposes set forth above. Grantee shall restore the Propei-ty to the condition it was in immedia�ely prior to a�cessing the Property under this Right of Entry. � � , EXECUTED this the of 2011. : : :�C�l:� Austiu Apartments (Please Print) (Signature} i =o� r Q�� �� �ooa_ o _.. ;��o :a`sa` � n �=? R � ��" ��;oo �� b�uc., FORT WORTH �� PREESE CAPITAL IMPROVEMENT PROGRAM �'i� dI11CHOLS 4055 InternationolPloza,Suite 200 Fort Worth, TX 76109•4895 Phone - (017> 735J300 CIVIL FaK -(817) 735-7�9f R I G H T O F E N T R Y Web - rwn.iroesc.com �C11 W I �IIIIA CTRF'�T � � N I � F�GURE ( Paving, Drainage and Uiility Improvements Leuda Street (S. jenngins Ave. To St. Louis Ave.) 311 W. Leuda Street, Fort Worth I+A Farmers Addition B1k26, Loi 12 CITY OF FORT WORTH TEMPOR.ARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL B'Y THESE PRESENTS COUNTY OF TA,�t12ANT § i That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to ihe City of Westworth Village, TX, herein after referred to as "Grantee" a temporary right of enhy onto property described as FA Farmers Addition, Sllz 26 Lot 12 also described as 311 W. Leuda Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Properiy", for the purpose of constructing the extension of the driveway beyond the Right-of-Way line. Upon executian of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, ' until such time as tha project is completed and approved by the Grantee, at which time the above desci-ibed temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned properiy. TO HAVE AND TO HOLD the above described right of entry, together with all and ; singular, the rights and appurtenances tliereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Gra.ntee sha11 restore the Property to the condition it was in immediately prior to accessing the Properiy under this Righi of Ent�y. + � F EXECUTED this the of , 201 l. GR�NTOR: Austin A�artments (Please Print) (Signature) 'Ev u:� 6sa za� m ��:i3 Q.u.- c� U.� p �n0� vy�a _i�a` a O,o¢ r! �o �o�o �o`oo >za�� - - �� �7 �IIICHOLS 4055 InhrnoUondPloza, Sutte 200 Pott Worlh, T% 76109-4895 a�o�� - te»� �as-�aoa Fas - (877) 7354491 Wab - nx..freese.com FORT WORTH CAPITAL IMPROVEMENT PROGRAM CIVIL R1GHT OF ENTRY �11 W I �I If10 CTR��T T � FIGURE Paving, Drainage and Utility Improvements Marion (I-35 W to Evans Ave.) 724 Marion Ave, Fort Worth Ryan Southeast Addition Bik13, Lot 7 STATE OF TEXAS § COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Westworth Village,. TX, herein after referred to as "Grantee" a temporary right of entiy onto property described as Ryan Southeast Addition, Blk 13 Lot 7 also described as 724 Marion Ave, Fort Worth, Tarrant County, Texas, hereinaf�er refened to as the "Properiy", for the purpose of const�-ucting the extension of the driveway beyond the Right-of-Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until sucli time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Eniry shall include the right of _ Grantee and its employees, agents, representatives, or conhactors to access the�aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and applu-tenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY § KNOW ALL BY THESE PRESENTS Grantee shall restore the Properiy to the condiiion it was in immediately prior to accessing the Property undex this Right of Entry. EXECUTED this the of 2011. GRANTOR: �'hresia Blanton (Please Print) (Signature) i �9 � FORT WORTH �7 NicFio�s CAPITAL IMPROVEMENT PROGRAM 4055 IntemationalPlozo, Sutltl 200 Forl Wortb, TX 76109-4095 CIV(L Phone - (B17) 735-7300 Fax -<8�7) 735-7�91 R I G H T 0 F E N T R Y WES � HNM.(fBC5G,C0111 . 724 MARION AVENUE � N� I 1 I ��g � FIGURE �on ��eainn� cur � Paving, Drainage and Utility Improvements. Marion (I-35 W to Evans Ave.} 728 Marion Ave, Fort Worth Ryan Southeast Addition . BIk13, Lot 8 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY TflESE PRESENTS COUNTY OF TARRANT § Thai the undersigned, hereinafter referred to as "Grantor", does by these presents grant ' . and convey to the City of Westworth Village, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Ryan Southeast Adclition, Blk 13 Lot S also described as 7281VIarion Ave, Fort Worth, Tanant County, Texas, hereinafter referred to as the "Property", for the purpose of consiructing the extension of the driveway beyond the Right-of-Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such iime as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall includa the right of Grantee and its employees, agents, representatives, or contractors to access the aforemeniioned propei-ty. TO HAVE AND TO HOLD the above described righi of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore tha Property to the condition it was in immediately prior to accessing the Property under this Right of Enhy. EXECUTED this the of , 2011. ., �. Jose Nunez (Please Print) (Signature) i � i 9bv _as� 0 ��� m �m -3 <^"=i�.. V�oO:. �� -o yW u�� LLa�� `�o o�; o ox�°=� FREESE o� r-����Ho� _ � 4oss mternotiondPlaza, suite 200 ' o9n Fort Worlh, TX 76109-4695 ' Phone - f817) 735-730D _ � Fox - (917) 735-7491 —" Web ' MW4.�f9ESB.COrt1 q ov15 �roeo FORT WORTH CAPITAL IMPROVEMENT PROGRAM CIVIL RIGHT OF ENTRY 728 MARION AVENUE CP�01 � G&A NA1L I NI I F•2144 2 � 'JS I F�GURE 77A AIARIl1N SHT I 24'MULHERRY 11+00 MARION AVENUE �2+oQ _.L___ __� ________L..-______ _—_� __L___________ _ J_____ — — — ' — (0.5PHAlT PAVING) Paving, Drainage and Utility Improvements Marion (I-35 W to Evans Ave.} 816 Marion Ave, Fort Worth Ryan Sontheast Addition B1k13, Lot 13 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY TFIESE PRESENTS COUNTY OF TARRANT § That the undersigned,.hereinafter referred to as "Grantor", does by these presents grant aud convey to the City of Westworth Village, TX, herein after referred to as "Grantee" a temporary right of entry onto properiy described as Ryan Southeast Adclition, Bik 13 Lot 13 also described as 81S Marion Ave, Fort �Vorth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of-Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access fo the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporaiy right of entry becomes void. This Right of Entry shall include the right of Grantee and its . employees, agents, representatives, or contractors to access the aforementioned properiy. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belongiug unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee sha11 restore the Propei-ty to the condition it was in immediately prior to ; � accessing the Properiy under this Right of Entry. EXECUTED this the of , 2011. GRANTOR: Harriet Jones (Please Print) � � (Signature) y� � _ o��_m o¢_�� iw�v o�s°a` = 5 a �o s�� ;, =.x.s >=an" - -�� r��NICHOLS 4055 InternotionalPlozo,5uile 200 Farl Worth, TX 76109-4995 Phone - t817) 735-7300 � Faz - (817) 735-7491 Wab - wwM.lreesacom FORT WORTH CAPITAL IMPROVEMENT PROGRAM CIVIL RIGHT OF ENTRY 816 MARION AVENUE TE%AS i NI I 3 I �g � FIGURE 81fi MARION.SHT � Paving, Drainage and Utility Improvements Marion (I-35 W to Evans Ave.) 720 Marion Avenue, Fort Worth Ryan Southeast Addition B1k13, Lot 6 STATE OF TEXA.S § COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant � and convey io the City of Westworth Village, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Ryan Southeast Adclition, Blk 13 Lot 6 also described as 720 Marion Avenue, Fort Worth, 'Tanant County, Texas, hereinafter refened to as the "Property", for the purpose of constructing the extension oithe driveway beyond the Right-of-Way line. Upon execution of this agreement, Grantor wi11 grant Grantee and its contractor's access to the Property for the purpose stated herein, until such �time as tha project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Enhy shall include the - right of Grantee and its employees, agents, representatives, or conhactors to access the aforementioned property. CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY § KNOW ALL $Y THESE PRESENTS TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise�belonging unto the said Grantee, � is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the of 2011. GRANTOR: Selena Hollie (Please Print) (Signature) i �a .= a r 30.��� 0 Q 0 � '^ 4N (NLL Of v1 � W U U Qi pa10 0 Z � � U Om Z V TW n.{� � � ' O Z � � M r-����Ho� 4055 InternaUonWPlaza, Suite 200 Forl Worth, TX 76109-4895' Phone - (817> 735-7300 Faz - (817) 735-7491 Weh - rww.(roese.com FORT WORTH CAPITAL IMPROUEMENT PROGRAM CIVIL RIGHT OF ENTRY 720 MARION AVENUE � NI I F-2144 �o� 4 I JS JS FIGURE 720 MARION.SHT f Paving, Drainage and Utility Improvemenis Marion (I-35 W to Evans Ave.) 800 Marion Avenue, Fort Worth Ryan Southeast Addition ' Bik13, Lot 9 CITY OF FORT WORTI� TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Westwoz-th Village, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Ryan Southeast Addition, Blk 13 Lot 9 also described as 800 Marion Avenue, Fort Worth, Tarrant County, Texas, hereinafter ' referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of-Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to. the Property for the purpose stated herein, until such iime as the project is completed and approved by the Grantee, at which time the above described temporaiy right of entry becomes void. This Right of Entry shall include the right of Grantee and iis employees, agents, representatives, or contractors to access the afaxementioned property. TO HAVE AND TO HOLD the above described right of entry, together with a11 and singular, the rights and appurtenances thereto, anywise belonging unto the said Graniee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Propei-ty to the condition it was in. immediately prior to accessing the Properiy under this Right of Entry. EXECUTED this the of , 2011. GRANTOR: Eddie Brinkley (Please Print) (Signature) 15'CqTAIPA _�__ ____12 oo__J___ MARIONAVENUE �3+pp___ — — — -- (ASPHAI.T PAVING) v� �S v' �oioL ti���W O - yt�u i.¢£a` o�t � O ; :�s� -_�,� - io, �/ano _ N� ��aao r-� NICHOLS 4055 IntemaBonolPloza,5utte 200 Fort Wn�th, TX 76109-4895 ahooe - csm �as-�aoo Fax - (BiA 735-7491 We6 - rnx.heese.com FORT WORTH CAPITAL IMPROVEMENT PROGRAM CIVIL RIGHT OF ENTRY 800 MARION AVENUE DATE 5 ��g � FIGURE 80D MARION.SHT / Section 9 — Reports � 9.1— Geo-tech Report(s) ❑ 9.2 — Cathodic Protection Study Report ❑ 9.3 — Other Project Specific Study Report(s) � �.� _ . . _ . . . � .,-._ _ _ . _ . _. _ _ T._.. . , . _ ,, ` .. ' ���: .'.;- ,- •: ; - _ _ . �, - - _ . _ ,: . . . ._, . , _. .- � 6- � � �_y i � GEOTECHNICAL INVESTIGATION WATER AND SANITARY SEWER REPLACEMENT AT COUNCIL DISTRICT EIGHT CIP- FT 109276; DOE: 6484 FORT WORTH, TEXAS FREESE AND NICHOLS, INC. 4055 INTERNATIONAL PLAZA, STE. 200 FORT WORTH, TEXAS 7G109-4895 BY HVJ ASSOCIATES, INC. DALLAS, TEXAS MAY G, 2010 REPORT NO. DG-09-11080 ASSOCIATES May 6, 2010 Mr. Chris Bosco Freese and Nichols, Inc. 4055 Intemational Plaza, Suite 200 Fo�t Worth, Texas 76109-4895 Houston Austin Dallas San Antonio Re: Geotechnical Study Water and Sanitary Sewer Replacement at Council District Eight Map Street, Leuda Street, Mulkey Stseet, Marion Stteet, Illinois Avenue. Fort Worth, Texas Owne�: City of Fort Worth CIP- FT 109276; DOE: 6484 HVJ Report No.: DG-09-11080 Dear Mr. Bosco: 9200 KingArthur Dr. Dallas,TX 75247-3610 214.678.0227 Ph 214.678.0228 Fax www.hvj.com Submitted herein is t11e repoYt of ous geotechnical investigation fo� the above-referenced pxoject. The studp was conducted in general acco�dance with our proposal numbex DG-09-11080 dated FebYuary 6, 2009 and is subject to the limitations pxesented in this xeport. We appreciate the opportunity of working with pou on this project. Please read the entire report and notify us if there ase quest�ons concerning the information presented or if we may be of fiirther assistance. Since�ely, HVf ASSOCIATES, INC. Texas Firm Registration No. F-000646 --------. ��! �1�� �'i Fadi N. Fa�aj, PE Dallas — Pxofessional Services Manager FF/ZA/ RE �,'�P`�� ��,qS�i . � #: •.r 4, : : �Ar � FADI N. FARAJ�. . ..... ..96707 � � ��� ���`�C,s�!GENS ����: 05/05/2010 ��.�-�--� __.- Ra.vi Teja. Elepe. Staff Engineex The seal appearing on this document was authorized by Fadi N. Fasaj, P.E. 96707 on May 6, 2010. rlltesarion of a sealed document without pxoper notification to the responsible engineex is an offense under the Texas Engineering Pxactice rict. e followin lists the pa es which com lete this se ort: • Main Text —16 a es • r1 endix �— 2 a es • Plates — 17 a es CONTENTS � � 3 P-� EXECU'I`NE SUMMARY ................................................................................................ I INTRODUCTION............................................................................................................1 2.1 Project Description .:...........................................................................................................1 2.2 Geotechnical Investigation Program ..........................:........................................................1 FIEI..D INVESTIGATION ...............................................................................................1 3.1 Geotechnical Borings ..........................................................................................................1 3.2 Sampling Methods ..............................................................................................................2 3.3 WateY Level Measurements .................................................................................................2 4 LABORATORY TESTING ...............................................................................................2 4.1 Sample Examination and Classification Testing ..................................................................2 4 2 Geotechnical Laboratory Testing ........................................................................................2 5 SITE CHAR.ACTERIZATION ............................................................. 5.1 Site Location ........................................................................................... 5.2 Gene�al Geology ..................................................................................... 5.3 Soil Stratigraphy ...................................................................................... 5.4 Groundwate� Conditions ........................................................................ G r� .........................3 .........................3 .........................3 .........................4 .........................5 WA'I'ER LINE DESIGN CRITERIA AND RECOMMENDATIONS ............................5 6.1 Genexal ...............................................................................................................................5 6.2 Geotechnical Pasameters ....................................................................................................5 6.3 Thnist Force Design Recommendations .............................................................................8 UTILITY CONSTRUCTION CONSIDERATIONS ........................................................9 7.1 Genexal ...............................................................................................................................9 7.2 Boring, Jacking, arTunneling Construction Considerations ..............................................10 7.3 Open-Cut Excavation Considerattons ...............................................................................11 7.4 Select Fill and General Earthwork Recommendations ......................................................12 7.5 Groundwater Control ................................:......................................................................13 8 PAVEMENT DESIGN RECOMMENDATIONS .........................................................13 8.1 General .............................................................................................................................13 8.2 Rigid Pavement Section ....................................................................................................14 8.3 Rigid Pavement Thickness and Load Capacity .................................................................. 8.4 Preparation of Subgrade ...................................................................................................15 9 DESIGN REVIEW .........................................................................................................16 10 LIMITATIONS ................................................................................................................16 ILLUSTRATIONS Plate SITEVICINIT'Y MAP .....................................................................................................................................1 GEOLOGYMAP ............................................................................................................................................. 2 PLANOF BORINGS ..................................................................................................................... 3A TO 3E BORINGLOGS .......................................................................................................................................... 4-13 KEYTO 'TERMS ...............................................................................................................................14A -14B RIGIDPII'E LOADS ................................................................................................:...................................15 THRUST FORCE ACTING ON A BEND ..............................................................................................16 BRACED EXCAVATION LA.TERAL EARTH PRESSURE DIAGRAM .......................................17 APPENDICES �..- . SUIvIlVLARY OF LABORATORY TESTING RESULTS ........................................................................A 1 EXECUTIVE SUMMARY HVJ Associates, Inc. was retained bp Fxeese and Nichols, Inc. to provide geotechnical services foz the proposed Water and Sanitarp Sewer Replacement in District Eight in Fort Worth, Texas. This project wlll involve the construction of wate� lines and sanitary sewexs along 5 different streets in Fort Worth, Texas. The project aligninent is approximately 4,350 linear feet, and the stseets are: May Street, Leuda Stzeet, Mulkey Street, Marion Street, Illinois Avenue. The project will also involve pavement design along these stteets. At the time of writing this report, exact information about the invext depth was still unavailable; however, we undeYstand that a max.imum invext depth of 7 feet can be assumed. The purpose of the geotechnical investigation is to provide recommendations for the installa.tion of the water and sewer lines as well as to p�ovide a pavement design for the proposed roadwap impxovements. Subsutface conditions at the site were evaluated bp cirilling and sampling a total of 10 exploratory borings along the pxoposed ali�iment to a depth of 10 feet below e�sting gzade. A brief summarp of the investigarional findings consists of the following description: ' 1. The sutficial soils at the site consist of stratified lape�s of fat and lean clays that generally vary in consistencp ftom stiff to very stif£ The depths to which these clays extend fluctuate between 5 and 10 feet below g�ade thYoughout the project site. At some locations, layers of clapey sand were obse�ved. Limestone is observed at many 4 locations, starting at a depth varying between approximately 2 feet and 8 feet. A detailed description is given in the xeport and on plates 4 to 13. 2. Groundwatex was not obsexved during or after completion of the d�lling operations at most of the borings. Groundwate� was observed at boring R-17 and a water depth of 6 feet during drilling and 8 feet after completion of drilling was measuted. Groundwatex was also observed at borings R-6 and R-11 at a depth of 9 feet and 10 feet, respectively after completion of d�lliiig operations. However, lt should be noted that groundwater levels wi]1 fluctuate with seasonal changes in moisture conditions. 3. A laboxatory testing p�ogram, consisting of moistuse contents, Atterbe�g limits, sieve analyses, and unconfined compxessive strength tests, were performed on select soil samples. The testing results were summarized and included in Appendix A. 4. Recommendations for the water line construction using open-cut techniques a.re pxovided in this report. The design of the pavement along district Eight is based on that of usban residential. We therefore recommend a concrete pavement thickness of at least 7 inches. Because the PI is greatex tlian 15 at some locations, we recommend using at least 8 inches of lime tteated subgrade. Furthermore, we recommend stabilizing the subgrade soil beneath the pxoposed pavement with at least 8 to 10% lime for estimarion purposes. We xecommend that the exact amount of lime sta,bilization be deternvned on the exposed subgrade duting construction. Please note that the executive sutnuzary provided above does not fully detail out findings and opinions. Descriptions of the full extent of our findings and opituons are onlp pYesented thxough out full xeport. 2 INTRODUCTION 2.1 Pro�ect Descxi�tion HVJ Associates, Inc. was retained bp Freese and Nichols, Inc. to pYovide geotechnical services for the proposed Water and Sanitaiy Sewer Replacement in District Eight in Fort Worth, Texas. This project will involve the construction of water lines and sanitarp sewers along 5 different streets in Fort Worth, Texas. The project alignuient is appYoximately 4,350 linear feet, and the streets axe: May Street, Leuda Street, Mulkey Stzeet, Marion St.�eet, Illinois Avenue. The psoject will also involve pavement design along these stteets. At the time of writing this seport, exact information about the invert depth was still unavailable; however, we understand that a maximum invert depth of 7 feet can be assumed. The purpose of the geotechnical investigation is to provide recommendations for the installation of the water and sewex lines as well as to provide a pavement design for the proposed roadway improvements. A site vicinity map is presented on Pla.te 1. 2.2 Geotechnical Invesiigation Program ' The primary objectives of this study were to gathex information on subsurface conditions at the site ' and to p�ovide design recommendations for the proposed installation of the water line, the proposed installation of the sewer line, and fihe xeconstrucrion of the pavement along the st�eets where the water and sewex lines will be installed. The objectives we�e accomplished by: Drilling and sampling a total of 10 borings to the depth of 10 feet along the p�oposed alignment at the following streets: May Street, Leuda Street, Mulkey Street, Marion Street, Illinois Avenue. These borings were used to determine soil stratigYaphy and to obtain sasnples fo� l�boratory testing; 2. Performin.g laboxatory tests to deterinine phpsical and engineering chaxacteristics of the soils; and 3. Perfoiming engineering analyses to develop design guidelines and recommendations and pxesenting this information in a report. Subsequent sections of this report contain descriptions of the field exploration, laboratory-testing prog�am, and the general subsuxface conditions observed. Also presented in this report ase descriptions of both the prescribed design recommendati.ons and the construction considerations. 3 FIELD INVESTIGATION -• - �� i�r�![. The field exploration program unde�taken at the project site was pexformed between October 23rd and 27�', 2009. Subsurface conditions at the site weYe evaluated by drilling and sa.mpling a total of 10 exploratory borings to the depth of 10 feet along the proposed alignment of the following stseets: Map Stteet, Leuda Street, Mulkey Street, Marion Street, Illinois Avenue. A site plan showing the approximate boring locations is presented on the Plan of Borings, which is provided on Plate 3A through Plate 3E. 3.2 Sam�lin�Methods Soil samples were obtained continuously eithe�e to a maximum depth of ten feet below e�sting g�ade or to a depth where bedtock was encountered, whichever was reached soonex, after which a sampling interval of five feet was used. Cohesive soil samples were obtained with a thxee-inch diameter, tivn-walled (Shelby) tube samplex in geneYal acco�dance with ASTM D-1587. Each sample was �emoved from the sampler in the field and was carefull.p examuied and classified according to the Unified Soils Classificatton System. The sheas sttengths of the cohesive soils were estimated in the field with a hand penetrometer. Suitable portions of each sample were sealed and packaged fo� t�ansportation to our laboratory. Granular soils were sampled with the Sta.ndard Penetration Test (SP'I� sampler in accardance anth ASTM D1586 standasd. When rock was encountesed, a T�OT cone penetrometer test was pe�formed in intervals of five feet o� less. This test consists of the dtiving of a 3-inch diameter cone with a 170-pound hammer, which is dtopped from a distance of two feet. Once seated, the cone is driven either with 100 total blows or over an interval of 12 inches, whicheve� occuts fisst. In softer material, the cone is d�iven in two consecutive, 6-inch increments; the blow count Yequited to drive the sampler over each increment is recorded. In hard materials, the cone is clriven in two iterations of 50 blows from the harmne�; the penetration in inches xesulting ftom each iteration of 50 blows is recorded. Detailed descriptions of the soils encountered in the borings ate given on the boring logs presented on Plates 4 thsough 13. Keps to the terms and symbols used fox soil and rock classification on the boring logs a.te also included on Plates 14A and 14B, respecrively. 3.3 WatPr Level Measl�rements GYoundwater was not observed during or aftex completion of the dtilling operations at most of the borings. Groundwater was obse�ved at boring R-17 and a wateY depth of 6 feet during d�lling and 8 feet after completion of drilling was measuted. Groundwater was also observed at borings R-6 and R-11 at a depth of 9 feet and 10 feet, �espectively after complerion of drilling operattons. However, it should be noted that groundwater levels will fluctuate with seasonal changes in moistute conditions. 4 LABORATORY TESTING 4.1 Samnl Fxa ination and la�sification TestLng Soil samples ttansported to ou� laboxatory wexe fruther examined and identified in accoxdance with ASTM D 2488 — De.rcription and Ident�cation of Soil.r. A p�eltminary soil classificatton was assigned to each soil sample based on ASTM D 2487 — Cla.r�ifzcation of Soil for Engineering Purj�o.re.r. Classification testing was subsequendy conducted on select samples, including measutement of moistuYe contents, Atterberg lisnits, and percentage of particles finer than No. 200 sieves. The zesult of each test was used to confu.-m or modify the given p�el.imuiary soil classificarion. q-.2 CTec�tPchnic-al T,ahorat�ry Testino Select soil samples wexe tested in the laboratory to deterinit�e applicable phpsical and engineering propexries. All tests wexe pexformed according to the relevant ASTM Standa.tds. 'I`hese tests consisted of ineasutements of moisture content, Atterberg limits, petcentage of particles passing the number 200 sieve, hand penetrometer reading, unconfined compression strength, and dry unit weight. 2 The Atterberg limits and peYcent passing the number 200 sieve were utilized to verify field classification of the soils according to the Unified Soils Classificarion System. The hand penetrometex and unconfined compression tests were performed to obtain appro�mations of the undrained sheat stsength of the soil. The type and number of tests performed fox this investigation are stuninarized below: Tppe of Test Moisture Content (ASTM D2216) Atterbesg Litnits (ASTM D4318) Pexcent Passing No. 200 Sieve (ASTM D1140) Hand Penetrometer Unconfined Compxession (ASTM D2166) DYv Unit Wei�ht (ASTM D2166) Number of Tests 23 11 12 36 8 Some of the laboYatory test results a�e presented on the boring logs on Plates 4 through 13. A full stunmarp of the laboratory testing results is also included in Appendix A. 5 SITE CHARACTERIZATION 5.1 Site Location ' The project site is located towasd central part of Fort Worth in District Eight close to the intersection of IH 35 and Loop 820. The p�o�ect aligxunent is appro�niately 4,350 linear feet, and the streets are: Map Steeet, Leuda Street, Mulkep Street, Marion Stzeet, Illinois Avenue. 5.2 C'Teneral Geolo�v Acco�ding to the Unive�sity of Texas at Austin, Buteau of Economic Geology "Geologic Atlas of Texas, Dallas Sheet," the pxoject site area is on the boundaries of two similas forxnations: 1- the Pawpaw Formation, Weno Liinestone, and Denton clay undivided, map symbol Kpd, and 2- The Fort Worth Limestone, and Duck Creek Formation undivided, map symbol Kf'd. A bnef description of each of these fortnations is p�ovided the�eafte�: 1. The pawpaw fortnation: Massive, slighdy selenitic claystone and mudstone. Fine to very fine gxained sandstone. 2. The Weno Limestone: Consists of upper limestone, middle alternating clay and limestone, and lower lixnestone units. 3. Denton clay: Altemating clay, marl, and limestone. 4. Fort Worth Limestone: Has a thickness of about 25 to 35 feet and consists of limestone and clay. 5. Duck Creek Formation: Mainly aphaniti.c limestone with bed thickness of 0.2 to 2 feet. Medium gray to yellowish gray, pinch and swell. The A geology map contauiu�g the project site is provided on Plate 2. 3 53 Soil Sttatigra�h� Out interpxetarion of soil, rock and groundwate� conditions at the project site is based on information obtained at the boring locations. This information has been used as the basis foY out conclusions and recommendations. Significant variations within a.teas not explored bp the project borings will require reevaluation of oux findings and conclusions. The subsutface soils, which varied across the p�oject site, generally consist of lean and/or fat clay underlain bp weathered and unweathered limestone. The ta.ble below provides a sutnmary of the gene�al soil profile that was encounte�ed in the borings. Alignrnent Borings Description Illinois Avenue R-4, R-5 At R-4, a thin asphalt layer undexlined by 7 inches of cement followed by clayey sand is observed. At R-2, asphalt underlined bp a sandy base, followed bp very stiff fat clap till a depth of 4 feet, followed by g�avelly clap, and then cla.yey sand to termination depth is observed. Leuda Street R-6, R-7 A layer of asphalt va,-oing between 3 and 4 inches, followed by an approximately 14 inches base on R-6, ox 3 inches of concrete then 6 inches base on R-7. The base id underlined by stiff fat clay till terinination depth (10 feet) on R-7. At the R-6location, The stiff fat and fat/lean clay teryninates at approximately 9 feet and limestone is observed the�eafte� till the terminat'ton depth of 10 feet. May Street R-8, R-9 A layer of asphalt varyiug between 3 and 4 inches, followed bp an approxirriately 3 inches of concrete at R- 8, followed by a base to a depth of approximately one foot. The base is underlined by stiff fat clay till texrnination depth (10 feet) at R-9. At the R-8 location, The sttff fat clay terminates at approximately 8 feet and limestone is observed thereafter till the term.ination depth of 10 feet. Marion Avenue R-10, R-11 A laper of asphalt varying between approxisnately 2.5 and 3.5 inches, followed by fill to appYo�nately 2 feet depth at R-10. and 3 feet depth at R-11. The base is underlined bp stiff fat clay till termination depth (10 feet) at R-10. At the R-11 location, The stiff fat clay terminates at approxirnately 8 feet and limestone is observed thexeafter till the tertnination depth of 10 feet. � Alignment Borings Description E Mulkey Stseet R-17, R-18 A layeY of asphalt with a thickness of approximately 4 to 6 inches followed by a base of a thickness varying between appro�mately 2 to 8 inches. At R-17, fill and fat clay are observed till a depth of appro�matelp 4 feet, followed by inter-bedded clay and weathered limestone till a depth of appro�tnately 8 feet, followed by weathered limestone to the teiinuiation depth of 10 feet. At R-18, weathered limestone underline the base stasting at appro�natelp a depth of 1.5 feet to the termulation depth of 10 feet. Detailed descriptions of the soil and rock strata encountered in all of the borings ate given in the boring logs presented on Plates 4 thtough 13. Keys to the terms and symbols used fox soil and rock classification on the boring logs are also included on Pla.tes 14A and 14B, respectivelp. 5.4 Groundwater Conditions Groundwater was not observed during or after completion of the clti]]iug operarions at most of the borings. Groundwate� was obsexved at boring R-17 and a water depth of 6 feet dwing d�lling and 8 feet after completion of drilling was measured. Groundwater was also observed at borings R-6 and R-11 at a depth of 9 feet and 10 feet, respectivelp after completi.on of drilling operat'tons. However, it should be noted that groundwater levels w�ll fluctuate with seasonal changes in moistuse conditions. G WATER LINE DESIGN CRITERIA AND RECOMMENDATIONS 6.1 �s�x�l The project will involve constru.ction of a watex lines and sanitary sewe�s along 4 different streets in ' Fort Worth, Texas. The project alignment is appro�matelp 4,3501ineaY feet. At the time of writing this report, exact information about the invert depth was still unavailable; so we assumed that the ma�num invert depth will be between 5 and 10 feet below the e�sting gxound surface. We also assumed that all lines will be installed using open-cut and/or augering techniques. Our analpses and ' recommendations for open cut and/or augering techniques ate pxesented below. -• - .� .•.- - Geotechnical design paxameters are presented in the following table. These design parametess are based on field and laboxatory test data obtained from the corxesponding boring locations and at the approxitnate inveYt depth only. Please note that, because of the natt�re of the soil stratigraphp at this site, parameters at locations that deviate from the boring locations may varp substanttally from values reported in the table provided. 5 Undtained �owable Boring Appzoximate Soil Total Unit Shear No. Invert Description Weight Strength (ps� Bearing Depth (ft) (pc� or Friction Ptessure Angle (deg) �S� R-4 5-10 Cla e Sand 125 30 2500 R-5 5-10 Cla e Sand 125 30 2500 R-6 5-10 Stiff to Ve Stiff Lean / Fat Cla 125 2000 3350 R-7 5-10 Stiff to Ve Stiff Fat Cla 125 3000 4500 Stiff to Very Stiff Fat Clay with R-8 5-10 �estone 125 3000 4500 R-9 5-10 Stiff to Ve Stiff Fat Cla 125 2500 4000 R-10 5-10 Stiff to Ve Stiff Fat Cla 125 2500 4000 R-11 5-10 Clayey Sand / Weathered 125 30 2500 Limestone R-17 5-10 Ve Stiff Fat Cla with Limestone 125 3000 4500 R-18 5-10 Weathered Limestone 125 4000 4500 The values shown in the above table represent ous interpretation of the soil properties based on the available labo�atory and field test data. Use of the soil properties shown above map or may not be appropriate for a particular analysis, since choice of design pa.tametexs often depends on whether total or effective stress analysis is used, rate of loacling, dutation of loading, geometrp of loaded atea, and other factors. The total unit weight values shown above repzesent ous interp�etation of soil unit weight at natutal moistute content. The undrained shear strength and allowable bearing pxessuxe values �epresent our interpretation of the sheaY strength in clap soils based p�imarilp on the results of unconfined compression tests, hand penetrometer tests and T�OT cone penetrometer test. The allowable bearing pressures include a factoY of safety of 3. � esi�n. The loads imposed on underg�ound pipes depend principally upon the method of installation, the weight of overbutden soils, �oadway traffic load, and loads due to existing sutface structures. Fo� design of rigid pipes installed using open-cut excavation methods, loads due to overbutden and traffic can be deterinined itom Plate 15. The traffic load applied to the pipe can be calculated using 85% o£ wheel load with an impact factor of 1.5 for one foot of soil cover, 50% o£ wheel load with an impact factor of 1.35 for 2 feet of cover, and 30% o£ wheel load with an impact factor of 1.15 fo� 3 feet of covex. This results in a total design traffic load on the pipe or box culvert of about 1.28, 0.68 and 035 times the wheel load fox 1, 2 and 3 feet of cover, respectively. For pipes or box culvert with fout or moxe feet of cover, the traffic loads may be taken as a sutcharge equivalent to 250 psf. The design of flexible pipes requites the modulus of soil xeaciion of the native soil (En') in the trench wall as input. The F�' values are based on empirical relationships to the soil conslstency as defined by unconfined compression tests far cohesive soils. En' values fox the native soils are presented in the following table. The En' values for short-term condirions in cohesive soils may be assumed to be 1.5 times the long-term values. These values are based on the soil data obtatned at the boring locations only and map be used for the noted invert depth zone. � Borit�g Approximate Soil Total Unit E'n, Long No. Invert Description Weight Term Depth (fr) (P�� �PSI) R-4 5-10 Cla e Sand 125 1000 R-5 5-10 Cla e Sand 125 1000 R-6 5-10 Stiff to Ve Stiff Lean / Fat Cla 125 1000 R-7 5-10 Stiff to Ve Stiff Fat Cla 125 2000 R-8 5-10 Stiff to Very Stiff Fat Clay with 125 2000 T,imestone R-9 5-10 Stiff to Ve Stiff Fat Cla 125 2000 R-10 5-10 Stiff to Ve Stiff Fat Cla 125 2000 Clayep Sand / Weathexed 125 1000 R-11 5-10 I,imestone R-17 5-10 Ve Stiff Fat Cla with Limestone 125 2000 R-18 5-10 Weathered L'vnestone 125 Z000 Pi�e Beddin,�and Backfill. Based on the soil borings, It can be expected that stiff to hard claps and limestone will be encountered within the bedding zone. We recommend that PVC pipe bedding and backfill be made out of Class 10 Agg�egate fill. This fill can consist of natural sands that have been washed and sieved or can be manufactured by crushing stones. Regardless of soutce, fill material for pipe bedding and backfill must comply with the requixements and tests of "Standard Specifications for Concrete Aggregates", ASTM C33. According to ASTM C33, The gradation Yequirements ate as follows: , ,., .. :`�ieve'Si�e S , iiaze: EJ enit� `"`': , ; ' ' .` � T'e�cent Passiri ":> . , ' 3�g" 100 No. 4 95 - 100 No. 8 80 -100 . No. 16 50 - 85 No. 30 25 - 60 No. 50 10 - 30 No. 100 2 - 10 Class 10 Aggregate Fill shall have no more than a total of 45% of the material passing anp sieve and �etained on the next, consecuti.ve sieve, combined. The fineness modulus of the agg�egate fill, as defined in ASTM C125, shall be not less than 23 and should not exceed 3.1. Compact bedding and backfill material should be laid in 6-inch lifts to 95% of the maximum density, as measured by AST'M D4253. The bottom of the excavation should be dry befoYe the placement of the pipe. If requixed, we recommend gxoundwater control be implemented, if required, to achieve stable tYench conditions and a satisfactoxp foundation base. The excavations should be performed with equipment capable of providing a relatively clean bearing area. Stable soils ate essential to provide a stsong base during construction. In addition, stable soils enhance trench bottom stability, support for bedding compaction, and min�rize possible pipe settlement. Whenever soft foundarion soils axe encountered during trench excavation we 7 recommend ovet-excavating 3 feet below the base of the foundation and replacing with on-site soils compacted to at least 95% of maxi.mum drp density in loose lifts not exceeding 8 inches. Trench Backfill. Pipe embedment (bedding, haunching, and uutial backfill) far water lines may consist of coarse gravel. Far pipes that will be located under streets or within one foot of streets and curbs, pipe embedment should extend to a minimum of six inches above the top of pipe. Trench zone backfill is that portion of trench backfill that extends vertically from the top of pipe embedment up to pavement subgrade or up to final grade when not beneath pavement. Trench zone backfill fo� water lines map consist of bank run sand, or flexible base materials. Txenches that axe located partially within the limit of one foot from streets or curbs should be uniformlp backfilled according to the paved a.rea criteria. Backfill material may consist of either in-situ soils or imported fle�ble base materials. Fill material should be placed in loose lifts not exceeding eight inches, and should be compacted to 95% of the standaxd proctor maxitnum drp densitp as dete�niiied by ASTM D 698. However, the backfill up to 12 inches above the top of the pipe should be compacted so as to prevent structural damage to the pipe. 6.3 Thnist Force Design Recommendations Pi�ing S�stem T'lzn�st Restraint. Unbalanced thrust fo�ces will be developed in water lines due to changes in direction, c�oss-sectional areas, or when the pipe is te�ninated. These forces map cause joints to disengage if not adequately �estrained. T'here will be a slight loss of hydraulic head due to the development of turbulence in bends in the pipes. This loss will cause a pressure change across the bend, but it is usually small enough to be neglected. The thrust force may require more reaction than is available just from the pipe bearing against the backfill. In order to prevent intolerable movement and oveYstressing of the pipe, suitable buttressing should be pxovided. In genexal, thrust blocks, concrete encasement, �estrained joints and tie �ods are common methods of pxoviding reaction for the th�ust restraint design. The thn.ist xesttaint design psovisions descxibed in this section are based on the American Wate� Works Association Manual M9 (1979). C:oncre e r ss Pibe. Various types of thrust resttaint systems ase used depending on type of pipes and installation conditions. The force diagram shown on Plate 16 illustrates the thrust force generated by flow in a bend in the pipe. The equations fo� compuring this th.rust foxce a�e also given on this figure. An example computat'ton of a thrust force generated by flow at a bend in a pipe for a susge pressu.�e of 150 psi and a bend angle of 90 degrees ls also pxesented on Plate 16. In a horizontal bend, the thrust xestraint develops capacity thsough passive resistance. The capacity can be calculated by multiplying the beab.ng axea by the allowable passive resistance. If pipe can tolerate some joint extension, an allowable passive pressuse of 800 psf for clays may be used for design, which includes a facto� of safety of 3. In oxder for the block to b'e effective, it must be cast against u�disturbed soil and the face of the block must be perpendicular to the direcrion of and centered on the line of acrion of the thrust. A properly designed thrust block can fail if the soil behind the block is disturbed bp subsequent excavation or if an adjacent utility line, which is not capable of supporting the th�ust loads collapses. In a vertical bend, the thrust �estraint develops capacity thYough a gravity thrust block. In addition, the thrust �estraint available for upwa.rd oriented thrust forces is limited to the weight of the thrust block and soil above the thrust block. The minimum size of the block base can be dete�nined bp an allowable soil bearing pxessute. We �ecommend using an allowable bearing psessuxe in acco�dance 8 with section 6.2. We believe that a factor of safety of thYee is appropriate for piping systems, which are sensitive to extensions at the pipe joints. Frictional Resistance. The unbalanced force produced by grade and alignnient changes can a.lso be resisted by friction on the pipe. The length of pipe will be formed bp tying oY welding joints together for the distance requised to develop adequate capacity o� by encasing the pipe in concrete. The xesisting frictional force, FR is computed as follows: FR = f (2We+Ww+WP) Whe�e: = Coefficient of friction between pipe and soil We = Weight of soil over pipe in lb/ft WW = Weight of contained water in lb/ft WP = Weight of pipe in lb/ft The friction value depends on the material in contact with the pipe and the soil used in the backfill around the pipe. For pipe surtounded by compacted sand, crushed stone or coaxse gYavel, the friction between the pipe and soil may be based on a friction angle of 30 degrees. The allowable coefficient of friction, f, of 0.28 and 0.23 can be used for concrete and steel pipe, respectively. This value includes a factor of safety of 2.0. The weight of soil above the pipe will depend on the soil unit weight and the pipe depth. For compacted soils used for backfill, a total unit weight of 130 pcf can be used. Tied joints a.�e used to ttansmit thrust across joints. These ties map be welded oY harnessed joints. Joints may be welded in the field in order to tsansmit the thrust involved. Information concerning types of harnessed joints available and size and pressute limitations can be obtained fsom the pipe manufactureYs. 7 UTILITY CONSTRUCTION CONSIDERATIONS 7.1 �eral This section is intended to address issues that might arise during construction. Out Yecommendations axe intended for use as guidelines in dealing with paxt'tculax soil conditions. The topics addressed in this section include teench excavation stability, g�oundwater control, open-cut construction and trenchless technique construction considerations. The secommendations contain.ed hexein are not intended to dictate construction methods or sequences. Instead thep are pxovtded solely to assist designexs in identifying potential construction problems �elated to excavation, based upon findings derived from sampling. Depending upon the final design chosen for the project, the recommendations may also be useful to personnel who observe construction activity. Prospective conttactors for the project must evaluate potential construction ptoblems on the basis of theis review of the contract documents, thei� own knowledge of and expertence in the local area, and on the basis of sinnilar projects in other localiries, taking into account their own proposed methods and p�oceduxes. �� 7.2 Borin�, �acking, or Tunneling Construction Conside:eations We understand that at some locations the pipeline will be installed using trenchless techniques. Three basic criteria exist for satisfactory constructi.on. First, constructi.on must be feasible which means that it is possible to advance the bore safelp and to mainta.in the integritp of the bore opening at least temporarily. Second, the construction should not result in excessive damage to adjacent or overlying structuees, steeets, or utilities. 'T'hi.rd, the long-term design objectives of the facility must be achieved. A sutntnary of the construction condilions for the project is given below. Pi�e Des;�,m. For pipes to be installed bp trenchless techniques, whereby sections of pipe a.te jacked forward against the surrou�ding soil, pipes should be designed to resist significant bencling moments, along with the jacking foxces exerted on the pipe during installation. These loads generally exceed the ovexburden pressutes that are typicallp determiiied based on the prism earth load to the ground surface, plus hydsostatic pressuxe and surchaxge loads as shown on Plate 15. Therefore, ptpes designed to Yesist construct�on loads du�ing trenchless installation should have adequate strength for most long-term ovexburden and traffic loads. During design, allowance should be made fox anp external loads, othe� than soil and sock loads, which may be exerted on the pipe. T'hese include loads ftom foundations for structutes located near the water line and any possible fut�e excavation to be performed near the water line. Much of the sta,bility of the waterlines is due to the pYesence of relatively uniform st�ess conditions in the soil atound the pipe. Relief of the earth loads on one side of the waterline due to subsequent adjacent excavation could cause an ovexstress of the pipe. ' z nt. Constructability is dete�tnined to a lasge extent by the type of soil or rock. The best conditions a.re full-faced conditions. Situations that a.te moxe difficult are mixed face conditions where two diffe�ent types of soil and rock, oY two different types of rock are encountered in the excavation face simultaneously. These ti.inneling conditions should be avoided whenever possible. We do anticipate mixed face conditions at most of the bo�es at the proposed invert depths. Where mixed face conditions are encountered control of the grade of the face of excavation is more difficult to control, and local instability of the face of the excavation is more likely at and neas locations where the boundary between two stsata is exposed in the excavation. Face of Rxcav tion S bilitv. The stability of the face is a funcrion of the sheax steength and stress- strain chasacteristics of the soil or xock, the oveYbuxden pressure, the geometry of the cross section, the time-dependent loss of strength, the delayed deformarion of some soils, and the construction p�oceduYes. When the face consists of more than one kind of soil or rock, the stability of such a face may be assessed bp analyzing the different materials in.dependently. For the cohesive soil materials that map be encountered the stability of a face is determiued by its e�sting undrained shear sttength. The stability of the unsupported face of the excavarion may be evaluated by a ratio of the overbuxden pressure divided bp the undrained shear strength of the soil assuming atmospheric air pressure in the hiiinel. This ratio is referYed to as the Overload Factor, OF. Based on the measured soil properries, OF values were 3.0 0� less. Generally, a design value fo� the overload factor of 4 or less is desisable in cohesive soils. A value of 4 represents a practical limit below which trenchless construction may be caxried out without difficulties. Higher OF values will frequently lead to la.tge deformations of the soil around and ahead of the excavation, with the associated problem of increased subsidence and possible deformations. It should be noted; however, that exposute time of the face is most important. At the moment of excavatton, negative pore p�essutes are generated. If the soil is left under the same conditions, the pore pressures will dissipate resulting in a xeduction of shear strength. Thus, if a 10 slow Yate of advance is expected, a higher value of the OF must be used (or a reduced corrected value for the undxained shear strength). Fill material ftom road grading or in old utility trenches may be encountered. A potential fox face instability e�sts where weak fill soils a.te encounte�ed. The contractox should be aware of these conditions and make provisions to avoid loss of gtound whe�e fill is encountered. Loss of Ground. A properly designed and controlled opeYation can eliinuiate ox reduce itnmediate soil movement and subsidence to a tolerable level. Nevertheless, some gxound loss should be e�ected du�ng trenchless operation. With good construction techniques, gtound loss can be held to acceptable levels. Generally, pipes bo:eed ox jacked beneath pavement and buried utilities can be expected to cxeate a loosened subgrade or bedding condition which may lead to subsequent deformations. Advance rate and excavation rate should be compatible to avold over excavation or loss of g�ound in order to mi_nimi7e deformaiions. Groundwater may be encountered during tunneling operation. We recommend that equipment pxoviding positive support to the face, such as earth pressute balance equipment, be used when ' constructing this segment of the project. Large gxound loss can result from unconttolled flowing gxound. The potential for such ground loss exists wherever water-bearing sands oY silts a.re encountered along the alia ment. Careful dewatering of such layers will reduce the potential fox development of flowing conditions. These soils were not encountered, however, if they are encountered dwing constsuction tt.lnueling should be halted and measuses need to be taken to dewater the area. Ground Surface Movements. The zone of influence of a trenchless cYossing extends a distance equal to the invert depth on each side of the centerline of the aligntnent. No building structures are anticipated to be in the zone of influence. The utilitp lines located adjacent to oY crossing the ali�unent may experience movement caused by trenchless excavation. Settlement of the utility ].u1es should be wit�un acceptable limits provided good construction practices are followed. Long-term. vertical movements caused bp consolidation of the gtound above the tuiinel will occu� if leakage into the liner o� the sewer pipes inipacts groundwateY levels in the project area •�-�_ ,•.�.�� •�_ _�- ,�.�� Excavarions should satisfy tcvo xequirements. Fitst, the soils above final grade must be removed without disturbing the soil below excavation grade, which will support constructed facilities. Second, the sides of the excavation must be sta.ble to prevent damage to adjacent stzeets and facilities as a xesult of either vertical or lateral movements of the soil. In addit�on, a sarisfactory excavation procedure must include an adequate construction dewatering system to lower and ma.intain the water level at least a few feet below the lowest excavation grade. F4cav rion �tab'litv. Excavations shall be shored, laid back to a sta.ble slope or some other equivalent means may be used to provide safety for wo�kers and adjacent structutes. Earth pressuses fox braced excavations a.�e presented on Plate 17. Assessment of the need fox excavation sloping, use of trench boxes o� otheY measuses required pYoviding a stable excavarion, and the use of appropriate construction practices and/or equipment is the contractor's xesponsibility. The follo�ving comments axe intended to xepresent common solutions to stability problems encountered in similar soil conditions in the Dallas axea, and may not be construed as excavation spstem design xecommendations. The excavation operations shall be petformed in accordance with 29 CFR Part 1926 subpa�t P, as amended, including rules published in the Federal Register, Vol. 54, No. 209, dated OctobeY 31, 1989, as a minimum. In addition, the pxovisions of legislation enacted by the Texas Legislature should be satisfied. 11 Excavations Shallower Than Five Feet. Txenches that a�e less than five feet deep should be appropriately protected when any indication of hazaxdous ground movement is anticipated. Based on the soil conditi.ons revealed by the borings, all tsenches shallowex than five feet may be excavated with side slopes of one vertical to one and one-half horizontal. If the�e are anp indications of sloughing during excavarion, the side slopes should be flattened. Excavarions Dee�e� Than Five Feet. Trenches that a�e deeper than five feet should be shored, laid back to a stable slope, o� some othe� appropriate means of protection should be pxovided where wo�kers might be e�osed to moving ground of caving. The slopes may be constructed in acco�dance with Table B-1 and shoxing may be constructed in accordance with Table C-1.1, Table G1.2 and Table C-1.3 of 29 CFR Part 1926. Soil types xequixed by Table G1.1, Table C-1.2 and Table G1.3 (Tsench Shoring - Minimum Timber Requirements) ase given below: Boring OSHA Soil Type No. Depth of Trench (ft) 0-5 5-10 R-4 C C R-5 B C R-6 B B R-7 B B R-8 B B R-9 B B ' R-10 C B R-11 C C R-17 C C R-18 C C In general, it is our opuuon that the pressure distribution (fo� b�aced walls) should be used for design of sheeting ox trench boxes. To reduce the potential for gxound movement adjacent to the top of the excavat'ton, the bsacing should be preloaded in stages as the excavation is deepened. The detailed earth pressu.re diagrams ase presented on Plate 17. The planned construction will be pe�£ormed along align.ments nea� existing utility installations (eithe� cxossing or patalleling the new aligninents). The contractoxs should be awase of potenrial excavation stability problems while wo�king in the vicinity of old trenches and the excavarion system should be designed to accommodate this weak material (tsench backfill). The vertical walls of excavations should be located a safe distance ftom existing utiliries in ordet to pxevent movement in the soil mass behind the excavation that may adversely affect the utilities. We recommend that the horizontal distance should be 4 feet for excavatton depths of up to 10 feet. 7.4 Select Fill and CTeneral Farthw�rk Recommendati�ns Select fill requiYed to raise the gtade os backfill should consist of lean silty or sandy clay with a liquid ]imit less than 40 and a plasticity index betcveen 7 and 20. Fill material that is used should be placed in loose lifts not exceeding eight inches and should be compacted to 95 percent of standard Psoctor maximum dry density as deterinined by ASTM D698. 12 7.5 Gxoundwater Control Assessment of the need for groundwater control and installarion of appropriate dewatering equipment is the contractos's responsibility. The following comments are mtended to represent common solutions to groundwater control problems encountered in similar soil conditions in the Dallas/Fort Worth area, and may not be construed as dewatering system design recommendarions. A conventional pump and sump arxangement may be adequate if watex bearing cohesive soils ase encountered during trench excavaiions. Well points or eductors may be utilized to lower the groundwater level to at least three feet below the excavation level whe�e water bearing cohesionless soils ase encountered. Well points are genexally not effective below about 15 feet beneath the top of the well point, and deeper dewatering requites deep wells with submersible pumps and eductors. Based on the subsurface soils encountexed, we anticipate groundwater to be contzolled using either pump and sump a�angement or well points. In any case, the groundwater conttol system used must provide a relatively dry, stable base foY construction. Howeves, it should be noted that gxoundwatex conditions will change due to rainfall and seasonal changes. Cont�ol of groundwater should be accomplished in a manner that will preserve the strength of the foundation soils; will not cause insta.bility of the excavation; and will not result in damage to existirig structutes. Where necessary to this purpose, the water will be loweYed in advance of excavation by pump and sump arsangement, wells, well points, or sinvlas methods. Open pu.mping should not be permttted if it results m boils, loss of fines, softening of the subgrade, or excavation instability. Discharge should be axranged to facilitate sampling by the owner's sepresentative or engineer 8 PAVEMENT DESIGN RECOMMENDATIONS 8.1 � neYal We understand that the pYoject will also involve the reconstruction of the pavement along the e�sting streets: Belzise Terrace, Illinois Avenue, Leuda Street, May Street, Marion Avenue, McCutdy Avenue, Mecca Street, Mulkey Stseet, and Schieffex Avenue. .All these streets are utban residential with an ESALS of 35,000 and 25 pea�s design life. : :_�_. ..-„-, - ....�_ The recommendations presented in this report fox the pavement design were developed in accordance with the "AASHTO Guide for Design of Pavement Structuses", 1993 Edition. The design procedure fo� determin�ng concrete slab thickness fo� iigid pavement is based on an extension of the algorithms that were oxiginallp developed from the AASHTO Road Test. The categories requised for the design of pavement includes: (a) design variables, (b) performance criteria, (c) pavement structural characteristics, (d) material pxoperties for stru.ctutal design, and (e) reinforcement variables. Parametexs xelative to these categortes are discussed below: Traffic T oad and T�es m Peri�d. Based on Citp of Fort Worth Pavement Design Standa.tds Manual 2005, and assumuig the streets axe classified as �Arterial, we have estimated a tsaffic loading of 875,000 ESAL (18-Kip equivalent single axle load). This estimate is based on annual ESAL of 35,000, a growth xate of 0%, and a deslgn life of 25 yea�s in acco�dance with the City of Fort Worth Pavement Design Standards Manual. R li bili T e�Tel and Overall Standard i�eviati�n. A reliability level (R) of 95 percent was selected foY tl�e pavement design pexformance. A mean value of the overall standa.rd deviation (So) was selected to be 0.35 for rigid pavement. 13 . Servic_�abilitv. The serviceability of a pavement is defined as its ability to serve the type of traffic that uses the facility. The condition of the pavement after the performance period is characterized by a Terminal Serviceability Index (P�, which is a function of the pavement structure. We recommend that a Ter�ninal Serviceability Index of 2.5 be used for all pavements. Since the time at which a given pavement structure �eaches its termuial serviceability depends on traffic volume and the o�iginal or initial serviceability (Po), some consideration also must be given to the selection of Po. As obtained at the AASHTO Road Test, a Po value of 4.5 was selected. Draina�e. The tteattnent for the expected level of dtainage for a rigid pavement is thxough the use of a drainage coefficient, Cd. A Cd value of 1.2 was selected for good quality of dtainage. We have assumed that good quality dtainage will be used on this project. Load Txansfer. The load ttansfex coefficient, J, is a facto� used in rigid pavement design to account for the ability of a conctete pavement structure to tsansfer load acxoss discontinuities, such as joints. Based on the values developed by AASHTO, a niean value of the load teansfe� coefficient (J) of 3.2 was selected for the design of jointed teinforced concrete pavement with tied cutbs. Loss of Su��ort. This factor, LS, was included in the design of rigid pavement to account fo� the potentia.l loss of support a.�ising from subbase exosion and/or differential ve�tical soil movement. An LS value of 1.0 was selected according to the AASHTO suggestton foz the condirion of stabilized soils beneath the pavement. Effective Modulus of Subgrade Reaction. Based on an estimated California Bearing Ratio of 1.3 %, we have estimated a subgtade �esilient modulus of 1,950 psi. Based on the loss of support factor (LS) described pseviously (LS=1.0), an effective modulus of subgrade reaction (k) was found to be 52 pci. Concrete Elastic Modulus and Modulus of Rub� Ye. A mean value of 600 psi for S'c was selected for the design. A value of 3.12 x 10� psi was used fox the modulus of elasticity of the conc�ete (E�) using the co�selation secommended by the Ameri.can Conctete Institute. E� = 57,000(�c)o.5 Whexe, E� = elastic modulus of concxete in psi and, • � �c = compressive stzength of concYete in psi; a value of 3000 psi is used here. 8.3 R_igid Pavemen T'hicl nPss and T,oad .at�a .itv Based on the above parameters, a minimutn of 7-inch thick concrete pavement is recomtnended for a 25-yeas design life period. In addition, we �ecommend that eight inches of the subgtade soils be stabilized with 8% to 10% lime by clrp weight since the subgrade soil is expected to be cohesive type (fat clays, sandy clays, lean clays, sandy lean clays...). 'I'he exact amount of lime shall be detettnined for subgrade soils by conducting laboratory tests on the e�osed subgYade material during construction. Re'nf�rcinsr StP .l R.a �ir m n: Longitudinal and transvexse reinforcing steel is requited to tesist warping stresses in the pavement section and to hold pavement cxacks that develop tightly closed. In addition, reinforcement is requited at pavement joints in ordeY to prevent deflections across the joint. 14 Recommendations foY �einfoxcement at pavement joints are described in the AASHTO Pavement Design Manual. The amount of longitudinal and transvexse Yeinfoxcement �equited depends on the distance between pavement joints. Various bar sizes and spacings can'be used to satisfy these reinforcement requirements, and the ove�all cross-sectional a.rea of steel (AS) sequixed per foot of slab width can be calculated as follows: A _ FLW 5 2 fs Whe�e: AS = Required cross-sectional area of xeinforcing steel per foot of width F= Coefficient of resistance between slab and subgxade L= Dista.nce between free transverse joints ox between free longitudinal edges, feet W= Weight of pavement slab, psf fs = Allowable working stzess in the steel, psi Slab Len t�h. This refexs to the joint spacing or distance, L, between fsee transverse or longitudinal joints. Steel Working Steess. The allowable working stress (fs) in steel reinforcement is a value equivalent to 75 percent of the steel yield stzength. Friction Factor. This factor, F, represents the frictional xesistance between the bottom of the slab and the top of the underlying subbase ox subg�ade layer. Based on City of Fort Worth Pavement Design Standa.tds Manual 2005, Friction Factors between pavement slab and material beneath slab shall be in accordance with Pa�t II — Table 2.8 of the AASHTO Design Guide, except the fricrion factor fo� natuxal subgtade shall be no less than 1.0. Based on the values �ecommended by AASHTO, a friction factor of 1.8 can be used fo� the condition of stabilized soils beneath the pavement. Stee1 Rec�t�ir men The design consultant should determine reinforcing schedule aftex the joint spacing (L in the equation above) is determitied. Based on Citp of Fort_ Wo�th Pavement Design Standaxds Manua12005, all rigid pavements shall be jointed reinforced concrete pavements QRCP) or continuously reinforced concYete pavements (CRCP). Only steel seinforcement will be allowed. No plain jointed concrete pavements QCP) will be allowed. Continuously reinfo�ced concrete pavements (CRCP) will be allowed only if approved in advance in writing bp the Engineex. Reinforcement for JRCP shall be designed in accordance with Part II — Section 3.4 of the AASHTO Design Guide, except maxi.mum spacing for number 3 reinforcing bars shall be 24 inches center to center, and for larger bars the ma�mum spacing shall be 36 inches center to centex. Reinforcement for CRCP (if CRCP is allowed by the Engineer) shall be designed in accoxdance with Pa�t II — Section 3.4 of the AASHTO Design Guide, except transverse xeinforcement shall have a ma�mum spacing for numbe� 3 reinforcing bars of 24 inches centeY to center, and fo� larger bars the maxirrium spacing shall be 36 inches center to center. $.4 Lt' 'e.._,,fi rari�n �f Sub�, ade The subg�ade soils along the pavement alignment genexally consist of both cohesive and cohesionless soils. We recommend that at least eight inches of the subgYade be stabilized. 15 Stabilization of the subgrade should increase the modulus of subgtade �eacrion and provide subgrade stability foY consttuction during inclement weathes. In addition, subgrade stabilizarion should enhance long-term pavement performance bp reducing the tendency of the soil to displace by pumping. We recommend the followuig proceduYes for subgrade prepatatton. 1. Clea� the e�sting pavement section. 2. Strip the su�face soil to suitable depths. In areas where soft, compxessible or loose soils axe encountered, additional stripping map be Yequited. Stripping should extend a m;nimum of two feet bepond the edge of the proposed pavement whexe possible. 3. SuYfaces exposed after st�ipping should be p�oof-rolled in acco�dance with TxDOT Standard Specification Item 216 or equivalent City of Foxt Worth specification. If rutting develops, tire pressures should be xeduced. The purpose of the proof-rolling operation is to identify anp underlping zones ox pockets of soft soils and to remove such weak materials. 4. Befoxe stabilizing the subgrade, scatify the upper eight inches of exposed susface as Yequixed, mix with lime, and compact it to 95 percent of standard pxoctox maxitnum chq density (ASTM D698). The amount of lime shall be detertnined fo� subgtade soils bp conducttng laboratory tests on the exposed subgtade material during const�uction. 9 DESIGN REVIEW HVJ Associates, Inc. should �eview the design and construcrion plans and specificarions priar to �elease to make certain that the geotechnical recommendations and design criteria. p�esented herein have been prope�lp interpreted. 10 LIMITATIONS This investigarion was pe�fortned fo� the exclusive use of Frees and Nichols, Inc. foz the pxoposed Wate� and Sanitarp Sewer Replacement at Council District Eight in Fort Worth City. HVJ Associates, Inc. has endeavored to complp with generally accepted geotechnical engineering practice common in the local area. HVJ Associates, Inc. makes no warYantp, e�ress o� implied. The analyses and recommendations conta.itied in this �eport are based on data obtained fxom subsutface exploration, laboxatory testing, the project information provided to us and out experience with sinvlar soils and site conditions. The methods used indicate subsurface conditions only at the specific locarions where satnples wexe obtained, only at the time they were obtained, and only to the depths penetrated. Samples cannot be relied on to accurately reflect the sttata variations that usuallp extst between sampling locations. Should anp subsutface conditions other than those described in our boring logs be encountered, HVJ Associates, Inc. should be .imtnediately notified so that further investigatton and supplemental recommendations can be provided. � � PLATES � � .l ._� �� J S� ' Y t t�' . �t ` 'SJ l��+� . t, ,'rtt'���! ,. � & �� �w.r :.,. ��.;. -,i r� ", �+i�` w� ( � '....';�'Sr, yi;�4 � #JS:;2 i �I � � L I� 9200 Kine Anhur Dr. Dailas. TX 75247 2IS-678-0227 214678-0228 Fa� ASSOCIATES Source: �eodata.�OV APPROVED BY: PREPARED BY: DAT'E:5/6l2010 FF � US Maps & Data WATER AND SANITARY SEWER REPLACEMENT SI'I`E VICINITY PROJECT NO.: DG-09-11080 DRAWING NO.: pLATE 1 �i_ _i, . , � , ; c : ; < � i - , ; . ; . , , . , ; , , • ; . � . - � ---.�.._.�__, . .:__.__: , :_...._. .i �._ � E .. .�.. . ____ �- � 4 • - = • - ; . ; ....----_...._> . . - - --. .__..-�- -- �--- ---- -- ._. _ ; -----•-• - , �--- - � - - - ; � � ; � - --- -- - ; ---- . `•-'i :: � . � '�____ '..�_._._ '_'_ � - - S.. _�, f' "_ ; . '_ � i t F , .. .i . � .j.. ; : . ._' s_ � . _ j i� . E. I i + ' E � . . . ; 1 . i i � 1 t � i � i i � � I � � : . � � { j � � I ' i i � I t 1 i i t t , : � }' i; � i i j ; i I 3 � i t � , a i r i ; . i 1 t t : , . . ' � i " !i �i T '. . � . : i } ., _._____' f S.r._.._J_., � � __.�.E_._! ._ f _ .,.""�.1 .... s � ..._-�.- � '• i � k i _ : , ., , a : . . ... _ ... � � � t {..,_' ' . �<�".._...:�"_', ._�. ._ �...�..,.__" �� ._.i �.. -_._` �. '"_ ._....- `.-. t ' i,.� � __ _ _ _ � __;_- _"_"P 2.�_._.'.__"r'.__"" i' � __ _"j' I e--�-�...�_"_'_ __' _"_'_"'... __{ T 1__ '.1 i .1-_ i j i i i -' ' , ` 3 i 4 � � � i � � � 4 ' i � ! � i i ! ui � 'E f � 3 t s i € i f � ` ' i '- � � "i � i � � � : � { { i � : 4 t ; } i S i � T ! ; ' ; E } i ' i j � 1 F � � f £ t � ; t a , I f , � 5,.t t � I i � i - f � � � ' � j i i' ? � i ' � j F i i i i . i � � < ( : � . . : � � r - � � . � , i � . . i i ` � i f T x . < v ; . : : : . . > � � � ��_�-.._'! '_r��_�..._..__� . . . . . i . . � � i � i F . i s ' ._ _" .....�__'r.�_�. _""'�'...��..�_��.����.�_..�__. .,.: < � ' �_.t'_ . . ,. �_', t��..�..���._��_�.��� � ___r..�..�. �._ . ._�_ .�_..S , , ETERRELLAVENUE - f a- -_'---; --� ( - �-j--- - -� -'' ( r -^•�- -,- -j--'--I--' 1;.,'; _....,_-t- -i _ j t;_„__��,. � _..._ -;' i t } t � ' ( § . � _`._ � , � 1 i � E = � it�� �' r f -, # � t 1 � � � � � ! i i i � f � } { i } I � � ` � � ; i f � } ---� �----� - —�---f — €-. ......_.L---. � _E £ _ �. _, t � � i ; R-5 i 1 � . �_ ;._.'L--= — ' �----: ..� — . i 's � � t = � j E E ` i _�__;}-' t �� : < < i _ .'.._.j .�."�4_`E "'s # i ` . ____. ._'_""_. ._ :.: _ ._ _' + ' i ; � ` � _...-.. � � � � k f t � ; � ...__ F... _._ 7 . ..} t � w t � i � i ! • t ? §3f ' t s � f � F i I." S[ 's� f t ¢�� 1 r : i j ( _ � � �� � i k + � � I � , j f � � � s €'w'£ � i� � 3 � � }'__� ._.? _�r� i ___"' "'_! "_" ' � "1.....:_.._':.�.._.._'"'�� '_�_..._ -.. � j ` � .i�if � i � � f � . J E HUMBOLT STF2EET ' � � k ']� i'' t� E HUM�OLT STREET i �.�}' F ` � _� �� _ j � 1 1 ,i ! ,wc � E t a = s --s ..; k 2 � . -f---`� " '"i� "�"_"'_" __' . "'i�L..._.S...L_�..._i��i.. •""''._.`..-_..._. .._.F � j 1 -_.l { � _.r_ � .�- }-.i ; ?` � �EHUMBOLT"STREE']"�4' ' Oi � ( ' i # i t �1 : 3 F 1 t F � ( _ .e ` � , j = i. i < � . Sj }j � t f } t 1 ; {t _'_�S_�.._'.'• � 3 '�_"., j £ � i � � t__%.� � I � � � t � I, S � F I { t ?i�ii" _ f }"""-'`i II��_ � _ �._�_�_-� _._. -.3.._'s .._i�__-L.__ _t'__"_..,,:�W:_..._s __ "__`_ � i 4 { t.�.:; �. - 5 , i - -� _ �_ _ f i E DASHV�IOab S7R�ET � i = � � � ;, J!r ' ' ; ; � � � ` _� .� _ _ ; s:. : L.. ; -3 �—� � -'� i ' -� �� [- -'� ;i �� - '—� � -� (i - — f 3J,. r ! � - -- m t � j 3 4 � [ ? i , . .. S ? ; , ? � } �- — -- -- _ _ _ , . i _ t ! ' � ' � ; i i i i ' �j � i ^! � , -' i .�..j { � ! � __�.._� . .__. t ' i ' ' � — , � � , LL� j ; { � . 4 '_ ! __s.._�_ v � y - _ . , , t , •-;,-•---��.¢��_...... . � .._ ._�— --- ----� —F � , R � t i � REET ' t" s, � i � E PULASKIST _ 1 � t# ` j � i # � i j � � E � if.�:_,: t g ' i ; j "__ '� '� i"'r_'_"'_"� � . 1 � � i = � � E -_ � � �__. �_..'... ;---"' i '-•'!.'-�� --- k � �-' , • i i � _ . � _ . : : F , . ? � _i . �: --'—i---;.- _ � .; '. "...s 4._ i E PULASKI STRE�T � ; ; ! i = ; E PULASK153REET --. � ._�__ ... _ _....---•� ��;-, ----; .-_-_. ' •—� t--` - � • `--- � -,..._.�. ._ _.._..--��-� -- • - • -- - - e , . . . . . . _ _. � i ` � i i 1 { � J� S 3 '� ��--_._.__�;_.-_,_f �'------ ; �� I�^.� � 4 i � f � i..,��. � ..'� . ; ; : � . . �' ' � ' � � - -- ; ? • _ � � i � F , } s t �-. : ..�----y'_`- ` t _����_ �_.,.�.�. �._' �'� �. �_. .�� � ... .:... �_. . F ._..� �_? � ! � _��.} F i : F � 1 e _ • t � {� ._. j ' 2 1 S f ; j �: i ; � i � Z = --i �..__ _...� t i =� � ,.,._.._4 _ � � --�- :_�_a i._.._ 1 � ( . : . . f �j "' : > , � ` � � s ; ' ? 4 . = VERBENA�5TF2EET _ t 1 } � � � ?� �_._' ___.. _ 3_.: i�'_" 3_" ,' �s _' ' "•.�' ' _ _�__i�_. i ....,_._,_ ... _._ . � Y VERB�NASTREET ; � F ! ; ; ' ; i , _ ._. _ � �. ;•^�_ ; i T �.---, ,.. .._ -- t -----_ � � i � . ; � ^ j � ;._ � ` ' i C� = �' F ; t � ' � .. _..: —� : : �. ; .t I ' 3 � i }' . 1 i---"-'-{ . --'- , i -'--- � � : f } � ! ; { . ' e--..._ � t -i .�i��_,.i . � � i i _j +3! � ; "'""� i i ' ..... ... - ..' ' ' __ ?• ' ... �.�.. S r—,��. �—�.j._���.' i ';' . �y--.._..: ' 'i i 3 ! � � -- ? 5 � ( ' : : x � 7 i � � E ` i � ._. . z � f ` �. �..__ ..._ � ��.�_.[ � .i i f t � � I � � >.,_.�__. ..; :� ! . I : _ � t; � � E � f [ ' , � j * S` _..�i ?........:. `. : [ f � { i 2 .�_. _.._..._. _-: L.a�__._.i_. L _ ' ; ! i : ._��__.��__.= 4 ' c._____-_�;........ •_-�t�__•-- ' ---'. _.. __.,._�..--- -.. _.__�__., E. ROSEDAL� S7REET � ...-__3. € � i �.._.i �_. � 3 � �. . :. _ �� � � � ..._._ � _' __ E -.-. t 1 p j � ; � __.�._.:..... {� �� � i ; i ---�—s�-- �_...i i 1 { F �_.._ �--- ,_i_. ; � ? i s' j 4 z i { [ _ i.._i � E i .?___ �__.. -_-- ..�.e----:--{--� ;--- --;�- -{ i• ; -- � _3 _, _£ � .. --•E-------_—± � --;---- : t ~ ^ � :—� _! . � - _ --� ' j � ; a; �( _`..�� —�_ i s i ;. ---� 1 � = ' l 4 ; � i - ; ; � � � I 1 ; � � : � f j � > ; f - ; _ , ,_� �� ; ; ; 3 � . � � , i _ . _ e_�.� - ' -- - �., i . _.._ ...---- . __ ._ - --'---- - . r' }" �.-.. _ ..__._ �S � .. .; i . : � '— r--- - -3-- � _ _ -s"--� r-'{ . . k � � i , '� �� f J"� �. . ... � €� -.2 - ='._F �-",- --f--s � { � € i ; y = ..�_ . �� � � � � � __i ;.. . , : ! i ;E` ' "' t � . . . : � � s �� � - ; ° ° _ i t--"'�- -'-' i i ' -" "_� �' _ 1 , s.�... ._,.; ._�E-__. ; ._.._. . .. _�f � ; f - - - •^-'-- �-- -. . -:,/.,.. �-._ �__. . ..._..-'—c-'-'._'-' , .i. .1..-:'- #- . t- •-' f� � �._`. � � '�� '{ _' : = t I i � '-�"_� 1 .� _� ` � i �-i i S 1 '_' T--S -'_�_^'.�� . i i j r F i ; � € i ; �f.f-•i--i #. .�. � ..__ _ .'3 --- i Z`'``..� � i : t 1 - ' ` ! s f e _�t I i f , 2 i 1 t ( ` 3 ` i ; : �l '^_ _� `�_ ' ' _ ' � _ _ '_:} l y 4 { � j, � ; i , `� '_'` � 7 j # -. ? F.--.L.._', r : -- � � -�=['�-{--; -;-- -: - -- �� �---f ! .-1-.---� _ ! i . . �-° iT ? 1 , : : � ..i..,,•�= . _ . � i .. � f-._...,..�1, } � i i I ,I� I, 9200 Kinz Anhw Dr. Dailaz, TX 75247 214678�0227 214-G78-0228 FaC ASSOCIATES .._. APPROVED BY: PREPARED BY: DAT`E:5/6/2010 FF � WATER AND SANITARY SEWER REPLACEMENT PLAN OF BORINGS PROJECT NO.: DG-09-11080 � DRAWING NO.: pLATE 3-A ( t � ' ' ' ' I j �--._.._..`i if -2 , --.. . .: l. __ ----- -- 4 _?. , :._-- . { __._'t _ —�t —;! i � j.. __....� ._,_.. _, .i ._.._ i i"-- ---_ ; i� j ,. L.� .--�--31 �; ; � � 1 j � ` --- j ;__-----€ {� =t , :� : �; _! � : j � � 3 i _. _.• _. � ___ ���"----� i i i f i ; _�T �.' '' �� ( "'� ", .` , . �, i ' 1"__' t 3 � i �; i ' ; k ; .. a �.�..... . " 1 ' ( � _ ..... _j . t�..,�_�i%___._; �? _--.._3 k ,,. ...__� t1J _,_�..._� _._..._. _ __�.__, t �--.. _._ , r � � } ~ � t i f i N �____� _ .I i ..__ ' �'--- _ -� W .t_._—_.1 � - --' : �_.._.�.__..£ � � U' i ;---- � E -- � z j ---� i - -� � � - u---: t.,--i � ' -- -- � i - ----'i E _.� ( 4 '--..____?' __--: ---_-i :..- _ _"S �'�...�,.� .�"�.� �'_ � —•--�'`•---•-- } ! �; —..—.� t-- � -� �..._---�, � ; '---•{{---•-1 I ' I 4 j' i ;, ' � 1 �` ---- -! ; � ' ; � — —•—; —�-----� � ' i! � � a .._._.,-�-- � .._....� :._.._._._.. ...__.....� __ _._ _�. __— •�• - --,-..i '--._ __-- _.... _ � � _,..._. ....."_'_'_.. i ---•------ ---{ � "-. , 3`_`.'-'-._- "..___. ,I� I1 7 • � ••' '� i i i j ; i ). _.... _ _. � 3 I + � _ i ...___ _. ; ' t . �•----�.._._.._._.. _.�. ._ t._.___._._� , '- ' s� --_a ..__..� - _ _ , � �... ,____-•..._--- ---r— - — ---, t i i i i ! ; ; � 1 / � —�- :^ --� = � i � s•--�..� � � . (.__.— ? � � i `_'�i '_,"_. _._3 � � { £ �--�- —} � i .,,, _ � '- _..__ , ,. . _.._.._.:.._._._.----�._— ... _�._ ...: __ �""'---' � "`" 9 ��"�• • PENNS'YLVANtA AVENUE W. HATTIE SIREET "'�••• . ? 4 •.".:.. �.� --2 -� .�_��..��-.___�_ _...�_�._.�.._'_____._� ' f.�.�.����—�'� � S ; t ; !— ... � ; � � � � 7 : ? � t 7 ! = j � � _.,_._.4 i---- � S - ' � � � � { �' { � - -.._�� 3_ _.� 3 i F��j f.__.___.+�_ 1 �� iZ + � � � �_.__ £ --' ; � j [ � LZ i j � � : (Lj ( �'_ <C ------�--_�� ' _-`- -�—� -- � <C �'---:... --•-•-! '`� !—•---------_..__-- -.____..` � i_._��. � cn W. CA,UNQN STREET z cn �r ..__.. .. . ...-- S.F ;-----__.,---_- � .__ __ O l.._. � + F � + `i i- c '------' '--------_ ... ..-�i Z T "-.}i. Z� i W��`- 1__.. F� �! i U1 � i�C 3 j� z � �___._�-----� � {- - W i � i .�.- - -, � � f._._.__._�....__; a � ��� �GV��R �J �.,:`�GT�� �,:.�:j:_: � ' • ! ` �' i "_'.— . R-6 ` � � � --- � i } i i I _ � i.__..... � ; --• --� � ---� , } � s--•- � -. q ? � �----�-- i'-- —; _ . �._T i. �.- W. 7`ERRELL AVEN . —. --� i � � s �� � ? � � i, ? `i ----_j__-__: +� ._...3i.. � r � � � . �--- �--� i�' � � ; { � � 'i�_. } I - �. --------__� `.._.___----�- -----=--. ._._.,, _._. � � - � , ; _� �...___� �._� .._: --#—�--; �- ._� _ R-7 * �—�_� f � ` `s, ' i j ; � �=--- ij�--__...__ �._..:_.....# } �� , ;' i [[[ ) � __�..,f T r }_( �S S .� , .._.� [......__ �_."'_.F � ------�j � # j� �_��:_..i.._ ? � I i3____...� I }-----..� � s � , %__� � �i;_..�:_ _' ' •-----� { � - -- � 4 _ __ ___-_� __..�._ UE I �7 .. "" _^—�} �----- � ( --�"_—' --.-� � — - � � ' • ! ---• i f � ---�-i--•--__..� �.... _ . ....__.. { �._..,.__"""� } �N " .._..€ � ; i j � T � •------. � i ? t. --- ... i i _ . .. .� 1 -- �— -- + ;------• t i .., i t ' � ; �. —••-� �, .__. f —' !-- _ -,— � ._ ^} � . �� i � �i �i i �. €--- r }..._ f _•� i._ ii t "'� j' i I £': i ..._..._� f _. i i- -. : �_ � 'E ij i-- �__I L_ . —_..y �... � • � + i � !_ . 2._ ... _, � 7 � { ; � i • ti {' ' � � - i i � ; ; 3 _—� f i� � �`z�i� ' � � ---•_"—� { ' 4 � r __— _ _—•t : � ... _. . f ° __._ + a : � —�S � � �� i t � �. �� t '---* €_—_—� �-- { �' --� � i: i j �i i � r ---`_"? f '"_'__i __._..__i i_�____._� 4 `-- � [-..�..., t �_`_ fi. � E ._,.... � . ! � � f ."__'• , � '_'._�.__.� _. k "l _'_4".._ _...._�_' � � � � "__ ._. . " • ' � i ` 'T.�."'"'"' _' ` __' "'"'_ '1y • � � s ._S-� � 3 4 _ _—_ _.._._. + ! ; � a i : �j .� f i F _._ .' � � 4 t' . .. . .i i i 't._.� ' "_ __'—_" _ { ; -•i. � � ; 3. .�. a ( - € � ! 4 "--- - �- -.__...: _ —'. . __ .__ .�..__.__.._. _ . _._ _.�..__---- �..._--i -- �' ' PENNS`ILVANiAAVEtVUE •-. W. FfATTIESTREET ; �'�--.,_�...,._._---, -- �„—��-' "'-' � , '--'—'—. ..._. . .'— "_.. _ i � i I � i �y ( r._•__ I _.. _t � -'--'� � F ` f F ° { ' . ( � i i � _ ��---�—<--�--� Z : , ? i i � --- � ; �� � �..____._.i ( 7 • ; ( s --�---- ----i 's ' -----�� � ' f i : : ! . E ; ` , '1 � 4 '; 3, I j � __ .._�. �__.__,3 # { �- i' '_ 1 + j�.__� E ---' W. CANNUI� STREET — - -- _. ._.__ ___._. .. .. �—__ _ _.—, 3 ;•__• ; � ' . __._.i.. ;, ' ; S � " "� t_ _ � � { � t �._.__...____;:� - -- --> ---..____. _- :-----�-��-�--------�- -- ---;r-- ;' "_'—� 3 � � F � � ;`- ='��_.__. _; € ` ' � ; :i � , . � , ' ' } � � R8 = = __ � ►— _—� ----� --_ _._ . ___.. — ., I � w ; : # ; � W � -- � f__._.._.�� : � : W � ` � f ` ;---•- �'- _� W --{ r -t W � . j'.�..__._; � ? : i__..�—_._{ .c� _ €� t ��` :�_� � � I{ �t Z 1 i � ' ! � � }� � � . t i F- t y � " + Z �---- i -•---� �#? f [ +�. � i : W � �( ; -- =-. �. ,: --�. . _ : , j F ; � � I � � W ; ; �� W a� � 7 � �"---*+ � � 1 � i i �R'' f { . , . � � ' c ' 1 . , ; �` ' ' �----`--. • �� --- - —__7 � ._, ...._:__ > t'._--•---._,. _......_t:�si_..---- _----._. .. _. ' W •- - .• t�____._� _.__�� :----� t----- - ��--,. �' _.�. � i i i ---, _ --� � � _ � �_..._._ii�. !�' � . j� j � � �—� g.--___ .� ` t � ; ? _. ..�_.�._.i � ' = i '.� ^ � �•y -----� � j # i ,��.__�__�._.,Y �._—_"�'' t ._._.. �I� -I1 4 :�� � O IEUdAS � cn - �----._., i . _ F ��� � , .� _...••-�•__--� � , -� ;- --._f u� ._ �.�__.__ _ _.^_. ._; z _--� - C� § � �''r?�� _ ; O j t ; i � W � �� , � j � � Q . l #. z[ L ` i;,¢ } � i � t k � i�'` � ' ? � � 1 ` i : . � � . �`•-:i' ,i S � �. _.._t: ; _7 < { � ' i i �.._...;r � j : t__ ( ---+ `--- � � 4 �{ 4 _ �;.::�,; i_-_—_� tn � ----; 3� ._ � t�7 � r i � ._._. ; cri i � �. � i f� i } � --:� ;e � ' E i� � }— 't � t?— —3 €'_'_ _'�_' ---�, � j • ' S _ __ —1r � .�i _�_. 3"`_'_� : '_"_; f � ! � E-,._ . t } i_' ;; .� i ' € R-9 �_ _� j � .._.._.___.� i :;._. �, � � _ } � i = I ;; - � f : t._�_, � : � � * 3 : � z i� F . � #} .' s: �(---. �.:-,i i � , } i . _ 3 I � � � = : : • ; : 6__ . . _..._..._�T�� . :_: __."_' : ,_-.��....� L_ _..� c�..—_—_—'______—' __ "__ t :_' W. T�RFtELL AVENUE � � ___...._� � ,__ ._.. . _.____._..--- - ---,•; --- -- � ; } E ? ( f t ( � s"--------. �—__"_ F t � . � ; � I � ( i � i ` i -- � ---- � i�-�------ � � i � F � i� I� �; li ;----, �-. t � � is ' i j_ ' � � ! _' }-- • -� 's_. 4 � i� . t %i�:._......F j _ ;,.._._I �-'. .. _---- � ---;; - .--`� t y� ;_._ �_._- : --� �...- ; ---�} �-- . r t r r L, i� i ' �..� " 1 i ,t =.� ,. z... . `� �� ..j� '� _ � "e' _..... - _ _ ..i '�t' .-.i -!.. i'j j' ;t -~.:j , 3 � i ' r � is .__.�,_�i %� j ': Ir := f� r i _� _...__._._.i-_-- __—C.� _j _ ..! :__f.._�.. _ _ ...� __i��.� t f i � ( ` # � ; ; � = j___� I ..5._i_.,�.�€ } �. .a__-.-� f ! j a 1 i� �� i i� j � � ' � � �. ; i _.__..... . -..f.._ _,� .. .'._�___ � .__.f � _ _ � ��_ I � -q3-`r[ ij F i i � ; � � s �iii►�� � -7-•- � -� •- -�--� � � i i � J � � ` _ �i � • - � —�•---j--j�- ti ` ---� '_� _" "�.. _„ ""'_.'._`_.._.____:. .. y � � ) � 1 , s � i ' ' ( � , ; ; { t : - F F t 1 , � � --- i - ` ' �' -- � e� � ;- :`----� R --� i � r � � � � �L � _..? . �"_j �_'� ' ' _,a � ., -_{ _3._...... � _€ ....E�__ t.v. { i^ � ~ } • d ! t { t � � < � it � � ` I t � I � � € i � � � E i i � ! i 1 � ; � ) . . � � ; : F 1..___ F � _ { _�..._.�_. . ._I__! __.__.__._ . .i.-- �._..��_-�.�_"�- �---;�•--�j� i- �—� -! � µ� � � ss 7 � � � 4 1 � � � � � � � r ; � � _. . ,�.""__�.."__';._____a.__ :L.._. c._ �3 _i. . .. L_ � _ � _,� '1"'�. _�.�""�"'3'" 3 '_�(i� � 34...i"' '"_; �'"�' :j^"..� '""_; "�^'�€ ___ .� _;" .�''�"''�^_.� _'i'" � !_'_�'� t " - i , � � j � P � : . i 1 f i � ' ' � � � ' �� } � � ? � ' � � � �g � £ � ' � ! � � � �.. , ` � � } , <. i ; � i i � �>= : �__� � __ `_ !.. i_._� ���. =-�--�--•--=----�--=___; •---�-- �--- . _: _.. �_--=--.-_. • ' �' •------- _ I__--�_ -.__._.� .. .--- - - ; , , 1 } � i i ; --�-• s ; y -r ` `f �}--=•-r--, � _�._--'; --- - •— - -• - - ^ _ , ^! � ! � � } f 1 j ' � ; ! �^ ( i i.� � � t. i . .; . � _ _E .4.._ I. . ` . _.t _ t ..i � � � � � ? � � � j�. � ; � j � � ] � i � � � t ! � ; i � } � ? ; i j 3 � j S � � _ 4 � ; ; � � ; . -� •-- --... . _ _ !.�. �_f_�.. Lf _. ' _ __. E � . � } ._._� �_..� � _ .. . t � � _ _ _ � _.. � f � .��_..i _�._� � .__s.__;.. _+` ,� t ! � t i i t _.i � _..._.�..�i—.T s ,__..# s (-_�.,..,_ i ... � .i..�: ; ; --�— ,__;_�__,__.,_ �,�_.f... j ,-� - -r—, ;-�--, �---; _ ' f � .� � f:. � _ j � at ( j � j � � � 43 ; } � t , ) jj j �j � � ' � ? ; i ' 1 iI � � ' �7 i1 i i . } � # i i � t S � ) � f ; � � 3 � � � S �I � � � t i � � ! s.i f �-, .f-, -' �--3._.�� �-_ . � . � 3--= — - -'- -i--� ,---._� ..-•�—� ._ s....-��-- ; i --fr�_}. � �...i {.. _� � ` _ �... ; __.i _ �.},_#_; __i__ i _ _� ` . i i � S1 .� � � 1 ; � ( d i � ;� � � � j � ' ! �1.� � �.� ;��` � � � j ,i t : 27I I �; ; � i i � 1 i s � I ! � � � ! ! � � � i � � s _ i � i t t { i � � i ] ! F, � � � d _ C4 T � Q � � Ltt }-. � i : f . - C ` �• y . i . : { "i �. 7:. - ' r . j - 7 1 � � ' ' .; __, � � F ~i . ~_�~ �' �i = `w _ .�:t, i� � . � � j r , :•{ 4 �-y . i� i ,• ~� -' - i J p . ' :....:.: ....... l. : 1� r , ..•1� .- � f� ; , '^ f . , s f ., f ,��Nra..:,�_.:.,._�,_',` :� ;� j •...'t'._.. t7�(-� I Y� , (T��% �'.i, � i E RAMSEY AVEtJUE 1 i�' I` � I s��--e�- --� ti E ` � i ; � ;' � f f { �} ; � - i ' � 1 3 �! E =., : � � , i� � t t :���i !_.__i ._._�_._.--- -.�. ,---=---�� -- —�--,.__......---_t._,__ _..... ?� i i i� i t I�?� � R 10 j� j � R-11 _.,t; __4� __ ,: . � —�—'--;�_ "MARf�N AV�NI�E::� , -:�=�__-���-.=:_� � :�3��1;����� � j i r F_ _�_. . I I l_ ���._+. : >t Y-t- t`. i i� �`�! (`� ��i � S i i i ��.��T� S ! i � � E I E j� .. } ��i�_� � �.., � E MULKEY STR�E7 l,�-i i__._,�_,-.�_.. ;_._� �..� __ ., ;i � I i j j � � ( � ii� S 1 ' ' E . .__i__ �T.� � �_,__.€_._z_.� i: --- j -#--_•- � --� `��' � -�- � ---' f � j j � 1 _ � � }# ; � � � � i -. •?—.i __.�. . � —'--i_ � f �j E f i ' ' � � } l j ! . -�_.�:} .c. .__'_s. :_�...__. "�._`{'���__�"�'__f t.... a_"_' '---;._..z. _�_._. �.� _�.- -�- -- - -'—,- _• .:'c' - -. �t ° E � f � � . �t i i y � ; + � t � = 1 i 1 � e # � � i � : � + ; i ; � i ? ; _i : ` ! � � i _S _.i_.v�.__t..- � i i _, ,. .- ._ : . • _---- _._... ._. -- - # , � ; : '_s_^.� _.�;�= t--r--•f -- ..._r ,. - . t a j i a � ` ' l t ,. � ' � � ; ; ? � � � �( � i. � i i ! S_ ' ` .,.. `_' } � f{ 3 ' '! ' ' ' ' � �� .1 i ° ; i i � i � f � __�....?. _ _L_:� .� � _.L_...I.__._._. j __., - -- ___ � r..._ � . _ �-- -- - ; - �� � _�._... s _._ } , _ ; � .__� ; � ` : � � t � � � � 3 ' ; t ' ; , ;; �� �_ - ' � ' ' ` rt i � i � i �� � 4 k � � i '� _..t_ E i..� a ? -��-,:., .� i- �--•�...:-_f'-- �. -�---{'---j 3 -; "-. �"j i , � '� _ ��� � � : +;;l�;f�+�'(` i ; ; r F � � i � ' } f ' � � 4 t� i j t:�i� j �f � � r � �+ I� �� � � :__i, : ._:__..J...._: .._._.___i_._t..:..�..L_:.S.f.i..t � •. i—. F � ll.� � � Q � _ f..�_ �_ _, ..._ ._; -.- --.-; ---;- ; -.-.- - f ; i• , � � � � s •�- -�- i � �� i t ;� � � � � I � � , � ' � � ' `.__i.._ � (_. } I � } � � i ' E _ .�_ .�E..,-=- - ___i_..3__.__.�._! �i__ •-z' _-' - j - 3 _ �� - { , �. : i .._-.'.-_ f . .- _.�_.. i ---- -'__._� _..� _ � � + i � ?, i } ; 3 � � _ ' � ' ? � � i =# . �} � t s ��� 1 °� 1 i j�? 13 3 i } j i ? f ! •" r t t-- �—= ----....__.... . ;... ._�_.___._.._---�' -��--��--�- � ,I � _ � I1 i i ___! i , ? �. ---- ---i --- --; --. ..; L __. _�� � � -- - _.� � -- - -----{ d f� -- .--.-._. _. i }^ --- - � u� �._.�_- i _ __.. -"j _'_ _^"� .... _ ( ; 1 - �-.� .T.f ( I � � Li{ � � r�5 t!] Z � � � . i_�..� � i � i �-i T� i i ' � '��( ,, -18 -�--- -i i ? � f �.��.: i "-..�. � ..._� __. �. _ c �....� .__- "�_ � 4 c (` j �Y � . , ; ' ; j q � :� � � 4 ' � i � � � ' 4 �} � 3 S '_j� t i__�... ¢ 3 i�.L �__f _�l e S � �• { � € ` � t � } � � � ' : ; l ( � € i t ' 1 � : i � i ` = c � . { E `�3. ? 1 i ..._ i � '� "'� E —..." _'___' "_'�.�3 COLVtN STF�EET � - ---�, � ' - � � -� -- � _-,_._.?-._}. � ._..i lT _�__} _ # �__� � i j �_ � � r- ` —��— � � � � f 's ��( j 3 ' � { ��;�=i�;��� �. :>� . � �^�_ k._.?__��__._�_ �__. � ..__.�.. _.i : I � --- _.i �__'_� � ----- � i �--� ;- _.y.� ; _. ..--- `� -----�- 1 � � `-'—.—' i i- ` # - i t' i i i� i �'/ � / I� � m �i _ c� _ W � � � i-- Z ;! ._I � t' � �- _r`{. a t'. f ~t ' ar�r x t : i' ' i ; " ����_....=�.._ � � � i �' �r� sr��.�r -- {? ; :-�.,-"�'_' ' '- E RAMSEY AVENUE j,____.�__.}___;.__.._j �'_,_.;�__,__._� ;. � � , � ?; � E � � it t� � � ! ! � �; ;! `f : : 1 j ; ?� � i :-�_.-_--;.__.�.-•-- =-°� �' --'---� '�—; - - -• `.-• ."_�-- •��-s-"rr---i ;!: �i ? ' j � ? t ;i I ! ` � } 1 � � W i; ; t --�—�.._.i.._� �_� � } �..�i. �. � MARION AVENUE � !: i . �._ ; , .,i �-.�_. -.�.�^�__.�_ .(. U) `': i � � � + = i Z '; � s : 1 f }i � '> :i .. f ; � _�_; : j w _.�_ � £ ! r S i . i .�.� = i._ (�I : ; i r ( . , € '� { i � "� j i i � � 'j � � t � � ! £ � i � � , i � fi �, = F c;___._. i—. -•. � .' �---__.._ __ . --- E MULKEY STREET - •-t --� � �-- � __i _�-! t. � lf �� E s � � � } j � :s E � 3 p : _. �._._i___�..__ ? � _ � __. ___ � �'.-'� ` � _ 4....— ' �—'._ � • E ij � s f � t � ; � i ii � � � � � ; t � F t.�_.? � .3._. �___1_.` S E ROBERTS STREET �_� � 4 -; }. 4... §.s _.5."1. '•_'� " ��.w� �� L.::�._ _! S � � � -� f " ". ` � .rJ .— � S ��{'_ � � �._ _�:.w F ' � � .:. � _':.` . � t f = f � i � � � 7 x ?""'.�f_'_'`__" t"��_�...� _"'"I.�_'; '_ C�LVIN STREET � ,_ � -� _; ; �, __ :; � � } F � i _ � 1_.y� � � �` � S ; i i� 1_ {� S F j S � F� ��----_- E' {' -� � `4 i : � ! ,f i E i $ i � E � � __ ._ ? ._---- -' ---� -- i � (._._y' ' i' ' "�_ _" ___ . _� i . 3 � £ i " � ; ""� t �: t ? � ' � - � i i i r _F I{ i:- � } �.,_� � l(: f � ''�. �. ; }. �_� � �. � F � � _.... .�_ � ; i '; � F � '-€- i 3 �_..-.._ � �t { y i'�?i i � r �_� ; . ;.._. � � t :� ;t • rs i .,r�" . =j- i - #� i� - " f... :; i.� t� L ....F `r �- ^' ffr � • . : i� • j � �:- -..i ..,.�...,�: ' 1� : i? 3 '•.�..�... i �� +i i � i ; '-i Y 1�! Iz �'� � _ �?• f ��: ' , i : _r_- ..--__��..:} �,� . j`._.-...._ ._ t�L_iT ' ;•' -,. ��r � _ s -.. i rr�—..:___..?� .I f= + � : �___�._..__""'._ r, ._.,. f MARION AVEN[JE E ROBERTS STREET LOG OF BORING Project: Fortworth- Water & SS replacement Boring No.: R- 4 Date: 10/23/2009 Groundwater during drilling: Dry Northing: -- Groundwater after drilling: Dry Easting: -- E�EV. SOIL SYMBOLS DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION FEET AND FIELD TEST DATA ..................................................... •.1" of,ASPHALT ............................... 7" CEIVIEN7' ..................................................... Dark gray brown,;CLAYEY SAND (SC) Project No.: DG-09-11080 Elevation: Station: -- Offset: -- ZW � N SHEAR STRENGTH, TSF rn �n z � cn o W U -�--=--�k—� a N } a 0.5 1.0 1.5 2.0 ' z 0 MOISTURE O CONTENT, % PLASTIC LIMIT I---I LIQUID LIMIT 10 20 30 40 50 60 70 80 90 10 s 15 ' o � 0 J Shear Types: � = Hand Penet. See Plate 3 for boring location. ■= Torvane �= Unconf. Comp. �IE = UU Triaxial PLATE 4 AS50 CiATfi5 LOG OF BORING Project: Fortworth- Water & SS replacement Boring No.: R- 5 Date: 10/23/2009 Groundwater during drilling: Dry Northing: -- Groundwater after drilling: Dry Easting: -- ELEV. SOIL SYMBOLS DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION I FEET AND FIELD TEST DATA ' .................................................................. 2" of ASPHALT .................................................................. 10" sandy BASE ............................................... Very stiff, dark gray, FAT CLAY (CH) Project No.: DG-09-11080 Elevation: Station: -- Offset: -- ZW � �� Z LL SHEAR STRENGTH, TSF Q o WO a —�—r—�—�r.— a N �, 0.5 1.0 1.5 2.0 o O � Z � MOISTURE O CONTENT, % PIASTIC LIMIT i--I LIQUID LIMIT 10 20 30 40 50 60 70 80 90 87 ................................................................... Very stiff, dark gray, GRAVELLY CLAY (CLG) 5 ...................................................................... Yellowish brown, CLAYEY SAND (SC) with gravel 0 � � � 0 c� � � OZ 30 � ( �° m 4 � 0 c� z � 0 m J � � 0 c� 0 J Shear Types: • = Hand Penet. See Plate 3 for boring location. ■= Torvane �= Unconf. Comp. �= UU Triaxial PLATE 5 ASSOCIATEti LOG OF BORING Project: Foriworth- Water & SS replacement Boring No.: R- 6 Date: 10/23/2009 Groundwater during driliing: Dry Northing: -- Groundwater after drilling: Dry Easting: -- ELEV. SOIL SYM80LS ' DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION FEEf AND FIELD TEST DATA 0 ............................................ 4" of ASPHALT ............................................ 14" sandy gravel BASE . .............................................. Stiff to very stiff, dark gray FAT CLAY (CHj -w/gravel Project No.: DG-09-11080 Elevation: Station: -- Offset: -- W ? W � SHEAR STRENGTH, TSF rn �n z u. � o W U �---�—i—� n¢.N }°" 0.5 1.0 1.5 2.0 ' z o MOISTURE O CONTENT, % PLASTIC LIMIT I--I LIQUID LIMIT 10 20 30 40 50 60 70 80 90 � � / / / �■� I�i . .................................................................... Very stifF, brown LEAN TO FAT CLAY (CL-CH) 83 ............................................................... Soft, dark gray, weathered, LIMESTONE 50/2. o � � z m Shear Types: �= Hand Penet. J � N I o See Plate 3 for boring location. � 0 J ■= Torvane �► = Unconf. Comp. �= UU Triaxial PLATE 6 nssoc�nTEs LOG OF BORING Project: Fortworth- Water & SS replacement Boring No.: R- 7 Date: 10/23/2009 Groundwater during drilling: Dry Northing: -- Groundwater after drilling: Dry Easting: -- ELEV. SOIL SYMBOLS ' DEPTH, SAMPLER SYMBOIS SOIL/ROCK CLASSIFICATION FEET AND FIELD TEST DATA ...................................................................... 3" of ASPHALT ...................................................................... 3" CONCRETE ...................................................................... 6" BASE ...................................................................... Stiff to very stiff, reddish brown FAT CLAY (CH) Project No.: DG-09-11080 Elevation: Station: -- Offset: -- c� > � Z W � SHEAR STRENGTH, TSF tq� ZLL Qo Oa a �! r 0.5 1.0 1.5 2,0 � Z � MOISTURE O CONTENT, % PLASTIC LIMIT I---I �IQU�D LIMIT � I I I I � \ \ \ \ \ \ \ .. �-�o •---- Shear Types: • = Hand Penet. See Plate 3 for boring location. 42 ■= Torvane �► = Unconf. Comp. �= UU Triaxial PLATE 7 AS50CIA'f'E5 0 LOG OF BORING Project: Fortworth- Water & SS replacement Boring No.: R- 8 Date: 10/23/2009 Groundwater during drilling: Dry Northing: -- Groundwater after drilling: Dry Easting: -- ELEV. SOIL SYMBOLS DEPTH, SAMPLERSYMBOLS SOIL/ROCK CLASSIFICATION FEEf AND FIELD TEST DATA Project No.: DG-09-11080 Elevation: Station: -- Offset: -- W ? W � SHEAR STRENGTH, TSF cn �n z � � � r� o w v "'- a N �°' 0.5 1.0 1.5 2.0 ' z o MOISTURE O CONTENT, % PLASTIC LIMIT F--I LIQUID LIMIT 10 20 30 40 50 60 70 80 90 ............................................. � - _ 3" of ASPHALT ....................................................................... 3" CONCRETE �Clayey FILL ....................................................... 29 ................................... . . Stiff to very stiff sandy FAT CLAY (CH) / / / / 4 \ \ \ \ \ \ \ \ \ 5 � j � 0 � � 78 0 � � _ , n. � im .............................................................. � Weathered LIMESTONE 0 0 N Q.' Q a W � 50/0.5-50/0.25 ' 0 0 C7 � � Z m Shear Types: �= Hand Penet. ■= Torvane �= Unconf. Comp. �= UU Triaxial J � o See Plate 3 for boring location. PLATE 8 � 0 � ASSOCiATES LOG OF BORING Project: Fortworth- Water & SS replacement Boring No.: R- 9 Date: 10/27/2009 Groundwater during drilling: Dry Northing: -- Groundwater after drilling: Dry Easting: -- ELEV. SOIL SYMBOLS DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION FEET AND FIELD TEST DATA ............................ 4" of ASPHALT road ............................ 8" Ciayey FIL.L ............................................................... Soft to very stiff, olive brown, FAT CLAY (CH) � 0 c� � > x � a � v m v � W O � N F- � Q a 0 0 5 Project No.: DG-09-11080 Elevation: Station: -- Offset: -- ZW � N SHEAR STRENGTH, TSF v� �n z � Qo Da a N ?. 0.5 1.0 1.5 2.0 � z o MOISTURE O CONTENT, % PLASTIC LIMIT I--1 LIQUID LIMIT 10 20 30 40 50 60 70 80 90 / / � \ \ 103 � � � � � I I I I 96 � I 1 I i t I I � � � � i, Shear Types: � = Hand Penet. See Plate 3 for boring location. ■ = Torvane � = Unconf. Comp AS50CIATEti �E = UU Triaxial PLATE 9 LOG OF BORING Project: Fortworth- Water & SS replacement Boring No.: R-10 Date: 10/23/2009 Groundwater during drilling: Dry Northing: -- Groundwater after drilling: Dry Easting: -- ELEV. SOIL SYMBOLS DEPTH, SAMPLERSYMBOLS SOIL/ROCKCLASSIFICATION FEET AND FIELD TEST DATA 5 ...................................................................... 3.5" of ASPHALT ...................................................................... Gray clayey FILL with sandy gravel on top , ............................................... . . .... Very stiff, olive brown, moist, FAT CLAY (CH) -shale seems @ 4-10 ft Project No.: DG-09-11080 Elevation: Station: -- Offset: -- W ? W � SHEAR STRENGTH, TSF cn cn z u. cn o W c) —o �—�c ,f:— d N }°" 0.5 1.0 1.5 2.0 ' z o MOISTURE O CONTENT, % PLASTIC LIMIT t---1 LIQUID LIMIT 10 20 30 40 50 60 70 SO 90 .. 97 m Shear Types: O= Hand Penet. J O ; o See Plate 3 for boring location. � 0 J ■= Torvane �= Unconf. Comp. �= UU Triaxial PLATE 10 AS50CIATES LOG OF BORING Project: Fortworth- Water & SS replacement Boring No.: R-11 Date: 10/23/2009 Groundwater during drilling: Dry Northing: -- Groundwater after drilling: 10 feet Easting: -- ELEV. SOIL SYMBOLS DEPTH, SAMPLERSYMBOLS SOIL/ROCKCLASSIFICATION I FEEf AND FIELD TEST DATA Project No.: DG-09-11080 Elevation: Station: -- Offset: -- ZW � � SHEAR STRENGTH, TSF t/) � Z LL rno wv a¢.N �a 0.5 1.0 1.5 2.0 ' z o MOISTURE O CONTENT, °/a PLASTIC LIMIT F� LIQUID LIMIT 10 20 30 40 50 60 70 80 90 � 36/6.0-11 /6.0 � 0 � > _ a � v m � O m O Ol O :� � ::i Z a 0 m 5 .......................................... 2.5" of ASPHALT road .......................................... Sandy FILLwith gravel and clay ....................................................... Gray brown, CLAYEY SAND (SC) w/ gravel w/ shaley clay layers .......� ................. Weath�''�ed LIMESTONE L�a SZ l Shear Types: � = Hand Penet. See Plate 3 for boring location. 0 ■= Torvane �= Unconf. Comp. �= UU Triaxial PLATE 11 AS50CtATES . LOG OF BORING Project: Fottworth- Water & SS replacement Boring No.: R-17 Date: 10/23/2009 Groundwater during drilling: 6 feet Northing: -- Groundwater after drilling: 8 feet Easti�ng: -- ELEV. SOIL SYMBOLS DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION FEET' AND FIELD TEST DATA � ............................................................... 4" of ASPHALT ��2".gra,v,elly and.sandy.FILL ............................ �Gray clayey FILL ................................................ Very stiff, dark gray FAT CLAY (CH) . . . ................................................... 50/2.0-50/2.0 ��Very stiff CLAY and LIMESTONE interbedded s r a � � 0 � > x a c� ' . ............. . . . � - Tan, weathered LIMESTONE 0 0 N � Q Q. m 50/0.75-50/07 0 rn 0 C� � � 2 m Shear Types: �= Hand Penet. J ' � N o See Plate 3 for boring location. � 0 J Project No.: DG-09-11080 Elevation: Station: -- Offset: -- w ? W � SHEAR STRENGTN, TSF cn �n z u. v> o w c.� -a—�-�—�IE- n¢.N }°' 0.5 1.0 1.5 2.0 ° z 0 MOISTURE O CONTENT, % PLASTIC LIMIT F---i LIQUID LIMIT 10 20 30 40 50 60 70 80 90 03 � � • 84 ■= Torvane �= Unconf. Comp. �= UU Triaxial PLATE 12 AS50CIA7E5 LOG OF BORING Project: Fortworth- Water & SS replacement Boring No.: R-18 Date: 10/27/2009 Groundwater during drilling: Dry Northing: -- Groundwater after drilling: Dry Easting: -- ELEV. SOIL SYMBOLS DEPTH, SAMPLERSYMBOLS SOIUROCKCLASSIFICATION FEET AND FIELD TEST DATA ......................................... 6" of ASPHALT ......................................... Tan clay with limestone BASE 10 50/1.0-50/1.3 � Tan weathered LIMESTONE 50/0.75-50/0.5 50/5.5-50/2.75 Shear Types: � = Hand Penet. See Plate 3 for boring location. Project No.: DG-09-11080 Elevation: Station: -- Offset: -- c� > � Z W SHEAR STRENGTH, TSF u� rn z ��. Qo �a a N } 0.5 1.0 1.5 2.0 � Z � MOISTURE O CONTENT, % PLASTIC LIMIT f---I LIQUID LIMIT 10 20 30 40 50 60 70 80 90 37 ■ = Torvane e = Unconf. Comp A580CIA7E5 ............... ............... �IE = UU Triaxial PLATE 13 � SO1L SYMBOLS SAMPLER TYPES � Soil Types Thin Walied � No Recovery , Shelby Tube � � � p��e Clay Silt Sand Gravel � Split Barrel � Auger Modifiers 0 � � m�a � a � Liner Tube 8 Jar Sample � g Clayey Silty Sandy Cemented construction Materia�s WATER LEVEL SYMBOLS 4,^'; I � � � � sL Groundwater level determined during � ": � Rw ^^ driiling operations 4�, nnn Asphaltic Stabilized Fill or Portland � Groundwater level after driiling in Concrete ease Debris Cement — open borehole or piezometer Concrete SOIL GRA1N S12E Particie Size or Sieve Classification Particie Size No. (U.S. Standard) ' Ciay < 0.002 mm < 0.002 mm Silt 0.002 - 0.075 mm 0.002 mm -#200 sieve Sand 0.075 - 4.75 mm #200 sieve -#4 sieve Gravel 4.75 - 75 mm #4 sieve - 3 in. Cobbie 75 - 200 mm 3 in. - 8 in. Boulder > 200 mm � $ ��� DENSITY OF COHESIONLESS SOILS CONSISTENCY OF COHESIVE SOILS Penetration Undrained Shear Descriptive Resistance "N" * Consistency Strenqth (tsfl Term Biows/Foot Very Soft 0 - 0.125 Very Loose 0- 4 ' Saft 0.125 - 0.25 Loose 4- SO Firm 0.25 - 0.5 Medium Dense 10 - 30 Stiff 0.5 - 1.0 Dense 30 - 50 Very Stiff 1.0 - 2.0 Very Dense > 50 Hard > Z�� PENETRATION RESISTANCE 3/6 Blows required to penetrate each of three consecuYive 6-inch increments per ASTM D-1586 * 50/4" If more than 50 blows are required, driving is discontinued and penetration at 50 blows is noted � 0/18" Sampler penetreted full depth under weight of drill rods and hammer * The N value is taken as the blows required to penetrete the finai 12 inches TERMS DESCRIBING SOIL STRUCTURE Slickensided Fracture pianes appear polished or Intermixed Soil sampie composed of pockets of glossy, sometimes striated different soil type and laminated or stratified structure is not evident Fissured Breaks along definite pianes of fracture with little resistance to fracturing Calcareous Having appreciable quantities of calcium Inclusion Smail pockets of different soils, such carbonate as smail lenses of sand scattered Ferrous Having appreciable quantities of iron through a mass of clay Nodule A smail mass of irregular shape, Parting Inclusion less than 1/4 inch thick extending through the sample 9200 Kine Anhur Dc. Seam Inclusion 1/4 inch to 3 inches thick Da11aa,TX75247 extending through the sample zia��s-ozz� ASSOGiA7E5 2�'+'6�$-0228FaA Layer Inclusion greater than 3 inches thick extending through the sample �aminated Soil sample composed of alternating KEY TO TERMS AND SYMBOLS partings of different soil type USED ON BORING LOGS Stratifred Soil sample composed of alternating pROJECT NO.: DRAWING NO.: seams or layers of different soil type DG-09-11080 PLA`TE 14A ROCK TYPES .���� - . . ���� ����� ���� ■���� ���■ i� i - - -. ��r i� _ � ����� v���. ����� omv.v. . .����� �v�vipp _ _ _ � .�r��� i��ii • - � Shale Weathered _ = Shale � Dolomite � Sandstone Weathered Sandstone � Granite SOLUTION AND VOID CONDITIONS Void Interstice; a general term for pore space or other openings in rock. Cavities Small solukional concavities. Vuggy Containing small cavities, usually lined with a mineral of different composition from that of the surrounding rock. Vesicular Containing numerous small, unlined caviCies, formed by expansion of gas bubbles or steam during solidification of the rock. Porous Containing pores, interstices, or other openings which may or may not interconnect. Cavernous Containing cavities or caverns, sometimes quite large. Most frequent in limestones and dolomites. SPACING Very Close Close Medium Close Wide SAMPLER TYPES , Thin-Walled Tube mRock Core � Standard Penetration Test � THD Cone Penetration Test 8 Auger Sample � Bag Sampie HARDNESS Friable ' Crumbles under hand pressure Low Hardness Can be carved with a knife Moderately Hard Can be scratched easily with a knife Very Hard Cannot be scretched with a knife WEATHERING GRADES OF ROCKMASS �1� Slightly Moderately Highly Completely Residual Soil JOINT DESCRIPTION INCLINATION <2" Horizontal 0-5 2"-12" Shallow 5-35 12"-3' Moderate 35-65 >3' Steep 65-85 Vertical 85-90 REFERENCES: (1) British Standard (1981) Code of Practice for Site Investigation, BS 5930. (2) The Bridge Div., Tx. Highway Dept. Foundation Exploration & Design Manual, 2nd Division, revised June, 1974. Information on each boring log is a compilation of subsurFace conditions and soil and rock classifications obtained from the field as well as from laboratory testing of samples. Strata have been interpreted by commonly accepted procedures. The stratum lines on the logs may be transitional and approximate in nature. Water level measurements refer only to those observed at the times and places indicated, and may vary with time, geologic condition or construction activity. Discoloration indicates weathering of rock material and discontinuity surfaces. Less than half of the rock material is decomposed or disintegrated to a soil. More than half of the rock material is decomposed or disintegrated to a soil. All rock material is decomposed and/or disintegrated into soil. The original mass structure is still largely intact. All rock material is converted to soil. The mass structure and material fabric are deskroyed. SURFACES Slickensided Polished, grooved Smooth Planar Irregular Undulating or granular Rough Jagged or pitted BEDDING THICKNESS�2� Very Thick >4' Thick � 2'-4' Thin 2"-2' Very Thin 1/2"-2" �aminated 0.08"-1/2" nlv Laminated <0.08" 9200 Kin¢ Anhw Dr. Dallas, T7C 75247 ua-s�smz� .,ssoctnrts z14b7s-0zzaFaz KEY TO TERMS AND SYMBOLS USED ON BORING LOGS PROJECT NO.: DRAWING NO.: DG-09-11080 � PLATE 14B P2 � For P1 P 4 P2 P 3 D j,�, < H P 1 = 7 Dh,+(H—DN,)(7— 7��,)+PS +(H—Dw)7w P 2=[7 Dy�,+(H—Dry.)(7 — 2'w)+Ps]ICo+(H—Dw�7 w P3 = [?'D��,+(H+W—Dw)(?'-7w)+P�Ko+(H+W—Dw)�w p4 - 7 Dh,+(H+ZM1'—DW)(7— 7�,�,)+PS +(H+W—Dw) 7�, For Ti1'here H< Dw < H+W Pl , P2 , P3 = Pressure imposed on pipe, psf P 1= H7+P5 Dy� = Depth of groundwater, feet H = Depth of top of pipe P2 =(7H+PS )Ko from ground surface, feet P3 =[?'D�,�,+(H+W—D�,�.)(7-7w)+PS]Ko+(H+W—DW)7w W = Diameter of pipe, feet 7 = Total Unit weight of soil, pcf P4 = Y D�,�,+(H+W—DN,)(7-7sy)+PS+(H+W—Dw)7w 7jy, = Unit weight of water, pcf For PS = Surcharge load, psf Ko = Coefficient of D�,�, >(H+YV) earth pressure, (1.0 for clays and 0.5 for sands) P 1 = H7+PS P2 = (7H+PS )Ko • P3 = L(H+W)7+Ps�Ko P4 = (H+W)7+PS Uniform Surcharge 11 Dw Piezometric Groundwater Level / Excavation / Bottom \ / Existing Ground Surface Excavation Side Wall H, (ft) = Depth to Excavation Bottom S, (psf) = Surcharge loading adjacent to Excavation wall Dw, (ft) = Depth to groundwater below Existing grade = Zero for temporary excavation Hs, (ft) = Equivalent Depth of surcharge loading Hs = 120 Note: The pressure diagram shown is not appropriate for design of cantilever walls. Hs H 4 4 Lateral Earth Pressure, P P= KX (H+Hs) 0.50 (H+Hs) Dw 4 4 Hydrostatic Water Pressure, Pw Pw= X w (H—Dw) K = Lateral Earth Pressure coefficient (Clay — 0.5 for short term (Ka), 1.0 for long term condition (Ko)) (Sand — 0.3 for short term (Ka), 0.5 for long term condition (Ko)) , (pcf) = Total unit weight above water table or submerged unit weight below groundwater level w, (pcf) = Unit weight of water = 62.4 pcf ASSOCIATES DATE: 5/6/2010 9200 King Arthur Dr. Dallas, Texas 75247 214.678.0227 Ph 214.678.0228 Fax APPROVED BY: FF PREPARED BY: RE BRACED EXCAVATION LATERAL EARTH PRESSURE DIAGRAM PROJECT NO.: DRAWING NO.: DG-09-11080 PLATE 17 l APPENDIX A SLfPVIMARY OF LABORATORY TESTING RESULTS � � Percent Sheat Liquid Plastic F�er Moisture Dry Unit Strength Shear Borehole Depth PI Than Content Weight C Str. (Pkt Limit Limit #200 (%) (pc� � � Pen) (ts� Sieve R- 4 1 1.5 R- 4 2 1.5 R- 4 3 18.4 110 3.82 R- 4 4 1.5 R- 4 6 1.5 R- 4 7 33 13 20 15 93 R- 4 8 1.5 R- 5 1 1.5 R- 5 2 1.5 R- 5 3 76 23 53 87 25.8 R- 5 4 1'5 R- 5 5 21.7 102 1.55 R- 5 6 ' 1.5 R- 5 8 1.5 R- 5 9 30 13.5 R- 6 1.5 0.67 R- G 2 1.5 R- 6 3 15 117 2.68 R- 6 4 1 R- 6 6 1.5 R- G 7 50 18 32 83 20.7 R- 7 1 0.92 R- 7 2 0.83 R- 7 4 1.5 R- 7 5 62 22 40 99 24.8 R- 7 6 1'S R- 7 8 1.5 R_ � � 23 142 2.41 R- 8 0.5 2� R- 8 1 58 19 39 1.17 R- 8 2 0.83 R- 8 3 19.8 R- 8 4 1.5 R- 8 6 1.5 R_ g 7 65 23 42 78 23.4 Percent Shear Finer Moistuce Dry Unit Shear Liquid Plastic Strength Boxehole Depth Lunit Limit PI Than Content Weight C Str. (Pkt #200 (%) (pcfl � fl Pen) (ts� Sieve R- 9 1 0.83 R- 9 1.5 24.1 R- 9 2 0.33 R- 9 3 23.1 103 0.48 R- 9 4 1 R- 9 5 61 22 39 96 23.3 R- 9 6 1.25 R- 9 7 21.9 R- 9 8 1.5 R- 9 9 24.8 98 1.3 R-10 0.5 1 R-10 4 1.17 R-10 5 73 2G 47 99 25.1 R-10 6 1.33 R-10 8 1.33 R-10 9 28.3 97 0.82 R-11 2 1.5 R-11 2.5 30 15 15 30 10.9 R-11 7 5.7 R-17 1 1.17 R-17 1.5 23.8 103 1.09 R-17 2 1.17 R-17 3 53 23 30 84 25.3 R-17 7 1.33 R-18 2 29 15 14 37 12 Total Number of 11 11 11 12 23 8 8 36 Tests: