Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 40538
·-~ SPECIFICATIONS and CITY SECRETARY 4Q 53 ~ CONTRACT DOCUMENTS CONTRACT NO. - For Sanitary Sewer Rehabilitation Contract LXVII ( 67), Part 3 ti'!Y SECRETARY o.o.E. FILE Project No.: P258-709170047383 P253-609170047383 CONTRACTOR'S BONDING CO. City Project No .: 00473 DOE 4801 CONSTRUCTION'S COPY CLIENT DEPARTMENT Mike Moncrief Mayor m THE CITY OF FORT WORTH, TEXAS Dale A. Fisseler, P.E. City Manager S. Frank Crumb, P.E. Director, Water Department William A. Verkest, P.E. Director, Transportation & Public Works PREPARED BY: Lockwood, Andrews & Newnam, Inc. 1320 South University Drive, Suite 450 Fort Worth, Texas 76107 (817) 820-0420 1an Lockwood, Andrews & Newnam, Inc. A LEO A DALY COMPANY OFFICIAL RECORD CITY SECRETARY 2010 F . RTh, lX F-2614 06 -2 9-10 A09 :, COUNCIL ACTION: Approved on 6/15/2010 -Ord. No. 19190-06-2010 DATE: CODE: 6/15/2010 C REFERENCE NO.: TYPE: C-24278 NON -CONSENT LOG NAME: PUBLIC HEARING: 60SS67P3-CONATSER NO SUBJECT: Authorize a Contract in the Amount of $1,260,744.00 with Conatser Construction TX, LP, for Sanitary Sewer Rehabilitation Contract 67, Part 3, on Adrian Drive, Wimberly Street and North University Drive and Adopt Appropriation Ordinance (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $1,354,776.00 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of $241,983.00 and Sewer Capital Projects Fund in the amount of $1,112,793.00; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $241,983.00 and Sewer Capital Projects Fund in the amount of $1,112,793.00 from available funds; and 3. Authorize the City Manager to execute a contract in the amount of $1,260,744.00 with Conatser Construction TX, LP for Sanitary Sewer Rehabilitation Contract 67, Part 3. DISCUSSION: On May 13, 2003, (M&C C-19585) the City Council authorized an Engineering Agreement with Lockwood, Andrews & Newnam, Inc., for Sanitary Sewer Rehabilitation Contract 67. This project, Part 3, consists of sanitary sewer main rehabilitation on the following streets: Strm From IQ Adrian Drive Wingate Street White Settlement Road Wimberly Street Wingate Street White Settlement Road North University Drive Wingate Street White Settlement Road The project was advertised for bid on March 18, 2010 and April 1, 2010, in the Fort Worth Star-Telegram. On April 15, 2010, the following bids were received: Bidder Conatser Construction TX, LP William J. Schultz, Inc., Amount $1,260,744.00 d/b/a Circle "C" Construction Company $1,329,046.00 Cleburne Utility Construction, Co. Inc. $1,398,729.00 Tri-Tech Construction, Inc. $1,494,738.00 Jackson Construction, Ltd. $1,510,556.00 Utilitex Construction, Inc. $1,537,298.50 Laughley Bridge & Construction, Inc. $1,858,356.00 Burnsco Construction, Inc. $2,205,073.00 Time of Completion 180 Calendar Days M/WBE -Conatser Construction TX, LP, is in compliance with the City's M/WBE Ordinance by committing to 22 percent M/WBE participation. The City's goal on this project is 20 percent. In addition to the contract amount $52,000.00 (Water: $21,000.0.00 and Sewer: $31,000.00) is required for material testing and inspection and $42,032.00 (Water: $10,523.00 and Sewer: $31,509.00), is provided for change order contingencies . The project is located in COUNCIL DISTRICT 9. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water Capital Projects Fund and the Sewer Capital Projects Fund. TO Fund/Account/Centers 1&2) P253 476045 6091700473ZZ $241.983.00 1&2) P258 476045 7091700473ZZ $1.112.793.00 2) P253 531350 609170047352 $5.000.00 FROM Fund/Account/Centers 1) PE45 538040 0609020 $241.983.00 1) PE45 538040 0709020 3) P253 541200 609170047383 $1.112.793.00 $210.460.00 2) P253 541200 609170047383 $220,983.00 3) P258 541200 709170047383 $1,050,284.00 2)P253 531200 609170047384 $4,000.00 2)P253 531350 609170047384 $2,000.00 2}P258 531350 709170047352 $8,000.00 2)P253 511010 609170047380 $5,000.00 2) P258 511010 709170047380 $5,000.00 2) P258 541200 709170047383 $1,081,793.00 2) P258 531200 709170047384 $4,000.00 2) P258 531350 709170047384 $2,000.00 2) P258 531350 709170047385 $12,000.00 2) P253 531350 609170047385 $5,000.00 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: s. Frank Crumb (8207) Additional Information Contact: Roberto c. Sauceda (2387) CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NO. 2 To the Plans, Specifications & General Contract Documents Sanitary Sewer System Rehabilitation Contract 67 -Part 3 City Project NO. 00473 , DOE NO. 4 801 Water Project NO. P253-609170047383 Sewer Project NO. P258-709170047383 Bid Date: April 15, 2010; 1:30 PM Addendum No. l: Issued April 9, 20 I 0 Addendum No. 2: Issued April 13, 2010 This Addendum, forms part of the Plans, Contract Documents & Specifications for the above referenced Project and modi.fies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (Proposal Signature Page) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specification documents are hereby revised by Addendum No. 2 as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: 1. BID PROPOSAL R eplace sheet B-3 and B-8R of the proposal section with the attached revised sheets B- 3R and B-8Rl. A signed copy of the Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could ca use the subject bidder to be considered "NONRESPONSlVE," resulting in disqualification. RECEIPT ACKNOWLEDGEMENT: Y-t,Vle y- ............ ~.L..:>G><~c..::..:..:...wL..a.(U t;f-i~ TX I L p Addre ss: eo. &:>-6 \S lllf & C ity: F-b uJ 0/kh State:~ Add endum No. 2, Page I S. Frank Crumb. P . .E. Dircttor, war -· D pa. 1ont 5 ~ f) ~ oy.: Tony holol:-a. P.E. fin.g1 nEmng Man ager CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NO. 1 To the Plans, Specifications & General Contract Documents Sanitary Sewer System Rehabilitation Contract 67 -Part 3 City Project NO . 00473, DOE NO. 4801 Water Project NO. P253-609170047383 Sewer Project NO. P258-709170047383 Bid Date: April 15, 201 O; 1 :30 PM Addendum No . l: Issued April 9, 2010 This Addendum, fonns part of the Plans, Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract Documents . Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (Proposal Signature Page) and acknowledge receipt on the outer envelope of your bid . Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specification documents are hereby revised by Addendum No. 1 as follows : SPECIFICATIONS & CONTRACT DOCUMENTS: 1. BID PROPOSAL Replace sheet B-5 thru B-7 of the Sewer proposal section with the attached revised sheets B-5R thru B-9 R . .-. 2. GEOTHECHINICAL REPORT The attached Geotechnical Subsurface Exploration Report shall be included on the specification and Contract Documents . A signed copy of the Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification . RECEIPT ACKNOWLEDGEMENT: S . Frank Crumb, P .E . Director, Wa t D pa ment 5 0 {) Ct B y : Tony holol a, P.E. ~1.L1><.u=..:c..:..--=;w....; .................... :lft11X, LP Engi ne erin g Man a ger Ad dres s: .P .O.fv ox 1~yy g Ci ty :k){t, Wo<43 S tat e : 1)( Adde ndu m No . I , Page I . .. . .. SPECIFICATIONS and CONTRACT DOCUMENTS For Sanitary Sewer Rehabilitation Contract LXVII (67), Part 3 Project No.: P258-709170047383 P253-609170047383 Mike Moncrief Mayor City Project No.: 00473 DOE 4801 m THE CITY OF FORT WORTH, TEXAS Dale A. Fisseler, P.E. City Manager S. Frank Crumb, P.E. Director, Water Department William A. Verkest, P.E. Director, Transportation & Public Works PREPARED BY: Lockwood, Andrews & Newnam, Inc . 1320 South University Drive, Suite 450 Fort Worth, Texas 76107 (817) 820-0420 1an Lockwood, Andrews & Newnam, Inc. A LEO A DALY COMPANY 2010 F-2614 '( Table of Contents Part A -Notice to Bidders Special Instructions to Bidders City of Fort Worth Minority/Women Business Enterprise Policy Part B -Proposal Part C -General Conditions Part Cl -Supplementary Conditions to Part C Part D -Special Conditions Part DA -Additional Special Conditions Contractors Compliance with Workers Compensation Law Equipment Schedule Experience Record Conflict of Interest Questionnaire Part F -Bonds (City of Fort Worth) Performance Bond Payment Bond Maintenance Bond Part G -City of Fort Worth Contract Appendix A -Soil Report Appendix B -Details Part A Notice to Bidders SHORT FORM NOTICE TO BIDDERS Sealed proposals for the following : FOR: SANITARY S EWER REHABILITATION CONTRACT LXVII (67) PART 3 CITY PROJECT NO. 00473, SEWER PROJECT NO . P253 -609 l 70047383 WATER PROJECT NO. P258-709 l 7004 7383 Addressed to : CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6 3 11 will be received at the Purchasing Office until l :30 p.m., April 15, 2010 and then publicly opened and read aloud at 2 :00 p.m. in the Council Chambers. Plans, General Contract Documents and Specifications for this project may be obtained at Lockwood, Andrews & Newnam, Inc. 1320 S . University Drive, Suite 450, Ft. Worth, TX 76107. A thirty dollar ($30) deposit is required for the first set of documents and additional sets may be purchased on a non-refundable basis for thirty dollars ($30) for each set. These documents contain additional information for prospective bidders. Documents may also be obtained free of charge at the City ofFort Worth online bidding system (Buzzsaw). Email the City of Fort Worth Project Manager listed below for instructions on accessing the online documents . The Engineers estimate for this project is $1 ,900,000 . Plans and Specifications will be available for pick-up on March 22, 2010. The major work will consist of the following (All Approximate): SECTION A-WATER IMPROVEMENTS : 1,850 LF -8" WATER LINE BY OPEN CUT 4 EA 8" GATE VALVES SECTION B -SEWER IMPROVEMENTS: 2,820 LF -8" SANITARY SEWER BY OPEN CUT 190 LF -10" SANITARY SEWER BY OPEN CUT 17 EA -4' DIA. SANITARY SEWER MANHOLE 610 LF 15" SANITARY SEWER BY OPEN CUT 650 LF 8" SANITARY SEWER BY OTHER THAN OPEN CUT 160 LF 16" CASING BY OTHER THAN OPEN CUT All bidders submitting bids are required to be pre-qualified in accordance with the requirements of the Special Instructions to Bidders . For additional information, ple a se contact Walter P . Norwood, P.E., Engineer, Lockwood, Andrews, & Newnam, Inc. at Telephone Number: 817-338-7509 or by email: wpnorwood@ lan-inc.com, and/or Roberto Sauceda, City of Fort Worth Project Manager, Water Department at 817-392-2387 or by email : Robert.sauceda@ fortworthgov.org Advertising Dates : March 18, 2010 April 1, 2010 .... COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: SANITARY SEWER REHABILITATION CONTRACT LXVII (67) PART 3 CITY PROJECT NO. 00473, SEWER PROJECT NO. P253-609170047383 WATER PROJECT NO. P258-709170047383 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 p.m., April 15, 2010 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans, General Contract Documents and Specifications for this project may be obtained in the office of Lockwood, Andrews & Newnam, Inc. 1320 S. University Drive, Suite 450, Ft. Worth, TX 76107 . A thirty dollar ($30) deposit is required for the first set of documents and additional sets may be purchased on a non- refundable basis for thirty dollars ($30) for each set. These documents contain additional information for prospective bidders. Documents may also be obtained free of charge at the City of Fort Worth online bidding system (Buzzsaw). Email the City of Fort Worth Project Manager listed below for instructions on accessing the online documents. Plans and Specifications will be available for pick-up on March 22, 2010. The major work will consist of the following (All Approximate): SECTION A-WATER IMPROVEMENTS: 1,850 LF -8" WATER LINE BY OPEN CUT 4 EA 8" GATE VALVES SECTION B -SEWER IMPROVEMENTS: 2,820 LF -8" SANITARY SEWER BY OPEN CUT 190 LF-10" SANITARY SEWER BY OPEN CUT 17 EA-4' DIA. SANITARY SEWER MANHOLE 610 LF 15" SANITARY SEWER BY OPEN CUT 650 LF 8" SANITARY SEWER BY OTHER THAN OPEN CUT 160 LF 16" CASING BY OTHER THAN OPEN CUT All bidders submitting bids are required to be pre-qualified in accordance with the requirements of the Special Instructions to Bidders. NOTICES All bidders will be required to comply with Provision 5159a of"Vemon'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 l 3-A-29) prohibiting discrimination in the employment practices. Bid security may be required in accordance with Special Instructions to Bidders. The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, 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. COMPREHENSIVE NOTICE TO BIDDERS Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Addenda [ndex and Receipt form(s). Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Water Department Project Manager at (817) 392-2387 . Bidders, using the printed copy, shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specification book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time deadline stated below or the bidder may request a copy of said forms from the City of Fort Worth Project Manager named in this solicitation. Bidders, using the electronic bidding system (Buzzsaw) and as outlined in the submission instructions , shall submit those documents electronically that are requesting information but do not require a signature. And for those documents that require signatures , print a copy of each document, complete, sign, and received at the Purchasing Office within the time deadline stated above. In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City of Fort Worth contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AIYER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate . The Documentation must be received no later than 5:00 p.m., five (5) City of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the Water 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. SUBMISSION OF BID AND AW ARD OF CONTRACT The proposal (Section A Water/Section B Sewer Improvements) 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 (Section A Water/Section B Sewer Improvements). A bid proposal submittal that is received 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 Water Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth . For additional information, please contact Walter P. Norwood, P.E., Engineer, Lockwood, Andrews, & Newnam , Inc. at Telephone Number: 817-338-7509 or by email: wpnorwood@ lan-inc.com, and/or Roberto Sauceda, City of Fort Worth Project Manager, Engineering Department at 817-392-2387. Dale A. Fisseler, PE CITY MANAGER Advertising Dates: March 18, 2010 April 1, 2010 By:-~l'J-+----""s~ll1'-'--~ -7 Tony Sholola Engineering Manager, Water Department MARTY HENDRIX CITY SECRETARY Special Instructions to Bidders SPECIAL INSTRUCTIONS TO BIDDERS I) PREOUALIFICATION REQUIREMENTS: All con tractors su bmittin g bids are required to be prequ a lified by the Fort Worth Water Department prior to submitting bids . Thi s prequa lificat ion process will establish a bid limit ba se d 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 sc hedule 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 bid s. a) The financial statement required shall ha ve 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 (l) 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 ex perience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received . c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non -respon s ive and will be rejected as such . e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise . f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualification s (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 ( l) hold a certificate of authority from the Untied States sec retary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion , will determine the adequacy of the proof required herein. 3 . BONDS : A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. 09/10/04 1 4. WAGE RA TES: Section C3-3.13 of the General Conditions is deleted and replaced with the following : (a) The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 , Texas Government Code. Such prevailing wage rates are included in these contract documents . (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Right to Audit, under paragraph L of Section C 1: Supplementary Conditions To Part C -General Conditions, pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less , an affidavit stating that the contractor has complied with the requirements of Chapter 2258 , Texas Government Code . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all time s . 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas . 7. NONRESIDENT BIDDERS: Pursuant to Article 60 lg, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located . "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty- five ( 45) calendar days after completion and acceptance by the City. 9 . AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members , agents employees, program participants or subcontractors, while engaged in performing this contract, shall , in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions 09/10/04 2 or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors , program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification , retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with , or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with AD A's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11 . MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m ., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive . Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts ( other than a negligent 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. 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 . 09/10/04 4 City of Fort Worth Minority/Women Business Enterprise Policy FORT WORTH a . ---. ~ 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. If the total dollar value of the contract is less than $25,000, the M/WBE oal is not applicable . POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid . M/WBE PROJECT GOALS The City's M/WBE goal on this project is 20% of the total bid (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following : . 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered res onsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or 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 Qoal : 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 contact the M/WBE Office at (817) 392-6104. Rev. l l/l/05 FORT WORTH -----..,..--- CHy'a M/WBE Project Goal: 20% ATIACHMENT 1A Page 1 of 4 City of Fort Worth Subcontractors/Suppliers Utilization Form Lf' Prime's M/WBE Project Utl~on: ~ . ,q .. % Check applicable block to describe prime NON-M/W/OBE ATE ;)L)J D PROJEC NUMBER P253-609170047383 P258-70917004 7383 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, In its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications . The undersigned Offerer agrees to enter Into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth . The intentional and/or knowing misrepresentation of facts Is grounds for consideration of disqualification and will result In the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located In the nine (9) county marketplace or currently doing business In the marketplace at the time of bid. 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 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the time of bid opening within the Marketplace , that have J>een determined to be bonafide minority or women businesses by the North Central Texas Reg ional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) Is synonymoys with Minority/Women Business Enterprise (M/WBE). If hauling services are utlllzed, 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 r ATTACHMENT 1A Page 2 of4 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 (cheek one) 0 SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name I N C X M Subcontracting Work Supplies Purchased Dollar Amount AddreH • M w T D w Telephone/Fax r B B R 0 B E E C T E A fYu.U'-i ~ '+' ROBERT GRANADOS TRUCKING Ha""I 0 $·I J. J. ,'fCO·to ScA y-pJUS S412 Kinpli nk Circt. v Fon Worth, Texu 7613S I (817) 237-3520 "l ,l>, C.o nc.<e+e.. u·, yn;x $'if I ~00• 00 COWTOWN REDI-MIX PO Box 162327 Fort Worth, Texu 76161 I V al v(8l7)7S9-l919 f(lll7)7S9-17l6 ,-(~H:c $'5,ooo ,00 Roadrunner Traffic Supply, Inc. (.,DY'-tfO/ 3200 Marquita Drive &.f)pl 1es Fort Worth, Tcxu 76116 I y V phone : 8 I 7-244--030S fax :817-244-4819 HAROS BROTHERS BORING rE:o,,~ $1Ji/;OO ·O D 5112 Mosson Road I ~I/ Fort Worth, Texu 76119 (817) 572-6332 -rv ..r YiSFi :en $ l~1 ~oo_DD MJ PIPEUNI INSPECTION, INC. 0~ L,nes PO Box 8SI J ti .... Granbury, TX 7604 8-0 BSI Melan ie Benewa ld (81 7)946-112 6 ,___j ?.r,e ,~~ $ J..J-~1 loCO· oO ., DSUPPLY WATERWORKS, L .f t ll\~s+ kJ Box 840700 rd. I \, I/ [ la llas, Te xas 75284 \f c;.I v~ 17) 59 5-0 580 l t I ATTACHMENT 1A Page 3 of 4 Primes are requ ired to Identify fil subcontractors/suppliers, regardless of status; i.e., M inority, Women and non-M/WBEs . Please list M/WBE firms first, use add iti onal sheets If necessary. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax JLB Contractlnc, LLC PO Box 24131 Fort Worth, Texas 76 124 (817) 261-299 I RINKER MATERIALS PO Box 730197 . Dallas , Texu 75373 --0197 (817) 491-4321 Certification (check one) T I N C • M w T r B B R E E C A I I •, ' N 0 n T Detall Detall X M Subcontracting Work Supplies Purchased Dollar Amount D ~ 0 B T E A5pM I+-l'f-.&Jco.<:19 ,,,,~ Rev. 5/30/03 fORTWoRTH ~ Total Dollar Amount of MIWBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MIWBE Subcontractors/Suppliers $ ATTACHMENT 1A Page 4 of 4 ~71, '800·00 ~4~. J..00· C)O TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 5~8", Q00·0 t) 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 deslgnee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment In accord with the procedures outlined In the 'ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance.determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any .books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contra~ 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. ~,ionz~ ~i.clon± tie ~ts~ r 8'xi9:kdJ.cJIM~Lf Company Name +>-~~~43 Printed Sign ~n.lM(Tffle (If different)~ ~1~3'-J.-J 74 ~ :¥17-63':{-~55'"'1 Telephone and/or Fax uJB.fC '::f @.Com tS:Q c.~ yi<,,__ IIAdd,. H I j '5}6lOJ D Date I ' FORT WORTH - PROJECT NAME : City of Fort Worth Good Faith Effort Form Sanitary Sewer Rehabilitation Contract LXVII (67) City's M/WBE Project Goal: 20% PROJECT NUMBER • P 258709170047383, P253-609170047383 ATTACHMENT 1C Page 1 of 3 Check applicable block to describe me M/W/DBE If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or If your DBE participation Is less than the City's project goal, you must complete this fonn. ff the bidder's method of compliance with the M/WBE goal Is based upon demonstration of a "good faith effort", the bidder wlll have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each Item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, Intentional and/or knowing misrepresentation the facts or Intentional discrimination by the bidder. Failure to complete this form, In Its entirety with supporting documentation, and received by the Managing Department on or before 5:00. p.m. five (5) City business days after bid opening, excluslve of bid opening date, wlll result In the bid being considered non-responsive to bid specifications. 1.) Please 11st each and every subcontracting and/or supplier opportunity} for the completlon of this project, regardless of whether It Is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, 11st each subcontracting and or supplier opportunity through the 2nd tier. (Use additional sheets, ff necessa List of Subcontracting Opportunities List of Supplier Opportunities ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. ~es Date of Listing D.31 1.5 1LQ_ __ No 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mall, exclusive of the day the bids are opened? v'ves (If yff, attach M/WBE mall fisting to Include name of firm and addreq and a~ copy of letter malled.) __ No .. 4.) Did you solicit bids from M/WBE firms, within the subcontrac(tng and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bid~ are opened? (If yff, attach llat to Include .lllDJI of MIWBE firm, Jm1m contacted, phone number and sllil and il!m of contact.) NOTE; A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile Is used, attach the fax confirmation, which Is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity Is ten (10) or less, the bidder must contact ~e entire list to be In compliance with questions 3 and 4. If the 11st of M/WBEs for a. particular subcontracting/supplier opportunity Is ten (10) or more, the bidder must contact at least b!2:: 1b!r!ll (213) of the list within such area of opportunity, but not less than ten to be In compliance with questions 3 and 4. 5.) Did yo~ provide plans and specifications to potential M/WBEs or Information regarding the location of pJahs and specifications In order to assist the M/WBEs? _v_vv~es __ No 6.) Submit documentation If M/WBE quotes were rejected. The documentation submitted should be In the forms of an affidavit, Include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confldentlal /n-camen, access to and Inspection of any relevant documentation by City personnel. (Please use addltlonal sheets, If neceua,v, and attach.}· Company Name Telephont Contact Person Scooe of_Work Reason for Rejection l J{) .I I') j _/n I' j tJ 1 ll .fro 7 1 f {/.A ~ -'-" I I I .. ADDITIONAL INFORMATION: ATTACHMENT 1C Page 3 of3 Please provide additional lnfonnatlon you feel will further explain your good and honest efforts to obtain M/WBE participation on this project The bidder further agrees to provide, directly to the City upon request, complete and accurate Information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed 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 creates 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. The undersigned certifies that the Information provided and the M/WBE(s) listed was/were contacted In good faith. It Is understood that any M/WBE(s) listed In Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's M Offic . Printed Sign ure ~vnQ,, Contact Name and Title (If different) Date r I Dau IUU"lftlft1 April 15 , 2010 City of Fort Worth CONATSER CONSTRUCTION TX, LP P.O. Box 15448 Fort Worth, Texas 76119 (817) 534-1743 fax (817) 534-4556 Disadvantaged Business Enterprise 1000 Throckmorton Street Fort Worth, Texas 76102 RE: Sanitary Sewer Rehabilitation -Contract L VII (67), Part 3 Sewer Project No.: P258-709170047383 DOE No.: 4801 City Project No.: 00473 In the City of Fort Worth, Texas Below is a list of responsible Subcontractor/Supplier quotes received on the referenced project . These quotes reflect having a complete bid, insurance, and quoting on or before 5:00 p .m. at least day prior to bid opening. Pipe , Fittings & Valves 1) HD SUPPLY WATERWORKS , Ltd. $228 ,600 .00 817-595-0580 No M/WBE bids recei ved . 2) Rinker Materials No M/WBE bids received . $14,700 .00 817-491-4321 Asphalt 1) JLB Contracting $4 ,900 .00 817-261-2991 No M/WBE bids received. The above information is strictly confidential and must not be bound to the Contract Documents . Respectfully Submitted, CONATSER CONSTRUCTION TX, LP 7/~ Je rry Co natser Pre s ident March 29, 2010 Conatser Construction TX, LP P. 0. Box 15448 Fort Worth, Texas 76119 (817) 534-1743 FAX: (817) 534-4556 Attention: Certified and Approved MBE and WBE Enterprise Companies SIC 00321201 We are soliciting bids from Certified and Approved M .B.E. and W.B.E. Enterprise companies who wish to quote us sub-prices on the following project [s]: WATER AND SANITARY SEWER RECLOCATIONS FOR SH 121T CROSSING WEST OF THE HULEN STREET BRIDGE WITHIN THE UNION PACIFIC RAILROAD DAVIDSON RAIL YARD, PART 2 -HULEN STREET BRIDGE Sewer Project No: P275-703170133287 Water Project No: P265-603170133287 DOE#: 6338 City Project No. #01332 PROJECT BID DATE: April 15, 2010 /SANITARY SEWER REHABILITATION CONTRACT LXVII (67), PART 3 Project No: P258-709170047383 Project No: P253-609170047383 DOE#: 4801 City Project No. 00473 PROJECT BID DATE: April 15, 2010 Specifications and Contract Documents for this project [s] may be obtained at the Office of Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas or can be viewed at Conatser Construction TX., L. P . 5327 Wichita Street, Fort Worth, Texas. All Subcontractors must have a Certificate of Insurance on file with us prior to bid submittal and must be capable of having a Performance, Payment and Maintenance Bond. All Subcontractors will be require d to comply with Provision 5159-A of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No . 7278 , as amended by City Ordinance No. 7400 ( Fort Worth City Code Sections 13-A-21 through l 3-A-29 ), prohibiting discrimination in employment practices . A ll b ids mu st b e quoted "One Work Day Prior to Bid Opening", no later than 5 :00 PM ; otherwise b ids w ill be cons id er ed non-res pons ive. We appreciate your inte rest in this proj ec t and look for ward to working with you in the future . If you ha ve any qu es tions or c omments regarding the abo ve , please call (817) 534-1 743 or fax (817) 534-4556. B e rtha GianuJjs C ontroller March 29, 2010 Conatser Construction TX, LP P. 0. Box 15448 Fort Worth, Texas 76119 (817) 534-1743 FAX: (817) 534-4556 Attention: Certified and Approved MBE and WBE Enterprise Companies SIC 00179102 We are soliciting bids from Certified and Approved M .B.E. and W.B.E . Enterprise companies who wish to quote us sub-prices on the following project [s]: WATER AND SANITARY SEWER RECLOCATIONS FOR SH 121T CROSSING WEST OF THE HULEN STREET BRIDGE WITHIN THE UNION PACIFIC RAILROAD DAVIDSON RAIL YARD, PART 2 -HULEN STREET BRIDGE Sewer Project No: P275-703170133287 Water Project No: P265-603170133287 DOE#: 6338 City Project No. #01332 PROJECT BID DATE: April 15, 2010 SANITARY SEWER REHABILITATION CONTRACT LXVII (67), PART 3 Project No: P258-709170047383 Project No: P253-609170047383 DOE#: 4801 City Project No. 00473 PROJECT BID DATE: April 15, 2010 Specifications and Contract Documents for this project [s] may be obtained at the Office of Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas or can be viewed at Conatser Construction TX., L. P. 5327 Wichita Street, Fort Worth, Texas . All Subcontractors must have a Certificate of Insurance on file with us prior to bid submittal and must be capable of having a Performance, Payment and Maintenance Bond . All Subcontractors will be required to comply with Provision 5159-A of "Vernon 's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278 , as amended by City Ordinance No. 7400 ( Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. All bids must be quoted "One Work Day Prior to Bid Opening", no later than 5:00 PM ; otherwis e bids wi ll be considered non-responsive. We appreciate your interest in this project and look forward to worki ng with you in the future . If yo u have any questions or comments re garding the above, please call (8 17) 534-1743 or fax (817) 534-4556. Bertha Gianulis Controller March 29 , 2010 Conatser Construction TX, LP P. 0. Box 15448 Fort Worth, Texas 76119 (817) 534-1743 FAX: (817) 534-4556 Attention: Certified and Approved MBE and WBE Enterprise Companies SIC 00162306 We are soliciting bids from Certified and Approved M .B.E. and W.B.E. Enterprise companies who wish to quote us sub-prices on the following project [s]: WATER AND SANITARY SEWER RECLOCATIONS FOR SH 121T CROSSING WEST OF THE HULEN STREET BRIDGE WITHIN THE UNION PACIFIC RAILROAD DAVIDSON RAIL YARD, PART 2 -HULEN STREET BRIDGE Sewer Project No: P275-703170133287 Water Project No: P265-603170133287 DOE#: 6338 City Project No. #01332 PROJECT BID DA TE: April 15, 2010 SANITARY SEWER REHABILITATION CONTRACT LXVII (67), PART 3 Project No: P258-709170047383 Project No: P253-609170047383 DOE#: 4801 City Project No. 00473 PROJECT BID DATE: April 15, 2010 Specifications and Contract Documents for this project [s] may be obtained at the Office of Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas or can be viewed at Conatser Construction TX ., L. P. 5327 Wichita Street, Fort Worth, Texas . All Subcontractors must have a Certificate of Insurance on file with us prior to bid submittal and must be capable of having a Performance, Payment and Maintenance Bond. All Subcontractors will be required to comply with Provision 5159-A of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No . 7278, as amended by City Ordinance No. 7400 ( Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrirnination in employment practices. All bids must be quoted "One Work Day Pr ior to Bid Opening", no later than 5 :00 PM ; otherwise bids wi ll be considered non-res ponsive . We appreciate your interest in thi s proj ec t and look forward to working wi th you in the future . If you ha ve any qu estions or comme nts regarding the above , plea se call (8 17) 534-1743 or fax (81 7) 534-4556. Bertha Gianulis Co ntroll er DBE DBE ID/I F'IRM ADDRESS CITY STATE ZIP PHONE FAX LETTER ,/Vl;,I K.Cfi' :3 0 .,;)o/0 00162306 A E l 1107 Arwine Court, Suite #100 Eu less TX 76040 (817) 268-1381 (8 17)268-192 1 '/ 00162306 820 Environmenta l, In c. 3103 C lear Lake Court Arlington TX 760 17 (817)467-7006 (817) 465-6149 y 00162306 DFW lntrastructure, In c . 4913 Briar Patch Lane Burleson TX 76028 18887399070 (817) 332-7244 y 00162306 Magnum Manhole & Un de rground Co . 3828 Cavali er Drive Garland TX 75042 (214) 687-2293 (972) 276-5318 y 00162 306 NTP Plumbing & Utilities Contractor POBOX2110 Fort Worth TX 76104 (817) 483-6200 (817) 483-6203 y 00179102 Ram Tool & Supp ly Company, In c . 1432 Mac Arthur Dr. Carrollton TX 75007 (817) 759-1993 (817) 759-2799 y 00321201 All-Tex Pipe & Supply , Inc . 5205 Elliott Reeder Road Hallom City TX 76117 (817) 831-3821 (817) 831-2173 y 00321201 Ceco Sales Corporation 708 N. Main Street Fort Worth TX 76154-0 (817) 429-1866 (817) 332-5103 y ,,.., 00321201 LKT & Associates PO BOX 668 Melissa TX 75454 (214) 544-0440 (214) 544-3684 y 00321201 Romar Supply, In c . 2468 Fabens Road Dallas TX 75229 (214) 357-2020 (214) 357-1398 y 00321201 Thompson Bearings & Power Transmission LLC PO BOX 222261 Dallas TX 75062 (972) 812-0878 (972) 812-0877 y 00321201 THT Electric Company, In c . OBA THT 2999 N. Slemmons Frwy Lewisville TX 75077 (972) 979-3204 ( 469) 322-2668 y 00 32 1201 Tower Well Resources, LLC PO BOX 1641 Colleyville TX 76034 (817) 849-1577 (817) 485-1677 y 00321 201 Winston Water Cooler, LTD . 5014 Mark IV Parkway Fort Worth TX 76106 (817) 624-9090 (817) 624-1747 'I 30-Mar-JO Send Log talus AttType PrioName Date Pa ... CcS . .Phone Number ... omple Fax Senc AEI Tue 3/30/2010 3 :48 PM 2 8172681921 ~omple Fax Senc B20 Environmental , Inc. Tue 3/30/2010 3 :51 PM 2 8174656 149 omple Fax Senc DFW lntrastructure , Inc. Tue 3/30/2010 3 :53 PM 2 8173327244 omple Fax Senc Conatser Construction , Inc. te Tue 3/30/2010 3 :54 PM 2 8175344556 omple Fax Senc Ceco Sales Corporation Tue 3/30/2010 3 :56 PM 2 8173325103 omple Fax Senc LKT & Associates Tue 3/30/2010 3 :59 PM 2 2145443684 omple Fax Senc Magnum Manhole & Undergrou ... Tue 3/30/2010 4 :01 PM 2 9722765318 ample Fax Senc NTP Plumbing & Utilities Contr Tue 3/30/2010 4 :03 PM 2 8174836203 omple Fax Senc Ram Tool & Supply Company, Inc Tue 3/30/2010 4 :05 PM 2 8177592799 ample Fax Senc Romar Supply, Inc. Tue 3/30/2010 4 :08 PM 2 2143571398 Fax Senc Thompson Bearings & Power Tr ... Tue 3/30/2010 4 :10 PM 2 9728120877 Fax Senc THT Electric Company, Inc. D Tue 3/30/2010 4 :12 PM 2 4693222668 Fax Sen, Winston Water Cooler, LTD . Tue 3/30/2010 4 :15 PM 2 8176241747 Fax Senc All-Tex Pipe & Supply, Inc. Tue 3/30/2010 4 :17 PM 2 8178312173 Failed Fax Senc Tower Well Resources, LLC Tue 3/30/2010 4 :22 PM 2 8174851677 T eLe: IJ' <I-,.::: ,+ )It' ff' ,+u..e-" I.) r 5 L4> ;<) ,._,1 G c__..,~-0 ~ ""? -3c, -I o Page 1 From : Bertha Gianu lis To : Inc . te Con atser Construct io n Conatser Construction , TX., LP Tel : 817-534 -1743 Fax : 81 7-534-4556 To: Inc . te Conatser Construction Company : Fax Number : 8175344556 I Subject : Pages including cover page: 2 MESSAGE Dat e : 3/30/201 0 Time : 3 :54 :40 PM Page 1 of 2 FAX COVER From : Bertha G ianu lis Company : Conatser Construct ion Fax Number : (817) 534-4556 Time : 3 :48:30 PM Date : 3/30/2010 We are soliciting bids from Certified and Approved MBE and WBE enterprise companies for projects within the City of Fort Worth , Texas. 1 The following letter outlines the details. Thank You for your interest. From : Bertha Gia nulis To : Inc . te Conatser Co nstruct i on Date : 3/30/2010 lime : 3 :54 :4 0 PM CONA TS ER CONSTRUCTION TX ., L.P . March 29, 20 I 0 P. 0. Box 15448 Fort Worth , Texas 76119 (817) 534 -1743 (817) 534 -4556 Attention: Certifi ed and Appro ved l\1BE and WB E Enterpri se Companie s We are soli citi ng bids fro m Cert ified and Appro ve d M.B.E . and W.B.E. Ent erpri se co mpan ies who wis h to quote us su b-prices on the fo ll owi ng proj ec t [s]: WATER AND SANITARY SEWER RECLOCATIONS FOR SH 121 T CROSSING WEST OF THE HULEN STREET BRIDGE WITIIlN THE UNION PACIFIC RAILROAD DAVIDSON RAIL YARD, PART 2 -HULEN STREET BRIDGE Sewer Project No: P275-703170133287 Water Project No : P265-603170133287 DOE#: 6338 City Project No. #01332 PROJECT BID DATE: April 15. 2010 SANITARY SEWER REHABILITATION CONTRACT LXVII (67). PART 3 Project No: P258-709170047383 Project No: P253 -609170047383 DOE#: 4801 City Project No . 00473 PROJECT BID DATE: April 15 1 2010 Specific ations and Contra ct Doc um ents fo r this proj ect [s ] ma y be obtain ed at the Offi ce of Tran sport atio n an d Public Works Dep artm ent , Munic ip al Offi ce Building, I 000 Thr ockmorton St reet, Fo rt Wo rth, Tex as or can be viewed at Co natser Construction TX, L.P . 5327 Wichita Street, Fort Worth, Texas. All Subcontractors must have a Certific at e of Insurance on file with us prior to bid submittal and mu st be capa ble of having a Performance , Payme nt and Main tenanc e Bond . All Subcontractors wi ll be required to comply wi th Prov isio n 5159-A of"Vemon's Annotated Civi l Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordi nance No. 7278, as amended by City Ordinance No . 74 00 (Fort Worth City Co de Sections I 3-A-21 thr ough 13-A-29), prohibit ing discrimination in employment practices . All bids mus t be qu oted "On e Wo rk Day P rio r to Bid Op ening ", no later than 5 :00 PM ; otherwise bids will be considered non-resp onsive . We apprec iate your in teres t in this project and look forwar d to working wi th yo u in the future . If you have any questions or comm ents rega rd ing the ab ove , please call me at (817) 534-1743 . Our Fax Number is (817) 534-4556 . Be rtha Gi anu lis Co ntroller Page 2 of 2 ; . ' ' l ' i) ' I ' L , Part B Proposal MR. DALE A. FISSLER, P.E . City Manager Fort Worth, Texas PROPOSAL FOR: SANITARY SEWER REHABILITATION CONTRACT LXVII (67) Project No .: P258-709170047383, P253 -609170047383 City Project No.: 00473 Ft. Worth, Texas Pursuant to the foregoing "Notice to Bidder," the undersigned has examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Water Department of the City of Fort Worth. If required by this project, Contractor must be pre-qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance ohhis Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums , to wit: Total quantities given in the bid proposal may not reflect actual quantities, by represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. B-1 PAY BID CPMS ESTIMATED ITEM NO. QUANTITY UNIT DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS SECTION A-WATER IMPROVEM 'NTS: BID-00618 1,850 2 BID-00616 25 3 BID-00749 4 4 BID-00745 2 5 BID-00758 625 f BID-00759 2 Pipe-Pressure-8 Inch -Install; DR-14 PVC Water Line (Includes Removal or Abandoning of Existing Water Pipe) n:rty-two Dollars& u ~ ~b Pipe-Pressurc-6 Inch -Install; DR-14 PVC Water Linc (Includes Removal or Abandoning of Existing Water Pipe) Tbir ty Dollars & LF &'e Cenb EA EA LF EA Valvc-8 Inch-Gate-wNalvc Box -Install 1--"-A/.L.Lf.; f1u..(.._:h:..uu.._.n:u.dL!..f.1,_( J~t.LI. £Lt!io!..+y-Dollars & ------'tYi.wOc__ _____ Cenb Valve-6 Inch-Gate-wNalvc Box -Install 1--.:::e':...LJ • .,.,.....A.L..:ltYA ....... u£L/l&.Wd.Ll;.rt..u...)-1-£ ....... • P1--1t~v~ Dollars & 1----~A/:LJ,lo _______ Cenb Water Service-I Inch -Install; Copper Service from Main to Meter 11,/c t V Dollars & • NO Cenb Water Service-I Inch -Relocate l-~L&K./)"'--4-'huau._..a ..... d.LL,.L.Adil..-----Dollars & 1 _____ -,/{J/.~,:.JL..~ ______ Cenb l Water Service-I Inch-Tap to Main -Install UNIT PRICE AMOUNT BID 3.2..00 si ~CO, DO 30.()0 7SO, oo </so . oo 3,aoa .oo sso. o o t J()(). oo 30.00 /~ 750.00 ~oo.oo 'IO~. fJO l----"OC..Un ..... ,-LA.l....!:ua!Jnl...Wr.lu...ir(~'~hL!,'..Lp-"<1;-lt.-y-~. Dollars & ,i _....;.7_rB.;;;;;ID....;.-00:....:..;...76:.::2+-...:3:..:..l __ ' +-=EA:.:_t;;==~==;=~::A~/· (J============--c_e_nb __ -1-_ _:_1_s_o_.o_o-l-_'l,:..:.,_:::'_s_o_._~_~_J I Water Scrvice-2 Inch-Install l l 8 9 BID-00763 50 BID-00767 2 LF EA _7i....._._hl,,Ljir.__t~y,-:;.-_,f.µ·~v"-..._ ____ Dollars & _____ .......,~/'Oc___ _____ Cenb Water Service-2 Inch-Tap to Main -Install l--4&->L .... wL-...I.A,J...J"iQ,.,,U.Wd1-'c~~e1~---0o11ars & 1------Cl,t:'QLIL.. ______ cenb l Water Service-2 Inch-Temporary-Install ; Furnish and Lay 2-lnch Pipe and Fittings for Temporary S~ice Connection for Entire Project 35. oo t 7SO. oa Jl)0,00 1 7n,rf11-·k111 hu~-:l,,) Dollars& -~_:l~O_i...:B~ID~-0~07.'..!:6~8...1.__ _ _!l:.___~L~S~t========,41==:o==========:.2C:.:en::b:__L__:_~_5_~_o_. o_o_J__3.:__~ S_O_O_. ~_o_J B2 .. PAY BID CPMS ESTIMATED ITEM NO. QUANTITY UNIT DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS SECTION A· WATER IMPROVEMENTS: 11 B!D-00546 2 EA 12 BID-00547 EA 13 BID-00548 16 VF 14 BID-00550 32 EA 15 BID-00555 EA 16 BID-00568 1.5 TON 17 BID-00423 300 LF 18 BID-00428 16 SF 19 BID-00442 1,9 00 LF 2 0 BID-00493 10 CY 2 1 BID -00837 IO CY Fire Hydrant -Install Mfnt'{ Fi',/(. J./vJJd r,Lc:! Dollars & AlV -Cents Fire Hydrant -Remove & Salvage 1faJ-~~o""'--'J./~q.c.JJ!..lodL.J(.t..:::!~ILid..__ ___ Dollars & -"/v..::....,,U,:__ __________ Cents Fire Hydrant-Barrel & Stem Extension -[nstall ,-O~N'-"~..___,__,1-l'---"ylL,Jlll..ld~t.lld~---Dollars & ....,1\4,l....,Q.,__ __________ Cents Meter Box-Class A -Install , Complete with Meter Dt.JQ.. Wu ,Jd t....Qd l='i£+'-i Dollars & NO Cmts Meter Box Class C -Install ~ 0 //u,;ri ~ t=°'i + f '-/ Dollars & 1---,.f-..... l~Q-_________ Cents Pipe Fitting< 16 Inch DI Pipe--Install -r1i ('€e mou~ vti Dollars& 1~N<....&._,,O.__ _________ Cents Curb & Gutter -Install ,~F""':"T::;;!9f#-W.µ..>,<.e.=e..!..N==------Dollars & I .. N___'---"-'~-----------Cents Median-Brick -Install l"':Fo~-~{!:;;--',b~f-±..L_!.;i VIL~~---Dollars & 1 ... J'-\).x....,,0"--_________ Cents Pavement-2 Inch HMAC on 6 Inch Flex Base- ?~porary-Install DJ..J N e_,. Doll a rs & NO Cents Subgrade-Crushed Lime s ton e For M is c . Placement - In stal l 1-Jt-':"t"e-::!N_,._ ________ Do ll ars & 1-+'/J"'· ..,.0£._ _________ Cents Con ~re te-Type B -In sta ll Yu~1~J.k?~nL1-+L"-f--------Do llars & 1 _,,,...A'-'f l}...._ __ ' _______ Cents B-3R UNIT PRICE AMOUNT BID I I &,a) . 00 J5Q.CO Lf,W·olJ r:::250. D6 3, CC0. 00 1,oC()· 0C 1g.oo 5,1.f~.OD 7 JD.0 {) 9. 6() 10 _oo /tJi). 0 () o<. o. ()<.) PAY BID CPMS ESTIMATED ITEM NO. QUANTITY UNIT DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS . SECTION A -WATER IMPROVEMENTS: 22 BID-00372 1,400 LF 23 BID-00137 50 SY 24 BID-01189 LS 25 BID-00443 1,900 LF 26 BID-00430 1,000 SY 27 BID-00542 3 EA 28 BID-00100 LS Trench Safety System 5 LF Depth -Install ___ _.MLIL.:(l~------Dollars & -----'~wl!-...,1][.L_ _____ Cen~ Grass Sod -Install ,---E__.__i.:.cve,,oe,_ _______ 0o11ars & 1-----LJtY~o~ ______ Cen~ Signal-Traffic Control -Design & Provide -Install _ ..... 1"~1M=p'---"t'--'-6.ll!Q:.iak..::a.<aa.1Jua..l ___ Dollars & 1-----ur.AI ..... O:.__ _____ Ccn~ Pavcmcnt-2 Inch Min HMAC on 2/27 Concrete Base (STR-028) -Install 11, /rt Y ~ £; 1/( Dollars & ,4/0 Ccn~ Pavement-Additional HMAC Repair Beyond Trench Width -Install £·11~ Dollars & AIO Ceo~ Dchole-Exploratory Excavation -Study , _ _.°Ll_.t)..µt~'-..... e.-+-h'-"<Atua~Jol-.JrU.~..f.t.j __ Dollars & 1~----'.!Al~O.t._ ______ Ccn~ Storm Water Pollution Prevention Plan> Than 1 Ac SWPPP -Install F,11(. b wt1drrd Dollars & TOTAL SECTION A-WATER IMPROVEMETNS: (Transfer Total to Page 8-9 Summary) DA UNIT PRICE AMOUNT Bil ./0 /'ffJ. 00 S,bO ;.so. oo 3S.b0 S. 00 5,000, OD l 3 ()O . oo 100.00 soo.oo soo.oo ~Jg%o.oo PAY DIDCPMS ESTIMATED ITEM NO. QUANTITY UNIT SECTION B -SEWER IMPROVEMENTS: I BJD-00275 160 LF 2 BJD-00502 160 LF 3 BID-00268 610 LF 4 BID-00227 170 LF 5 BID-00332 600 LF 6 BID-00349 645 LF 7 DID-00351 1,700 LF 8 BID-003 19 125 LF 9 BID-00353 610 LF 10 BID -0 032 9 11 0 LF 11 BID-0 0207 I EA :Ul9(A M A.J-"--t. vJ_L-, 1J o. I DESCRIPTION OF ITEMS WITH BID PRJCES WRITTEN IN WORDS UNIT PRICE AMOUNT BID Pipe-Sewer-16 Inch DIP-Other Th an Op en Cu t (All Depthu -Install Dollars & Qu4 _u.~d tU.si fiii::J. ._I('\ Cents ,,so.oo ~4.ax;.00 Pipe-Cas ing-30 Inch-Casing Pipe Bore/Jack , w/Pressure Grout -Install rru1) il u t.:d 'nA-<wovM--J t:' j vf-Dollars & ~b ' Cents ~OD ~ I.,, {)ll"J I) D *Pipe-Sewer-IS Inch-SDR35 (All Depths)-In stall Seu.Ofl± 4 ~\J..e.. Dollars & NO Cents 75,0,, 4'5,~.00 *Pipe-Sewer-JO Inch DIP (All Depths)-Install . s ~~f~ Dollars & ~[L Cents (il).00 IO . .J.c().O 0 *Pipe-Sewcr-8 Inch DIP{All Depths)-Install; Se\J.e(li ~ (,~ Dollars & b.lD Cents -,~.oo 45~o.oc Pipe-Sewer-8 Inch-Other Th an Open Cut -Inst a ll 01\W, Hu t..'d ucl h ' Ii~ .:-,· v<.. Dollars & ~ Cents \66°0 qq qt75,0r> •Pipe-Scwer-8 lnch-SDR35 (All Depths)-Install ~· £~ ... , Dollars & p.~ 0 Cents 5'0.00 '85 Cl>o · 0'0 *Pipe-Sewer-6 Inch (All Depths)-In stall ~:l:l:-~~ Doll ars & ~l) Ce nts 46PO '5 ln:J.~.oo *Pipe-Sewer-6 Inch SCH 40" (All Depths)Private(Plumber) -In stall 8£:i~ Doll ars& 5o.OO ~ol~o.oc "'-1(") f"'--•o •Pipe-Sewer-6 In ch SCH 40 " Pri vat e(P lumbe r)Bore - In stall 0 1~ ~l Y Nej ~ ~I -\i ~ Dol la rs & "'-,~ t". ·-\'$0.00 If.a cf:i)oPo Manh-o le -Drop -St d 4 Ft Oi a m-(to 6 Ft de pth) -In stall "1h \ <tz ~ t:""\~ l\ I! Nd~ Do ll ars & ~} Q Ce nt s 3(;;,DO·OC 3.~oP0 B-5 R PAY BIDCPMS ESTIMATED DESCRIPTION OF ITEl\'JS WITH BID PRICES ITEM NO. QUANTITY UNIT WRITTEN IN WORDS UNIT PRICE AMOUNT BID SECTION B -SEWER IMPROVEMENTS: Manhole-Drop-Std 4 Ft Diam-Added Depth (over 6 Ft ~th)ltstall Dollars & -111.) ()._J iii l.£lcl r: f:1 --, Cents ~~.oo 12 BID-00208 4 VF ~~o I Q()().O lJ Manhole-Paint & Coating-Interior Protective Coa li ng . -Install u ~ o~~..I _ L{ ~~ ~fJll>Dollars & 1L.J ocoP'll 13 ,1 BID-0021 I 80 VF t\JO Cents r15.0° Manhole-Shallow Std 4 Ft Diam-(Shallow Cone)-\ ,~ . m l,, • Dollars & 1: 1\Q.~ 0 U ~ nr--l t,'.)Il Cents 3,tvo.OD /_p • DDo. 0 0 14 BID-00212 2 EA Manhole-Std 4 Ft Diam-{to 6 Ft Depth) -Install ~J.~(}t\l E l0thr Uut..'rlNH Dollars & ~ I '-' Cents ~,w.oo L/J,CC0.00 15 BID-00213 15 EA Manhole-Std 4 Ft Diam-Added Depth (over 6 Ft Depth)-Install 01.N!.YU~M~ ~i:{-4 ~ Dollars & 16 BID-00214 28 VF ~o Cents \t:£).0 0 Lf. ;;Jw pt. Manhole-Std 5 Ft Diam-{to 6 Ft Depth) t:o!A~ \\;o~sa rd Dollars & 17 BID-00215 4 EA ~~o Cents 4.oooP 0 I" ()DO-~ Manhole-Std 5 Ft Diam-Added Depth (over 6 Ft ~ depth) U11~N4d -rf'h <\QO Dollars & 18 BID-00216 20 VF ~~rJ Cents ?lX).DO ~[X)().DO Manhole-Vacuum Test -Services ' t:f+~ Dollars & '50.00 8'5000 BID-00217 EA NO Cents 19 17 Manhole -Abandon -rh \ Q.Q... -\.\ u ?\'ch~ Dollars & ~~o Cents ~00.oo 3.ld:OPO 20 BID-00205 12 EA Manhole -Remove lwolivM~ Dollars & I\. )f) Cents ::)r-().00 ?;[Doc 2 1 B!D -00206 4 EA Sewer Service-4 Inch Bore & Jack Pressure G out(Privat~Plumber)-Install V1Yl+ Dollars & ?lo(X),or. "\() l Cents ?1).06 22 BID-00357 100 LF - 8-6 R PAY BIDCPMS ESTIMATED DESCRIPTION OF ITEMS WITH BID PRICES ITEM NO. QUANTITY UNIT WRJTTEN JN WORDS UNIT PRICE AMOUNT BID SECTION B -SEWER IMPROVEMENTS: Sewer Service-6 Inch Bore & Jack Pressure Grout - Install }::-' ~~~ i~e. .t Dollars & 23 BID-00328 50 LF Cents ?5~0 4,Jfi?D Sewer Service-8 Inch Bore & Jack Pressure Grout- IN"ll Dollars & I N e.A:.::j. 24 BID-00348 50 LF ~o Cents qopD L{. .5c{)OT) Sewer Service-4 Inch -Install ---rh l l'b'-' E \a lri+-Dollars & ~Q I u Cents 6 <g_oo 3g e,oo00 25 BID-00354 1,000 LF *Pipe Sewer Plumbing-4 Inch SCH 40(Privatc)(Plumber)-Install 26 BID-00352 2,600 LF G-b-...f)WO Dollars & 4~00 ICR :Jm.oo "-:l-U . £L •- ~r Servicctlnch Service Tap -Install; <o C 11 l \A NJ-.\ Dollars & _Nb Cents 27 BID-00355 17 EA [to.OD '5,)[t).0D Sewer Service-4 Inch-2 Way Clean Out -Install .. t-r.7--.n u u ~ cl t.4.d Dollars & 28 BID-00356 97 EA ~o Cents d.[)().OD tq40D.oo Sewer-Servicc-6 Inch Service Tap -Install ' b~Q.]uNcl ~~ Dollars & 29 BID-00361 2 EA p,JO Cents F:oo.0° \ (YY).o o Sewer-Service-Cut & Plug Existing All Sizes All \ Depths -1r~don 'nf"I I J-.::._~ {fl rJ Dollars & ~JO . 30 BID-00367 36 EA Cents -~po 7 ~!Jj.Ot) Collar-Manhole 32 Inch-Frame & Cover -Install \ fo u ( Wu ~tlcl Dollars & 31 B!D-00198 21 EA ~~o Cents t..\-00.00 <?. L/()0, oc Driveway-Install ' s; )( Dollars & 32 810-00401 1,450 SF ,t-.:J D Cents ~po 8,t"]C()/JO Cu rb & Gutter -Install ~~b:!eeJJ Dolla rs & I i.o o rP Cents 33 BID-00423 1,000 LF I r:,,a;o . B-7 R I PAY BID CPMS ESTIMATED DE SCRIPTION OF ITEMS WITH BID PRICES ITEM N O. QUANTITY UNI T WRITTEN IN WORDS UNlT PRICE AM OUNT BID ,SECTION B -SEWER IMPROVEMENTS: Median-Brick -Install f:°Qd~ £i ~-L Dollars & 34 BID-00428 50 SF NQ Cents ~~00 ~~:{).OD Pavement-2 Inch HMAC on 6 Inch Flex Base- Temporary -Install ~ i ~ Q_____ Dollars & 35 BID-00442 4,885 LF Ntl Cents CJ.OD l/3,q~oo Pavement-Additional HMAC Repair Beyond Trench Width -Install Fh1~ Dollars & 36 BID-00430 3,900 SY "10 Cents 5.00 1q_500.0D Paveinent-2 Inch Min HMAC on 2/27 Concrete Base (STR-028) -Install :rh i (±¥ -ru2 Q Dollars & 37 BID-00443 3,540 LF J\Jo Cents ~.oo II 3,J~CO Pavement-Concrete on 2/27 Concrete Base (2000-2) - fnstall Ei2(~~ Dollars & '5 3. ~to .l() 38 BID-00458 1,345 LF p.}Q Cents '-/O.Ob Pavement-Valley Gutter -Install ---fhi (h-~ Dollars & 39 BID-00473 25 SY 1'.lQ Cents 2£).00 7!:!CiJD Walk -St eps -Install H)_(+.,~ Dollars & 40 BID-00436 12 SF NQ Cents L/v.oo 4~00 .- Grass-Sod -Install -l:i~~ Dollars & 41 BID-00137 1,000 SY ~lo Cents ~po 5 .{)l)C). 00 Trench Safety System 5 FT Depth -Install m(Q,t. Dollars & 42 BTD-00372 6,503 LF b.20 Cents 3.00 lCf /SD't.00 Inspection-Post Const ruction Cleaning & TV -Study ~ .. ~o Dollars & ., 43 BID-00201 4,800 LF Nu Cents ;;i. po Cj (cl» crJ • [nspection -Precoostruc ti on Cleaning & TV -Study -rh<~e... Dollars & 44 B!D-00 202 6,300 LF l\10 Cents ~_oo ( i.CJaf B-8R 1 PAY BIDCPMS ESTIMATED DESCRIPTION OF ITEMS WITH BID PRICES ITEM NO. QUANTITY UNIT WRITTEN IN WORDS UNIT PRICE AMOUNT BID SECTlON B -SEWER IMPROVEMENTS: Fill Material-Flowable Fill -Install s J{){»-~ h Je__,, Dollars & BID-00544 200 CY kJO Cents ,5 vc l'J ,OC{) 0 o 45 Signal-Traffic Control -Design & Provide -Install "It, )0 (It ,, Jhm1 (.a r\rl Dollars & ~20 I Cents ;AO(XX)pO dJ,OJ):)l), OD 46 BID-01189 l LS (Transfer Total to Page B-10 Summary) 1.0501~~1. 00 TOTAL SECTION B • SANITARY SEWER IMPROVEMETNS: B-9 R MMARY OF BIDS Section A-Water Line Improvements Section B -Sanitary Sewer Improvements **Total (Bid Sections A+ B) **THIS TOT AL TO BE READ AT BID OPENING B-9 s_ ~JO/-lltQOO j .$_ I; 050, ;;;.Wf.00 6' VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas legislature passed House Bill 620 relative to the award of contracts to nonresident' bidders . This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal · ·' place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications. The failure of out-of-state or nonresident contractors to do so will automatically di.squalify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. ~ BIDDER: I Address City/State/Zip ' By: _ _.,...,)"-....,r. ..... r.,...11 .... ~""0=11ca::a'-.IC.t=s~=c------- '<P1ease print) Title : _ ___,,,....£-#--/'. ..... (-11' .... ik-4'-'C"--------- (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION ·within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth , as liquidated damages for the delay and additional work caused thereby . · If as a requirement of this project, the undersigned bidder certified that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have read and thoroughly understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans . The undersigned assured that its employees and applicants for employment and those of any labor organiz.ation, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400 . The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to complete the contract within 180 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Circle and complete A or B below, as applicable) A The principal place of business of our company is in the State of ---------- a. Nonresident bidders in the State of our principal place of business , are required to be __ percent lower than resident bidders by state law. A copy of the statue is attached. b. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. @ The principal place of business of our company or our parent company or majority owner is in the State of Texas . , Receipt is acknowledged of the following addenda: Addendum No. 1 . · Addendum No : 2 Addendum No . 3 r By: __ _,....,.::...._..£-~-1,!!::...._-____:~------ Title. / Jerry Cooa.ts~ fus,·dent Company: G,11a t vc Col) s f.cu,-6 'ao n l. p Address : (.tJ . /!ioY /S'{lJK fact u.Jor+b, 1Y 7fRLt2 8 -10 I 1. CITY APPROVED METHOD AND APPROVED PRODUCT FOR*, ** AND *** * CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED Standard Spec No. Size ~ E1-31 4" through 36 " E1 -25 4" through 15" E1-27 4" through 15" E1-28 18" through 48" E100-2 18" through 48" Consult with ·city of Fort Worth, Texas Standard Product List" to obtain the Generic/Trade Name and the Manufacturer for the pipes listed above. ** Contractor to indicate Pipe Enlargement Method being used : __ PIM Method ___ T.R.S. System ___ McConnell Method Name of Subcontractor:------------ Name of Subcontractor:------------ Name of Subcontractor:------------ Note : Only tee service connections will be allowed. *** CONTRACTOR TO INDICATE TRENCHLESS METHOD, IDENTIFY APPROVED LINER PROCESS, AND PROVIDE NAME Of CONTRACTOR FOR INSTALLATION: ___ Cured-In-Place Pipe (CIPP) --------'----,-----,----,--,--- (Approved CIPP Liners : lnsltufonn ; Approved CIPP liner Name of Contractor for lnstallatlon National liner; and lnliner) ___ Fold and Form Pipe (FAFP) ~---,-=--..,,....,.,,......--/ _________ _ (Approved FAFP Uner: U-Uner) Approved FAFP Liner Name of Contractor for Installation Failure to provide the information required above may result in rejection of bid as non- responsive. Only products listed above will be allowed for use in this project. Any substitutions shall result in rejection of bid as non-responsive LIST OF CAST IRON FITIINGS For Project: SANITARY SEWER REHABILITATION CONTRACT LXVII (67) ADD OR SUBTRACT FOR THE FOLLOWING CAST IRON INCLUDING INSTALLATION. TYPE SIZE QTY WEIGHT TOTAL WT TEE 8"X6" 3 185 1110 TEE 8"X6" 2 205 615 45 DEG. BEND 8" 4 120 120 REDUCER 8"X6" 5 95 570 M.J. SOLID SLEEVE 6" 3 98 294 M.J. SOLID SLEEVE 8" 1 136 136 - COST tJ " - 2120 _, /~ 3C -- ,J '/D "- I I 'I" l:'~ 5"-i' R c.:.- Y7'). ~ on tractor shall fill in blanks for "Weight", "Total Wt" and "Cost" as a part of the bid. Contractor is responsible for j rrect quanity total of all fittings and specials. l ; • J l J Part C General Conditions Cl -1 Cl-1.l Cl-l.2 Cl-1.3 Cl-1.4 Cl-1.5 C l-l.6 Cl-1.7 C 1-1.8 C 1-1.9 Cl-1.10 Cl-l.11 Cl-1.12 Cl-1.13 Cl-l.14 Cl-1.15 . Cl -1.16 Cl-1.17 Cl-1.18 Cl-1.19 Cl-1.20 Cl-1.21 Cl-1.22 Cl-1.23 Cl-l.24 Cl-1.25 Cl-l.26 Cl-1.27 Cl-1.28 Cl-1.29 Cl-1.30, Cl-1.31 Cl-1.32 PART C -GENERAL CONDITIONS TABLE OF CONTENTS OCTOBER 19, 2009 TABLE OF CONTENTS DEFINITIONS Cl-1 (1) Definition of Terms Cl-1 (l) Contract Documents Cl-l (2) Notice to Bidders Cl-1 (2) Proposal Cl-1 (2) Bidder Cl-1 (2) General Conditions Cl-l (2) Special Conditions Cl-1 (2) Specifications Cl-1 (2) Bonds Cl-1 (2) Contract Cl-1 (3) Plans Cl-1 (3) City Cl -1 (3) City Council Cl-1 (3) Mayor Cl-1 (3) City Manager Cl-1 (3) City Attorney Cl-1 (3) Director of Public Works Cl-I (3) Director, City Water Department Cl-1 (3) Engineer Cl-1 (3) Contractor Cl-1 (3) Sureties Cl-I (4) The Work or Project Cl-1 (4) Working Day Cl-1 (4) Calendar Days Cl-1 (4) Legal Holidays Cl -1 (4) Abbreviations Cl-1 (4) Change Order Cl -1 (5) Paved Streets and Alleys Cl-1 (5) Unpaved Streets or Alleys Cl-1 (6) City Street Cl-1 (6) Roadway Cl-1 (6) Gravel Street CI-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL · C2-2 .l C2-2 .2 C2-2.3 C2-2.4 Proposal Form Interpretation of Quantities Examination of Contract Documents and Site of Project Submitting of Proposal (1) C2-2 (1) C2-2 (1) C2-2 (2) C2-2 (2) C2-2.5 Rejection of Proposals C2-2 (3) C2-2.6 Bid Security C2-2 (3) C2-2.7 Delivery of Proposal C2-2 (3) C2-2.8 Withdrawing Proposals C2-2 (3) C2-2.9 Telegraphic Modifications of Proposals C2-2 (3) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2. l l Irregular Proposals C2-2 (4) C2-2 .12 Disqualification of Bidders C2-2 (4) C3-3 AW ARD AND EXECUTION OF DOCUMENTS : C3-3.l Consideration of Proposals C3-3 (1) C3-3 .2 Minority Business Enterprise/Women Business C3-3 (1) Enterprise Compliance C3-3.3 Equal Employment Provisions C3-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (1) C3-3 .5 Award of Contract C3-3 (2) C3-3.6 Return of Proposal Securities C3-3 (2) C3-3.7 Bonds C3-3 (2) C3-3.8 Execution of Contract C3-3 (3) C3-3.9 Failure to Execute Contract C3-3 (3) C-3-3.10 Beginning Work C3-3 (4) C3-3.l l Insurance C3-3 (4) C3-3.12 Contractor's Obligations C3-3 (6) , ...,,. C3-3.13 Weekly Payrolls C3-3 (6) C3-3.14 Contractor's Contract Administration C3-3 (6) -C3-3.15 Venue C3-3 (7) C4-4 SCOPE OF WORK C4-4.l Intent of Contract Documents C4-4 (1) C4-4.2 Special Provisions C4-4 (1) C4-4.3 Increased or Decreased Quantities C4-4 (1) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C4-4 (2) C4-4.6 Construction Schedule C4-4 (3) C4-4.7 Schedule Tiers Special Instructions C4-4 (6) CS-5 CONTROL OF WORK AND MATERIALS CS -5 . l Authority of Engineer CS-5 (l) CS-5.2 Conformity with Plans CS-5 (1) CS-5.3 Coordination of Contract Documents CS-5 (1) CS-5.4 Cooperation of Contractor CS-5 (2) CS-5.5 Emergency and/or Rectification Work CS-5 (2) CS-5.6 Field Office CS-5 (3) CS-5 .7 Construction Stakes CS-5 (3) (2) CS-5 .8 CS-5.9 CS-5.10 CS-5.l l CS-5.12 CS-5.13 CS-5.14 C5-5.15 C5-5.16 CS-5.17 CS-5.18 C6-6 C6-6.l C6-6 .2 C6-6.3 C6-6.4 C6-6 .5 C6-6.6 C6-6.7 C6-6.8 C6-6.9 C6-6.10 C6.6 .l l C6-6.12 C6-6.13 C6-6 .14 C6-6.15 C6-6 .16 C6-6.17 C6-6. l8 C6-6.19 C6-6.20 C6-6.21 C7-7 C7-7.l C7-7.2 C7-7.3 C7-7.4 C7-7.5 C7-7.6 C7-7 .7 C7-7.8 Authority and Duties of City Inspector 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 Clean-Up Final Inspection LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Laws to be Observed Permits and Licenses Patented Devices, Materials, and f rocesses Sanitary Provisions Public Safety and Convenience Privileges f Contractor in Streets , Alleys , . and Right-of-Way C5-5 (3) CS-5 (4) C5-5 (4) CS-5 (4) C5-5 (5) C5-5 (5) C5-5 (5) C5-5 (6) C5-5 (7) C5-5 (7) C5-5 (8) C6-6 (1) C6-6 (1) C6-6 (1) C6-6 (l) C6-6 (2) C6-6 (3) Railway Crossings C6-6 (3) Barricades , Warnings and Flagmen C6-6 (3) Use of Explosives, Drop Weight, Etc. C6-6 (4) Work Within Easements C6-6 (5) Independent Contractor C6-6 (6) Contractor's Responsibility for Damage Claims C6-6 (6) Contractor's Claim for Damages C6-6 (8) Adjustment or Relocation of Public Utilities , Etc. C6-6 (8) Temporary Sewer and Drain Connections C6-6 (8) Arrangement and Charges for Water Furnished by the City C6-6 (9) Use of a Section or Portion of the Work C6-6 (9) Contractor's Responsibility for the Work C6-6 (9) No Waiver of Legal Rights C6-6 (9) Personal Liability of Public Officials C6-6 ( l 0) State Sales Tax C6-6 (l 0) PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of The Work Limitation of Operations Character of Workmen and Equipment Work Schedule Time of Commencement and Completion Extension of Time Completion (3) C7-7 (l) C7-7 (l) C7 -7 (l) C7-7 (2) C7-7 (2) C7-7 (3) C7-7 (3) C7-7 (3) C7-7 .9 Delays C7-7 (4) C7 -7.10 Time of Completion C7-7 (4) C7-7. l l Su spen sion by Court Order C7-7 (5) C7 -7 . l 2 Temporary Suspe nsion C7-7 (5 ) C7 -7 .13 Termination of Contract due to National Emergency C7-7 (6) C7-7 .l4 Sus pe nsion or Abandonme nt of the Work C7 -7 (6) and Annulment of the Contract: C7-7 . l5 Fulfillment of Contract C7 -7 (8) C7-7 . l6 Termination for Convenience of the Owner C7-7 (8) C7-7 .l 7 Safety Methods and Practices C7-7 (11) C8-8 MEASUREMENT AND PAYMENT C8-8.l Meas urement Of Quantities C8-8 (1) C8 -8.2 Unit Prices C8-8 (l) C8 -8.3 Lump Sum C8-8 (1) C8 -8.4 Scope of Payment C8-8 (l) C8 -8.5 Partial Estimates and Retainage C8-8 (2) C8-8.6 Withholding Payment C8-8 (3) "" C8 -8 .7 Final Acceptance C8 -8 (3) C8-8.8 Final Payment C8 -8 (3) C8-8.9 Adequacy of Design C8-8 (4) C8-8.10 General Guaranty C8-8 (4) C8 -8.ll Subsidiary Work C8-8 (4) C8-8 . l2 Miscellaneous Placement of Material C8 -8 (4) /": C8-8 .13 Record Documents C8-8 (4) ' ' (4) AASHTO -American Association of State MGD Million Gallons Highway Transportation Officials per Day ASCE American Society of Civil CFS Cubic Foot per Engineers Second IAW In Accordance With Min. Minimum ASTM American Society of Testing Mono. Monolithic Materials % Percentum AWWA American Water Works R Radius Association I.D . Inside Diameter ASA American Standards Association O.D. Outside Diameter HI Hydraulic Institute Elev. Elevation Asph. Asphalt F Fahrenheit Ave. Avenue C Centigrade Blvd. Boulevard In. Inch CI Cast Iron Ft. Foot CL Center Line St. Street GI Galvanized Iron CY Cubic Yard Lin . Linear or Lineal Yd . Yard lb . Pound SY Square yard MH Manhole L.F. Linear Foot Max. Maximum D.I. Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25 % of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2 . Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3 . Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. Cl-1 (5) l . ,, . .. . ·l . ; . 1 I ,, Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined for "Paved Streets and Alleys ." Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way lines as the street is dedicated . C 1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') back of the curb lines or four ('4) feet back of the average edge of pavement where no curb exists . Cl-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surfac~ before any improvement was made. . ' l \, . ' C ,• . ' 1/. ., ·. '. . . ' . 'l •. ":) Cl-1 (6) ,, ... ... t, J J ... "' ., '• .... ~. ""' : J, ~: .. ~,,r.~f-+.itl"-~ '.J ... )-. ...,. .~},, ' ; . SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2. I PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status . This statement must be current and no more than one ( l) year old . In the case that bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification . Liquid assets in the amount of ten ( l 0) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2 (I) C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the Owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Bidders are required, prior to filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary to gain a complete know.ledge of the conditions which wiU be encountered during construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete inform,ation upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between price written in words and the price written in numerals, the price most advantageous to the City shall govern . If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member of the firm, association, or partnership, or by person duly authorized. If a proposal is submitted by a company or corporation, the company or corporation name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power C2-2 (2) - - ... - 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, erasures, or irregularities of any kind, or contain unbalanced value of any items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened . C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid sec;urity of all other bidders may be returned promptly after the canvass of bid s. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas . C2-2 .8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals . A request for non-consideration must be made in writing , addressed to the City Manager, and filed with him prior to the time set for opening of proposals . After all proposals not requested for non -consideration are opened and publicly read aloud, the proposals for which non- consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time , and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the propo sal . C2-2 (3) 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 the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2 . l l IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which can not be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons: a) Reasons for believing that collusion exists among bidders. b) Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. c) The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d) The bidder being in arrears on any existing contract or having defaulted on e) f) g) h) a previous contract. The bidder having performed a prior contract in an unsatisfactory manner. Lack of competency as revealed by financial statement, experience statement, 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. 2. 3. Financial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions 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. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2 (4) - ..... - PART C -GENERAL CONDITIONS C3-3 AW ARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS : C3-3 . l CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of the unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the ~id. Until the ward of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as may be con sidered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal , state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months . C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices . The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAW AL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3 (1) C 3-3.5 AW ARD 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 ope.ning proposals, and in no event will an award be made until after investigations have been made as to the re s ponsibility of the proposed awardee . The award of the contract, if award is made, will be to the lowest and best responsive 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, atits discretion, return the . proposal security which accompanied the proposals which, in its judgment, would not be corisiqered 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 . b . C. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or 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 or use of inferior materials . This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than l 00 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. PAYMENT BOND: A good and sufficient payment bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article C3-3 (2) - - - - - 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 . d . OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth , Texas , and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U.S . Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount ·shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties , as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute . and file with the Owner, the Contract and such bonds as may be required in the Contract Documents . No Contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3 .9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the owner as an abandonment of his proposal, and the owner may annual the Award . By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the 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 the Owner will C3-3 (3) suffer by reason of such failure on the part of the Awardee and shall thereupon immediately by forfeited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized 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 "Work Order" or "Proceed Order", it is agreed that the Surety Company will, within ten (lO) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3 . l l INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractor's certificate of insurance for approval. The prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. b. C. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors . In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the 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. ADDITIONAL LIABILITY: The Contractor · shall furnish insurance as a separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability ( covers General Contractor's Liability for acts of sub-contractors). C3-3 (4) - - - - - - - - 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation ill excavation are performed adjacent to same). 4. Damage to underground utilities for $500,000. 5. Builder's risk (where above-ground structures are involved). 6. Contractual Liability (covers all indemnification requirements of Contract). d . AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Prime Contractor's insurance not cover the sub-contractor's work operations . g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and C3-3 (5) performance, payment, maintenance and all such other bonds are written, shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth. Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or ·other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth- Dallas area. The name of the agent, or agents shall be set forth on all such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS : Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3 .13 WEEKLY PAYROLLS : A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor 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 made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth- Dallas 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, all C3-3 (6) .. - - appropriately signed and sealed, as applicable, by the Contractor's responsible offices with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents . The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason . CJ-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (7) SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4 .l 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 or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. 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, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda . All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. C4-4.3 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 as 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 twenty-five (25) percent of the con templated quantity of such item or items . When such changes increase or decrease the .original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other · party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be detenilined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4 (1) - - 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 l O percent of the actual cost of such extra work . The fixed fee is not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work. The fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in (1), (2), (3), and ( 4) above. The Contractor shall keep accurate cost records on the 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. C4-4 (2) Should a difference arise as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer in sists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof as provided under method (Item 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 said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4.6 CONSTRUCTION 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 timing 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 scheduling 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 l year of experience using approved scheduling software systems as defined m this specification. b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration, resource allocation, and logic issues . C4-4 (3) -- - -- - - 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. C4-4.6(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 (lst) payment application will only be processed after the detailed baseline construction schedule has been submitted by the CONTRACTOR and accepted by the OWNER. 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 completion 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 C4-4 (4) 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 instrnctions 8 . Installed equipment and material testing 9. Owner's operator instructions (if applicable) 10. Final inspection 11. Operational testing C4-4.6(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with C4-4.6 and C4-4.7 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. 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. C4-4 (5) - - - C-4-4.6(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. C4-4.7 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: l. 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" resource type showing the quantity of work to be done along with the corresponding value of the work measured in dollars . 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) shall be loaded into the scheduling software using the "LABOR" resource type with man-hours and without cost. C4-4 (6) PART C -GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5. l AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. The Engineer shall decide all questions which arise as to the quality and acceptability of the materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual rights between Contractor and Owner · under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequence or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. The Engineer shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and 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 other wise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specification, 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 C5-5 (1) - - - - Contract Documents, and the owner shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents . In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in drawings, specifications, or other portions of the Contract Documents which 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 Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other · Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work . Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a _resident of Tarrant County, Texas, and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work , the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or a working-day basis . Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the CS-5 (2) discrepant condition and request the Contractor to take remedial action to correct the condition . In the event the Contractor does not take positive steps to fulfill this written request, or does not shoe just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25 %, from any funds due the Contractor on the project. CS-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather proof, so that documents will not be damaged by the elements. C5-5 .7 CONTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted under these Contract Documents , and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice . These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25 % will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5 .8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s of the CS-5 (3) ... _ - - - - - - - - Contract Documents. The City Inspector will in no case act as superintendent or foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work . He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents of the Contract Documents , provided, however, should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in Controversy. CS-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents . If the Engineer so requests, the Contractor shall , at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed . After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents . Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. CS-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specially provided, or any Extra Work done without written authority, wiH be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference, make written application to. ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the function called for by the general design, be similar and of equal substance to that specified and be suited to the same use and C5-5 (4) 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 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 Engineer and anyone directly or indirectly employees by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. CS-5.12 SAMPLES AND TESTS OF 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 other wise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor-of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents . Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new materials. CS-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. CS-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for C5-5 (5) - - - -·- - - - - - all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision of which is not made in these Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures, and service lines. Verification of existing utilities, structures, and service lines shall include notification of all utility companies at least forty-eight ( 48) hours in advance of construction including exploratory excavation if necessary. AU verification of utilities and their adjustment shall be considered subsidiary work . CS-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Department's _ Distribution Division as to location, time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob. The tag shall be durable in composition, and in large bold letters shall say: CS-5 (6) b. "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on ____ _ between the hours of and ___ _ This inconvenience will be as short as po ssible . Thank You, Contractor Address Phone Emergency: In the event that an unforeseen service interruption occurs, notice .shall be as above, but immediate. CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall suffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub- contractor shall assert any claim against the owner on account of damage alleged to -have been sustained, the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim. CS-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor that .the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor _ fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action , plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5 (7) Ai - - - - - - - C5-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final Inspection be made. Such inspection will be made within l O days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. C5-5 (8) PART C -GENERAL CONDITIONS C6 -6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6 . l LAWS TO BE OBSERVED:The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees . C6-6 .2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges , costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such trade-mark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by C6-6(1) - - - - - - - - - the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with . C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to the property contiguous tot he work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations , at all driveway crossings. Such provisions may include bridging, placement or crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate . Such other means may include the diversion of driveway traffic, with specific approval by the Engineer, If diversion of traffic is approved by the Engineer at any location, the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide a!l materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when ·it shall have the right to remedy any neglect without notice, and in either case, the cost of such work or materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department · Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus . The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings . C6-6(2) The Contractor shall at all times conduct his operation and use of construction machinery so as not to damage or destroy trees and scrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6 .6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools , materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or staked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the work shall be carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6 .7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work. Where the railroad tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public . Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES. WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights, and danger signals , shall provide such watchman, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from , and vehicles from being driven on or into, any work under C6-6(3) - - ....... - - - - construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prev ent accident or damage . All installations and procedures shall be consistent with provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways " issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Veron's Civil Statues , pertin e nt section being Section Nos. 27 , 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8075), to remove the sign . In case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referred manual and · such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re - installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held responsible foe all damage to the work or the public due to failure of barricades , signs , fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor 's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the Work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the subsequent removal and disposal of such barricades ; signs , or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in advance of the use of any C6-6(4) ·' activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Conditions Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall notenter upon private property forany purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to, all tress, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the work. The Contractor shall notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of non-execution thereof on the part of the Contractor, he shall restore or have restored as his cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise C6-6(5) ..-- - - - - replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the . point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property or to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without · notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due to or to become due to the Contractor under this contract. C6.6. l l INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the Owner. Contractor shall have exclusive control of and exclusive right to control the details of all work and services performed hereunder, and all persons performing the same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees , contractor, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its officers, agents, servants, and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted , arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the · Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of officers, agents, employees, contractors, subcontractors, licensees or invitees of the C6-6(6) Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers, agents, servants, and employees for property damage or loss, and/or personal injuries, including death, to any and all person of whatsoever kind or character, whether real or asserted, arising out of or in connection with , directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents , employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents, employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar. amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: l. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition (l) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the C6-6(7) - - - - - - - ...... Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation foe any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage , and on or before the 25th day of the month succeeding that in which ant such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and the amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage . Unless such statements shall be filed as hereinabove required , the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to the property that may be necessary by the performance of this Contract. C6-6. l5 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or divisions. The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6(8) C6-6 .16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing . . City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main . All piping required beyond the point of deli very shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be made at the regular established rates . When meters are not used, the charges, if any, will be as prescribed by the City ordinance, or where no ordinances applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, m the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written notice of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or deficient operations on the part of the Contractor, shall be performed by the Contractor at his expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6. l 9 NO W AIYER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6(9) ' - - - C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth , and organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and · any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owner improvement in a street right-of-way or other easement which has been dedicated t9 the public and the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX C6-6(10) PART C -GENERAL CONDITlONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.l SUBLETTlNG: The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced on the contract. [f the Contractor sublets any part of the work to be done under these Contract Documents, ·he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject tot he same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7 -7 .2 ASSlGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any states , attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7 .3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time . There shall be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period . The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. C7-7(1) ..... 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 approv al from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public . At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring from outside the .City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them , and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or to be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties , or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the 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 the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjacent property will result from its use. C7-7(2) C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in Cl-l .23 "WORKING DAYS" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer ~o later that the preceding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C 1-1 .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. C7-7.8 EXTENSIONOFTIMECOMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes, or delays of sub-contractors due to such causes. C7-7(3) - - - - When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered . A request for extension of time due to inability to obtain supplies and materials will be' considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule . This, shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents , then the contract time mat be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer.and if by the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for shall, however, be subject to the approval of the City Council: and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TWE 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 increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. C7-7(4) AMOUNT OF CONTRACT AMOUNT OF LIQUIDATED DAMAGES PER DAY Less than $ 5,000 inclusive $ 35 .00 $ 5,001 to $ 15 ,000 inclusive $ 45.00 $ 15,001 to $ 25,000 inclusive $ 63.00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 $ 500,001 to $ 1,000,000 inclusive $ 315.00 $ 1,000,001 to $2,000,000 inclusive $ 420.00 $2,000,000 and over $ 630.00 The · parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in . the time specified by the Contract Documents would be incapable or very difficult to calculate due to lack of accurate information , and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.ll SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7 .12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews . If it should become necessary to suspend work for an indefinite period, the Contractor 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 THETIME OF COMPLETION, and should it be C7-7(5) determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed . No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY : Whenever, because of National Emergency, so declared by the president of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigations, the owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials, and equipment within thirty days, the Contractor my request the owner to terminate the contract and the owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include . But not be limited to the payment for all work executed but not anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the City Council for any good and sufficient cause . The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b . Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(6) 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 promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h . Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. 1. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. J. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A Copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any cause or causes, or when the contract is canceled , the Contractor shall discontinue the work or such part thereof as the owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with written consent of the owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects , and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents . C7-7(7) .. In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such work thereof as it may deem necessary,· and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to ·the account of the Contractor of 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 Contract, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C7-7.15 FULFILLMENT OF CONTRACT:The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENlENCE OF THE OWNER: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. A. NOTICE OF TERMINATION: Any Termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any C7-7(8) B . claim, demand or suit shall be required of the Owner regarding such discretionary action CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: l . Stop work under the contract on the date and to the extent specified in the notice of termination; 2 . place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by notice of termination; 4 . transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: a. the fabricated or unfabricated parts, work in progress, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of the termination; and b. The completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. 5. complete performance of such work as shall not have been terminated by the notice of termination; and 6. Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of C7-7(9) which has been directed or authorized by Engineer, Not later than 15 days thereafter, the owner shall accept title to such items provided, that the li st submitted shall be subject to verification by the Engineer upon remov a l of the items or, if the items are stored , within 45 days from the date of submission of the list, and any necessary adju stments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 days after the notice of termination, the Contractor shall submit hi s 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 prov1s10n s of Item C7-7.l(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits> Nothing in C7-7 .16(E) hereafter, prescribing the amount to be paid to the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph . E. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.16(D) upon the whole amount to be paid to the Contractor by reason of the termination of the work pursuant to this section, the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. F. DEDUCTIONS: In arriving at the amount due the Contractor under this section there shall be deducted ; 1. all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; C7-7(10) G . H. 2. any claim which the Owner may have against the Contractor in connection with this contract; and 3. the agreed price for, or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein, however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion . NO LIMITATION OF RIGHTS: Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7 .14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other right which the Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. C7-7(11) PART C -GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.l MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and item installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finishing costs, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other clauses, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation . C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.I4) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, C8-8(1) and for completing the work m an acceptable manner according to the terms of the Contract Documents . The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the one year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the l st and the 5th 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 101h day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of the work performed since the last partial payment was made exceeds one hundred dollars ($100.00) inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000.00, or 95 % of such estimated sum will be paid to the Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25) days after the regular estimate period . The City will have the option of preparing estimates on forms furnished by the City. The partial estimates may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed (such payment will be allowed on a basis of 85 % of the net invoice value thereof). The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that partial estimates from month to month will be approximate only, all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quantity of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this Contract. C8-8(2) C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents . C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as ·outlines in paragraph C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the · Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have beeq deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and C. that there are no claims pending for personal mJury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of said City relating to or connected with the Contract. C8-8(3) 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 thereof approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the Contract Documents, approved modifications thereof, and all alterations thereof. C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to the other 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.l 1 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: The Contractor shall keep on record a copy of all specifications , plans, addenda , modifications, shop drawings and samples at the C8-8(4) .I' site, in good order and annotated to show all changes made during the construction process . These shall be delivered to the Engineer upon completion of the work. C8-8(5) . ; Part Cl Supplementary Conditions to Part C - A. SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: C. D. Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the I 0th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimat<:: 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, p;iyment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of$400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. Part C -General Conditions: Paragraph C3-3.l 1 of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. C3-3.l l INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. l E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers , servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not anv such iniury, damage or death is caused, in whole or in part, hv the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not anv such iniury or damage is caused in whole or in part hv the negligence or alleged negligence of Owner, its officers, servants or emplovees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contracto_r'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: G. The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices · as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. C3-3.l l INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL Revised 10/24/02 Pg.2 - INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates . of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, l 000 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 funits, 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. I. Contractor's liability shall not be limited to the specified amounts of insurance required herein. Revised 10/24/02 Pg.3 H. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by t~ese contract documents. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the 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 terms of the Contract Documents. The payment of any current or partial estimate prior to the fmal 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 GENERAL GUARANTY: Delete CS-8.10, General Guaranty at page CS-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Revised 10/24/02 Pg.4 - - J. Any reference to any shorter period of time of warranty contained el sewhere within the specifications shall be resolved in favor of this specifications , it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2 .7, C2-2.8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS : ·Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time , and provided further , that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions , dated November I, 1987; (City let projects) make the following revisions : I. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read : Revised 10/24/02 Pg.5 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. l l INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3. l l 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. l4 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 a,udits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. ( c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: Revised 10/24/02 l. 50 copies and under -10 cents per page Pg.6 2, More than 50 copies -85 cents for the ftrst page plus fifteen cents for each page thereafter M. SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6. l O work within easements, page C6-6(4), part C -General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 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 six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. 0. 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 actuaJ work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to pennit 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 determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. Revised 10/24/02 Pg. 7 P. WAGE RA TES: Section C3-3.13 of the General Conditions is deleted and replaced with the following : (a) The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 , Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. ( c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less , an affidavit stating that the contractor has complied with the requirements of Chapter 2258 , Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Revised 10/24/02 Pg.8 Part D Special Conditions PART D -SPECIAL CONDITIONS 0-1 GENERAL ............................................................................................................................ 3 0-2 COORDINATION MEETING ................................................................................................ 5 0-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ...................... 5 0-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ...................................... 7 0-5 CROSSING OF EXISTING UTILITIES ................................................................................. ? 0-6 EXISTING UTILITIES AND IMPROVEMENTS .................................................................... 8 0-7 CONSTRUCTION TRAFFIC OVER PIPELINES .................................................................. 8 0-8 TRAFFIC CONTROL ........................................................................................................... 9 0-9 DETOURS ......................................................................................................................... 1 O 0-10 EXAMINATION OF SITE ............................................................................................... 10 0-11 ZONING COMPLIANCE ................................................................................................. 10 0-12 WATER FOR CONSTRUCTION .................................................................................... 10 0-13 WASTE MATERIAL ....................................................................................................... 10 0-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ........................................................ 10 0-15 SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES .............................. 11 0-16 BID QUANTITIES .......................................................................................................... 11 0-17 CUTTING OF CONCRETE ............................................................................................ 11 0-18 PROJECT DESIGNATION SIGN ................................................................................... 11 0-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ........................................ 12 0-20 MISCELLANEOUS PLACEMENT OF MATERIAL. ......................................................... 12 0-21 CRUSHED LIMESTONE BACKFILL .............................................................................. 12 0-22 2:27 CONCRETE .................. -.-................................................................. : ..... : ............... -.13 0-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ........................................... 13 0-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .............. 14 0-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .................. 15 0-26 SANITARY SEWER MANHOLES .................................................................................. 16 0-27 SANITARY SEWER SERVICES .................................................................................... 19 0-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES .................. 20 0-29 DETECTABLE WARNING TAPES ................................................................................. 23 0-30 PIPE CLEANING ............................................................................................................ 23 0 -31 DISPOSAL OF SPOIL/FILL MATERIAL ......................................................................... 23 0-32 MECHANICS AND MATERIALMEN'S LIEN ................................................................... 23 0-33 SUBST.ITUTIONS .......................................................................................................... 23 0-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER. .............. 24 0-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................ 27 0-36 BYPASS PUMPING ....................................................................................................... 28 0-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 28 0-38 SAMPLES AND QUALITY CONTROL TESTING ........................................................... 30 0-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................. 31 0-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .......................... 32 0-41 PROTECTION OF TREES, PLANTS AND SOIL ........................................................... 32 0-42 SITE RESTORATION .................................................................................................... 32 0-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................ 33 0-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ............................................... 33 0-45 CONFINED SPACE ENTRY PROGRAM ....................................................................... 38 0-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION .............................. 39 0-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ........................ 39 0-48 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................... .40 0-49 CLAY DAM ..................................................................................................................... 40 10/19/2009 SC-1 PART D -SPECIAL CONDITIONS 0-50 EXPLORATORY EXCAVATION (D-HOLE) ................................................................... .40 0-51 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-lns .......................................................................................................................... 41 51 .5 Connection of Existing Mains ...................................................................................... .41 51 .6 Valve Cut-Ins ............................................................................................................... 42 51.7 Water Services ............................................................................................................ 42 51 .8 2-lnch 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 0-52 SPRINKLING FOR DUST CONTROL ........................................................................... .47 0-53 DEW A TERI NG .............................................................................................................. 47 0-54 TRENCH EXCAVATION ON DEEP TRENCHES .......................................................... .47 0-55 TREE PRUNING ............................................................................................................ 47 0-56 TREE REMOVAL ........................................................................................................... 48 0 -57 TEST HOLES ................................................................................................................. 48 0-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION.QJ;...TEMPORARY WATER SER-v+G-E INTERRUPTION DURING -· ··--· CONSTRUCTION ......................................................................................................................... 49 0-59 TRAFFIC BUTTONS ...................................................................................................... 49 0-60 SANITARY SEWER SERVICE CLEANOUTS ................................................................ 50 0 -61 TEMPORARY PAVEMENT REPAIR .............................................................................. 50 0-62 CONSTRUCTION STAKES ........................................................................................... 50 0-63 EASEMENTS AND PERMITS ........................................................................................ 50 0 -64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING .................................................. 51 0-65 WAGE RATES .............................................................................................................. 51 0-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ...................................... 53 0-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ............................................................................................................................. 53 0-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS ...................................................................................................... 55 0-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................... 56 0-70 EARLY WARNING SYSTEM FOR CONSTRUCTION ....................................................... 56 0-71 AIR POLLUTION WATCH DAYS ....................................................................................... 57 0-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ............................................ 57 10/19/2009 SC-2 PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 - Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C -General Conditions and part C1 -Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C -General Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2004 WSM-L FORT WORTH, TEXAS CITY PROJECT NO . 00473 PROJECTS NO . P258 -709170047383 PROJECTS NO. P253-6091700473 8 3 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 10/19/2009 SC-3 PART D -SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd 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 may, at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals , provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. 10/19/2009 SC-4 PART D -SPECIAL CONDITIONS 0-2 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. 0-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84 ), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2 . Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets . B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 10/19/2009 SC-5 PART D -SPECIAL CONDITIONS 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G . The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on 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 requ irements 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 wit.h 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 10/19/2009 SC-6 PART D -SPECIAL CONDITIONS 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services . 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the contractor to administrative , criminal, civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity . J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text , without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be 10/19/2009 SC-7 PART D -SPECIAL CONDITIONS constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps . Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever . The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construct ion 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 constructiori. 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 publ ic 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 10/19/2009 SC-8 PART D -SPECIAL CONDITIONS line and the existing lines from these possibly excess ive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site . Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense , to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed . It still is , however, the responsibility of the Contractor to repair any damage to the existi ng or proposed lines, if the damage results from any phase of his construction operation . 0-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work . As part of the "Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways " issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon 's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31 . Unless otherwise included as part of the Construction documents, the Contractor shall submit a traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P.E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference . The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website. Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed ' issued the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 817-392-7738) to remove the sign. In the case of regulatory signs , the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign 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 . 10/19/2009 SC-9 PART D -SPECIAL CONDITIONS D-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D-11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes . D-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction . D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items . Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment ( and all subsequent payments until completed) of the appropriate bid item( s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- 10/19/2009 SC-10 PART D -SPECIAL CONDITIONS of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth shall give final acceptance of the completed project work. D-15 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 10/19/2009 SC-11 PART D -SPECIAL CONDITIONS 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 color ing on the barricades . Barricade signs shall be in accordance with Figure 30 , except that they shall be 1'-0 " by 2'-0" in s ize . 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 . 0-19 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 , concrete , fo rming materials and all other associated appurtenances required , shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-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 di rected 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. 0-21 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on th is 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 . 10/19/2009 SC-12 PART D -SPECIAL CONDITIONS Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quanti ty 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 Repa ir for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call-out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. 0-23 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. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein . 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded , either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded , the Contractor will be required to support the pipe with an improved trench bottom . The expense of such remedial measures shall be entirely the Contractor's own . All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL : Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes . If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3 , Type "C" or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements . When Type "C" back-fill material is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used . In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure A . Sand material specified in Figure A shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil , loam or vegetable matter and shall meet the following gradation: 10/19/2009 SC-13 PART D -SPECIAL CONDITIONS • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally , the crushed limestone embedment gradation specified in Section E 1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following : Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION : All trench backfill shall be placed in lifts per E2-2 .9 Backfill . Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S .T .M. D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The City, at its own expense, will perform trench compaction tests per A.S .T.M . standards on all trench backfill. Any retesting requ ired 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 t rench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe . Type "B'' backfill shall be paid for at a pre-bid unit price of $15.00 per cubic yard . 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 2000-1 through 2000-3. The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. 10/19/20 09 SC-14 PART D -SPECIAL CONDITIONS All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench , a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface . This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends . It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repa ir 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 repa ir shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line . The pavement shall be replaced within a maximum of five (5) working days , providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earl iest possible date . A permit must be obtained from the Construction Services Sect ion by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No . 792 to make ut ility 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. 8 . 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 -Bench ing 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 . 10/19/2 009 SC-15 PART D -SPECIAL CONDITIONS 3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are incl ined away from the excavation . 4 . SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes" or "trench shields ". Shield means a structure that is able to withstand the forces imposed on it by a cave -in and protect workers within the structure . Shields can be permanent structures or can be designed to be portable and move along as the work progresses . Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting . D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems . D-26 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans , and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications , unless amended or superseded by requirements of this Special Cond ition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines . The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per COFW Standard Detail SAN-009. 2 . DELETED 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug . The lift hole shall be sea led on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4 . FINAL RIM ELEVATIONS : Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground . The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole . 10/19/2009 SC-16 PART D -SPECIAL CONDITIONS Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be PAMREX, or approved equal, with 30-inch clear opening. Covers shall set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. 6 . SHALLOW CONE MANHOLES : Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105 . All shallow cone manholes shall have a cast iron lid and frame with pick slots . NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED . 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 8. EXTERIOR SURFACE COATING : Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to , a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal , Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength . The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements . The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre -formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION : 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud , or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 10/19/2009 SC-17 PART D -SPECIAL CONDITIONS 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES : Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings . Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced . Grade rings that are constructed of brick, block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre -cast flattop section . Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes , replace the upper portion of the manhole to a point 24 inches below the frame . If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole . is too large to safely support new adjustment rings or frames , a flat top section shall be installed . Joint surfaces between the frames, adjustment rings , and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre- formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims , wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame . In paved areas or future paved areas, castings shall be installed by using a stra ight 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 construct ion 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 . 10/19/2009 SC-18 PART D -SPECIAL CONDITIONS The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation , backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole , including but not limited to , joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each . Payment for manhole inserts will be made per each. D-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 cequired 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 10/19/2009 SC-19 PART D -SPECIAL CONDITIONS (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 confl icts are brought to light after de-holing is conducted . All elevation information obtained by the Contractor shall be submitted to the Inspecto r. 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 diffe rent 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 alignmen t to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied . Prior to backfilling , the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be requ i red 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 fitt ings . 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 beginn ing work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be prov ided 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. 10/19/2009 SC-20 PART D -SPECIAL CONDITIONS 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 demol ished 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 compat ible with existing surrounding surface and grade . C . SALVAGE OF EXISTING FIRE HYDRANTS : Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials . The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill . Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade . D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill . Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade . If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade . E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed pos ition 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. 10/19/2009 SC-21 PART D -SPECIAL CONDITIONS H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole , including top or cone section, all full barrel diameter section, and base section shall be removed . The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2 -2.9 Backfill. Backfill material may be w ith Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface . I. CUTTING AND PLUGGING EXISTING MAINS : At various locations on this project, it may be required to cut , plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines . Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required . J . REMOVAL OF EXISTING PIPE : Where removal of the existing pipe is required , it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard . C . PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe , except as follows : separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e ., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES : Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main . Once this determination has been made, the existing main will be abandoned as indicated above in Item I. 10/19/2009 SC-22 - - PART D -SPECIAL CONDITIONS D-29 DETECTABLE WARNING TAPES Detectable underground utility warning tapes wh ich can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems , Inc. or approved equal, and shall consist of a minimum thickness 0 .35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis , acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5 .5 mils , and the width shall not be less than two inches with a minimum unit weight of 2Yz pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows : Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill , bedd ing, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). 0-30 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors . Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage . 0-31 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the City of Fort Worth 's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain . Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain . Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site , Contractor shall remove the spoil/fill material at his expense and dispose of such materials in accordance with the Ordinances of the City and this section . 0-32 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men 's liens upon receipt of payment. 0-33 SUBSTITUTIONS 10/19/2009 SC-23 PART D -SPECIAL CONDITIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material , which has been specified . Where the term "or equal ", or "or approved equal " is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed fo r 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. 0-34 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. 1. HIGH VELOCITY JET (HYOROCLEANING) 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 sewe r manholes shall be cleaned using high- velocity jet equ ipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists , and the cleaning effort shall be abandoned. 10/19/2009 SC-24 - - PART D -SPECIAL CONDITIONS When additional quantities of water from fire hydrants are necessary .to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning . 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned . Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted . 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES . 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe . The camera shall be operative in 100% humidity conditions . The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection . B. EXECUTION: 1. TELEVISION INSPECTION : The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute . Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy 10/19/2009 SC-25 PART D -SPECIAL CONDITIONS of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other suitable device , and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection , shall be incidental to Television inspection . 2. DOCUMENTATION : Television Inspection Logs : Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, other points of significance such as locations of unusual conditions , roots , storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing , 35 mm , or other standard -size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4 . VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded . The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days . Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections , the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City . If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made . Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE 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 wh ich 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 qual ity that the particular piece of sewer can be readily 10/19/2 009 SC-26 / PART D -SPECIAL CONDITIONS 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 mechan ical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made . The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections . The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection . The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. 0-35 VACUUM TESTING OF SANITARY SEWER MANHOLES A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes . B. EXECUTION: 1. TEST PROCEDURE : Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged , and all drop-connections and gas sealing connections shall be installed prior to testing . The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole . The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendat ions . A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time . The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: 10/19/2009 Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (1 O"Hg -9"Hg) (SEC) Depth of MH. 48-lnch Dia. 60-lnch Dia . (FT.) Manhole Manhole Oto 16' 40 sec. 52 sec . 18' 45 sec. 59 sec. 20' 50 sec . 65 sec . SC-27 PART D -SPECIAL CONDITIONS 22' 55 sec . 72 sec . 24 ' 59 sec . 78 sec . 26 ' 64 sec . 85 sec. 28 ' 69 sec . 91 sec. 30' 74 sec. 98 sec . For Each 5 sec. 6 sec. Additional 2' 1. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time . Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal cond ition, all temporary plugs shall be removed, all braces, equ ipment, 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 . 0-36 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. 0-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL : After construction , ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material , and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection . Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the 10/19/2 009 SC-28 -PART D -SPECIAL CONDITIONS satisfaction of the Engineer ; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection . C . EXECUTION : 1. TELEVISION INSPECTION : The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps . In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches , TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line . No more than 2000 linear feet of pipe will be televised at one time for rev iew by the Engineer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no water flow . If sewer is active , flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection . All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City . 3. PHOTOGRAPHS : Instant developing , 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4 . VIDEOTAPE RECORDINGS : The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection 10/19/2009 SC-29 PART D -SPECIAL CONDITIONS and may be retained a maximum of 30 calendar days . Equipment shall be provided to the City by the Contractor for review of the tapes . Tapes will be returned to the Contractor upon completion of review by the Engineer . Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made . Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised . The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed . All costs associated with this work shall be included in the appropriate bid item -Post-Construction Television Inspection . The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. 0-38 SAMPLES ANO QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken . The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete . The Contractor shall provide a certified copy of the test results to the City. C . Quality control testing of in-place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing . The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. 10/19/2009 SC-30 - - PART D -SPECIAL CONDITIONS E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D-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 . 8. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right- of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accorqance 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. 10/19/2009 SC-31 PART D -SPECIAL CONDITIONS 6. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs w ith 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 subs idiary to the contract and no extra pay will be given for this work . 0-40 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 activit ies 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. 0-41 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 prun ing 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. 0-42 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. 10/19/2009 SC-32 PART D -SPECIAL CONDITIONS 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 established by the Engineer. CONSTRUCTION METHODS : Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609 . MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile . Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots . St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted . Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be 10/19/2009 SC-33 PART D -SPECIAL CONDITIONS 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 obta ined. "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 0-45, Construction Methods . The seed , or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods , seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "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 0-45, 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 . 10/19/2009 SC-36 -PART D -SPECIAL CONDITIONS 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-seed ing, is achieved through the use of an implement which cuts a furrow (slit) in the so il 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 fertil izer 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 proposa l, 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 measu·rea by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place. 10/19/2009 SC-37 PART D -SPECIAL CONDITIONS Acceptable material for "Sodding" will be measured by the linear foot, complete in place . Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding . PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work . Its price shall be full compensation for excavating (except as noted below), loading , hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work . All labor, equipment , tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly . "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard , complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. 0-45 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 . 10/19/2009 SC-38 ,- PART D -SPECIAL CONDITIONS 0-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. 8. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected . 10 . Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 11. Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" of PART C -GENERAL CONDITIONS . 0-47 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 the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations . The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 0.1. pipe shall be utilized . 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense . 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 10/19/2009 SC-39 PART D -SPECIAL CONDITIONS 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1 /2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted . 0-48 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. 0-49 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. 0-50 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of fill exis,ting utilities prior to construction , in accordance with item 0-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (0-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 (0-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (0-Hole). Payment shall not be made for verification of existing utilities per item 0-6 . Payment for exploratory excavation (0-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 . 0-51 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). 10/19/2009 SC-40 PART D -SPECIAL CONDITIONS 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 Cont ract Documents . All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve . 51.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects . The steel casing pipe shall be supplied as follows: For the inside and outside of casing p ipe, coal-tar protective coating in accordance with the requirements of Sec. 2 .2 and related sections in AWWA C-203 . Touch-up after field welds shall provide coating equal to those specified above. C . Minimum thickness for casing pipe used shall be 0.375 inch . Stainless Steel Casing Spacers ( centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. 2 . SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig . 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill , and incidental work shall be included in the unit p rice 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 10/19/2009 SC-41 PART D -SPECIAL CONDITIONS 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 customer both personally and in writing as to the location, time , and schedule of the service interruption . The cost of removing any existing concrete blocking shall be included in the cost of connection . Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 51.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extens ion and/or replacement is to be connected . This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service . Payment for work such as backfill, bedding, fittings, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items . 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 be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section CS-5.15 INTERRUPTION OF SERVICE . 10/19/2009 SC-42 PART D -SPECIAL CONDITIONS All water service meters shall be removed , tagged , and collected by the contractor for pickup by the Water Department for recondition ing 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 exist ing ground or as otherwise directed by the Engineer . All such work on the outlet s ide of the service meter shall be performed by a licensed plumber . 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction . The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop . Payment for all work and materials such as backfill , fittings , type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation . Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 1. WATER SERVICE RECONNECTION : Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop . The contractor will be paid for 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 . 10/19/2009 SC-43 PART D -SPECIAL CONDITIONS 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 p lastic 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. 1. MULTIPLE SERVICE BRANCHES : When multiple service branches are required the contractor shall furnish approved factory manufactured branches . Payment for multiple service branches will include furnishing and installing the multiple service bran ch 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 serv icing 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 un it bid price in the appropriate bid item(s). 51.8 2-lnch 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 build i ngs that will necessarily be required to have severed water service during said work. The contractor shall be respons ible 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,.J:agged 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. 10/19/20 09 SC-44 PART D -SPECIAL CONDITIONS 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. 8. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines . Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations. After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor . The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs . The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. 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 10/19/2009 SC-45 PART D -SPECIAL CONDITIONS 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 installation of the sampling station, concrete support block, curb stop , fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main . Payment for all work and materials necessary for the installation of the sampling station , modification to the vault, fittings, and all type K copper service line which are required to 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 E 1-13 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. 10/19/2009 SC-46 PART D -SPECIAL CONDITIONS 0-52 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Oust Control " shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. 0-53 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the exist ing 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 . 0-54 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overn ight. Contractor shall fill any trench the same day of excavation . No extra payment shall be allowed for this special condition . 0-55 TREE PRUNING · A . REFERENCES : National Arborist Association's "Prun ing Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C . NATURAL RESOURCES PROTECTION FENCE 3. Steel 'T ' = Bar stakes, 6 feet long . 4 . Smooth Horse-Wire : 14 -1/2 gauge (medium gauge} or 12 gauge (heavy gauge}. 5. Surveyor's Plastic Flagging : "Tundra " weight, International fluorescent orange or red color. 6. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. 0. 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 . 10/19/2009 SC-47 PART D -SPECIAL CONDITIONS 9 . Backfill and compact the trench immediately after trenching . 10 . Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11 . Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation . 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill , with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price . 0-56 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 ut ilities bo th overhead and buried. The Contractor shall immed iately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system pip ing, 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. 0-57 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through wh ich this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition . Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification , it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs . It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site . The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. 10/19/2009 SC-48 PART D -SPECIAL CONDITIONS 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 shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, City Project No (CPN)., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block . In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the 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. 10/19/2009 SC-49 PART D -SPECIAL CONDITIONS 0-60 SANITARY SEWER SERVICE CLEAN OUTS 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 . 0-61 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immed iately 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 rideabil ity 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 mobi lized . The paving contractor shall assume maintenance responsibility upon such mobilization . No additional compensation shall be made for maintain ing the temporary pavement. 0-62 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/o r 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 furn ished 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. 0-63 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 10/19/2 009 SC-50 -- PART D -SPECIAL CONDITIONS manholes. For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property . This shall be subsidiary to the contract. The agreements , which the City has obtained , are available to the Contractor for review by contacting the consultant who distributes the plans for the project. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requ irements 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 requi red . 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 Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such prevailing wage -rates are inciuded 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 . 10/1 9/2 009 SC-51 PART D -SPECIAL CONDITIONS This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section.) (Attached) 10/19/2009 SC-52 PART D -SPECIAL CONDITIONS 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 II, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non -friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures . C . The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable . The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. 0-67 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 10/19/2009 SC-53 PART D -SPECIAL CONDITIONS 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 millimize the need for physical controls and possible reduce costs . The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin , TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction s ite . 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. 10/19/2009 SC-54 PART D -SPECIAL CONDITIONS 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 SW PPP . 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 confo r m 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 stab ilization 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 SW PPP . 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 Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and respons ibilities as a result of these actions . 10/19/2 009 SC-55 PART D -SPECIAL CONDITIONS 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 evalu_ating 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 : 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time . In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . 2. The Project Manager and the Directors of 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 . 1011912009 SC-56 PART D -SPECIAL CONDITIONS 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 Qual ity (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 equ ipment 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 d.ay and added onto the allowable weather days of a given month . 0-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways , sidewalks , etc ., will be required . The fees are as follows: 1. The street permit fee is $50.00 per permit with payment due at the time of permit application . 2. A re-inspection fee of $25 .00 will be assessed when work for which an inspection called for is incomplete . Payment is due prior to the City performing re-inspection . Payment by the contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. END OF PART D -SPECIAL CONDITIONS 10/19/2009 SC-57 PART D -SPECIAL CONDITIONS (To be printed on Contractor's Letterhead) Date : CPN No .: Project Name: Mapsco Location: Limits of Construction : THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON WATER AND/ OR SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT< TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL 10/1 9/2009 SC-58 PART D -SPECIAL CONDITIONS o.se: ____ _ DOE NO. XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON _______ _ BETWEEN THE HOURS OF AND ______ _ IF YOU HA VE QUESTIONS ABOUT IBIS SHUT-OUT, PLEASE CALL: MR. AT _________ _ (CONTRACTORS SUPERINTENDEN'I) (TELEPHONE NUMBER) OR MR. ___________ AT _________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) TIDS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, __________ _,CONTRACTOR --------------------------· ·-------·----- 10/19/2009 SC-59 F 0 r 0 ff i e e u s e n I y tJ T A H p A IJ N e s H A p 0 T D H I] L PART D -SPECIAL CONDITIONS ~ DEMOLITION/ RENOVATION ~ NOTIFICATION FORM T O H NOTIFICATION# ________ _ TEXAS DEPARTMENT OF HEALTH NOTE: CIRCLE ITEMS THAT ARE AMENDED t) Aba~ement Contrector. ___________________ TDH License Number. _____ ~ Adc'ress : City: Stale: Zip: ___ _ Offica Phona Number: .__L-_________ .Job Site Phone Numbct:. _____________ _ Site Su~rv:SOr: TOH License Number. ______________ _ Site SupcMS~r: TOH License Num!ler..~·----------------- Trained O:i-SiteNESHAP lnd i\l idual: . Certification Dale:. _______ _ Demolition Con!ractar:. ______________ Office Phone NumberL-'----------- Addre~; Ci1:,•: · Sta1e : ___ ~Zip: ___ _ 2) Project Consullan1 or Ope-ra1or. ________________ TDH License Number:. _____ _ Mailing Address : _______________ ~-=-----,---,--,-,----:----------- Clty: State:'----__ .Zip: ____ Office Phone Number:--~------ 3) FscllityOwner.._~-------------------------------Atlontion: _____________________________________ _ Mailing Add {ess.: ___ ~------------=------:::----c=-:--...,...,--,---..,......,.-------- Clty: Slate : Zip : Owner Phone Numl>cr......,t.....-___ _ .. Noto: Tho lnvoic;o for tho notlfic;atlon feo will be sent to the owner of the bullCltng :,nd 1hc bllllng 3cfdress for tho lnvo-ica will be obtained tram .the 1nro,m~tion trot ls providod In thh, section. 4) Description or Facmty Name:·-------------~-----~-----------Phys ical Addl'e$5 :_--, __________ County: Cify. _______ Zip: __ _ Facility Phooe Number Faci!ity.Contact Person: ___ ~~~-----~-- Dascrip :ion of Area/Room Number:'-------~----~----------------- Prior Use: _______________ .Fu!ure Usa=--------------~--- Age of Bui1din9.'Facili1y: Si.z.e: Number of Floors: _____ Sc."'lool {K -12): C YES D NO 5) Type of Work: O Demolition iJ Renovation {Ab:itement) o Annual Consolidated Work will be during: 0 Dirf o Evening D Nighl :":· Phas ed Projaci Description ofwor1< schedule: __________________ ~=~-----=~--- 6) Is 1his a Public BuiCding? n YES NESHAP-Only Facility? DYES D NO Federal F3clllty7 !J YES = NO Industrial Site? D YES (I NO D NO Is Bttilding.'Fclciltly Occu;,ied? ::J YES [I NO 7) Nolili~tion Type CHECK ONL V ONE V CJ Original (10 Working Days} :: CancEtlla:tian C· Amendment o EmergcncyfOrdcrcd I 0 I a ti 0 n 7 If this is an amar.dment. which i;1m1;ndmen1 mimber is lhis?_ (enctosc copy of orlglnal and/or last amendment) If an emergency, who did you talk witll ~t TOH? Emecgency#; _____ _ Dale and Hour o! E.inetr;ency {HH/MMiODIYY}: . Description of the sudd en, unexpected event end expl,rnetion o( how the event caused unsafe conditions ar Would cause equipment dama.ge (co.'Tlputers. machinery. etc. ________________________ _ D 8) Dascripl ion of procedures 1o be followed In the event 1hat unexpected as?Jestas is found or pr eViausly non-frie:ile Y asbestos material becomes aumbled. pulverized. or reduced lo powder.---------------- E s 9) Was an Asbes1os survey pelfomied? ~ YES Q NO Da!e: I TOH Inspector License No : _____ _ a Alls,Jyl ic~I Melhod; D PLM D TEM D Assumed TOH Labara !ory License No:~----- N {For TAHPA (public building) projeds: an assumption must be made by a TDH Licensed lnspeclor) 10) Des.cript:on of planned cremol ilion or ronovation work, ti,pe of me.teri81, end method(s) to be us.ed~: ------- 11} Description of wark pr.3 c'ices and engir.eering controls to l>e used to prc~·cnt emissions or asbes1os at the demoliticn/renova1ion : .... __ ._ _________________________ ~-- 1011912009 SC -60 PART D -SPECIAL CONDITIONS 12) ALL appUcablc !!ems in tho rollcwing table must be completed: IF NO ASBESTOS PRESENT CHECK HERE= Approximate amount of Check unit of measu rcmen! Asbestos-Containing Building Material 1-----As......,b'"'es_to_s ___ ~-----..-----.---~--1 Type RACM to be removed I RACM NOT remo,,ed Interior Cate o I non-fria~e removed Extetior Cale o I non-friable removed C~teco I non-friable NOT removed Interior Cat o II non-friable remo,·ed Extarior Cateo II non-friable remo~·ed Cate II non-friable NOT remo,·cd RACM ort-Facility Component Pi~s Surface Area Ln Ln SQ SQ FtM Ft M 13) '\iVaste Transporter Name: _________________ TOH License Number:------ .Addrcss: ____________ Ci:y: ________ ~_·Sta~e: ___ Zlp: __ ~- Cootact Person: Phone Number: ,.., ---''---------- 14) Waste Disposal Site Name:. _____________________________ _ Address: _______________ City : ----------Stale: ___ Zip: ___ _ Te:ephone: { ) TNRCC Pe:mit Number:-------- 15) For strvcturally unsound racllltles, attach a copy of demolition order and idenlify Government.ii Official below: Narru:~: Registration No:-------------- litle:----:------,------,------- Dale of order (MM!ODJYY} I I Dale order to begin {MM.<OD/YY) / I 16) Scheduled Dates of Asbestos Abate:nen1 (MMlDD/YY} Start--~/-~'--Ccmple1e: -~'--'- 17) Scheduled Dal.as Demoli(ion,'Reno~·ation (MWDD/YY) Slart: / Complete:._-'/,.._ ......... I ___ _ -Note: lflhe start date on 1h15 notification C3<'l not 1w m11t, the TOH Regional or Local Program office Musr be conlactad by phone prior lo the stut date. Failure to do so Is :t. vlol3tJon In aeeotd'.incc Co TAMPA. Section 295.61. I hereby oer1ify lh:st ~n informct:on I 11.3\oe pro<Jldcd is co rrect complcto. and true to t'le best or my knowledge. I ackrn;v.i.·!edge that I am respons ible for all aspects of the notification form, including, but 1101 limiting, co.,te!'lt and submission dates. TM maximum penalty is $10,000 per d:sy per violatio."l . (Sign1;11ure of Building o,.mer/ O;,eretor or De1e9ated ConsuJlant/Contraciot} r-..tAll TO: ~Faxes ~ro nol :tcceptecr (Printed Name) {Dale} ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT OF HEAL Tli PO BOX 10:3538 AUSTIN, TX 78714-3536 Pl1: 512-834--!!600. 1-800-572-5548 (Telepho..,e) (Fruc Number) ·FtJKCS tJrc not accepted* Form APBf15, dated 07129/02. Replaces TDH form dated 07/13/01. For assislance in c;omp(eting form. call t-8~572-5548 10/19/2009 SC-61 PART D -SPECIAL CONDITIONS 10/19/2009 SC-62 PART D -SPECIAL CONDITIONS . ; . ~· .. City of Fort W.orth · ,. I' .. .. ·,. , . Highway (Heavy) construction . . . -Prevailing Wage Rates For 2008 . ... ·v ·' Classifications Air , col Operator Asohali Raker Asohal1 Sho,·1:ler Asohal1 D i s1ribu'.or Oo..rat::r Asphalt Paving Machine, 001:rat:ir Batching Plant W1:i gh1:r Broom or Sweeper Oo&rator BuUdoz:r Operator Caroenter /Rouch) Concr.;;te :-L'1ishEr-Pa,·ing Concrete Finisher -Structures Concrete Pavino Curbin;i Mach. Oo&.r. Concr,;;te Pallino Finis~,ino Mach. Ooer. Concrete Paving Joint Sealer ()per. Concrete Pav;na Sa'N Oper. Concrete Pav:ng Spreader Ope r. Cor,cr.;;te Rubber Crane, Clamshe !l Sa::khoe. Derrick, Drag r:ne. Sho·vel El<:ctrician i=lagger Form Build,;;r-Sruciures Form S:tter-Paving & Cur:is Foundation Drill Operafe-r, Crawler Mounte:I r-oundati:m Orm Ocl!rator, Truck Mo,mted Front End Loader la.:>orer-Common La:>orer-Ut;lr.; Mechanic Milling Maoh;ne Operator, r-me Grade Mixer Cc,;;rator Moi or Grader Opera1or (r;ne Grado:} M::!or Grader Opera1or, Rouch Oi'er Painter. St--uctures ?a,;ement MarkL'lo Mac'li ne Oper. Pipe Laver Ro ller, Ste;:! Wheel P iant-~,fix P.:,·:me-n:s Roner, Steel ',"lhee-1 01he-r Flatwh:el o r Tamoino Ro lier. Pneumatic. S:1:-Prope!IE:l S::r.ap:r ReL1fo rcino Steel Se-te-r (Pa,·i n-:i ) Reinforcino Stea.I S1:ter (Structure) S0urc<2 is AGC of Texas (H,1,y , H•)'. Utilities Industrial B ra.'lcl\1 ,,...,,,.,.._access.g ?Ogo~·.':la·:is:,a co'll 10/19/2009 Hourly Rates Classifications $1J .C-:I Scrap,;;r 0po!ra:or $13 .~.l Servic1:r ss .eo Slip Ferm Machine Or,a.rato r $13 .~;J ~preader Sox 001:rat:>r $12.79 Tractor cp1:rator, Cra·.Ao·:er Type $14 .15 Tractor cp&rator, Pneumatic sas Tra'.'etin;i MixH Oco:rat or $13.22 Tr.ick Dri':&r-Single Axl& {Li;J'lt ) $12.SJ Trnck Dri·:1:r-Sinole Axl& /H,;;aw) $12_S.5 Tr.ick Dr i'.'H-T=:lem Axle S,;;mi-Trailer $13 .27 TrJck Dri~·1:r-Lc·Ato·,·.'Float $12 .C·J Trnck Dri':H-Transi1 Mix '.'{agon Dr,U. Bor,ng Mach;ne. Post Hcl& $13.e.3 Dri ller $12.t:.J 'l,':lde-r $13.t -~ 'Nork Zone Sa rri -::ade Ser·:ic-er $14 .t •J $10 .e1 $14 .12 $19.12 S8 .43 $11 .e3 $t 1.e3 $13.f.7 $15.2cl $12.e-2 Stl .18 $1 ·J .es $15H $t1 .e3 $11 .e.9 $15.2) $14.::-·) $13.17 $10 .C4 $11 .0-1 $11 .29 $10 .~2 $11 .07 $14.e!l $15 .2;1 SC-63 Hrly Rts S 11.42 S 12 .32 Si2.33 S i 0 .92 S \2 .60 S 12 .91 S i 2.03 S i 0 .91 S11.47 S11.t5 S ~4.93 Si2.0S S14 .00 Si3.57 S 10.0Q Part DA Additional Special Conditions PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS .............. 4 DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE-omitted ..................... 4 DA-3 PIPE ENLARGEMENT SYSTEM -omitted ................................................................ 4 DA-4 FOLD AND FORM PIPE -omitted ............................................................................... 4 DA-5 SLIPLINING -omitted ................................................................................................... 4 DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT .................................................. 4 DA-7 TYPE OF CASING PIPE ............................................................................................... 7 DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR ....................................... 8 DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ...... l l DA-10 MANHOLE REHABILITATION ................................................................................ 13 DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION .................... 23 DA-12 INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM .. 24 DA-13 INTERIOR MANHOLE COATING-QUADEX SYSTEM ..................................... 27 DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM ............................ 29 DA-15 INTERIOR MANHOLE COATING-RA VEN LINING SYSTEM ........................ 32 DA-16 INTERIOR MANHOLE COATING: .......................................................................... 35 PERMACAST SYSTEM WITH EPOXY LINER. ..................................................................... 35 DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ........................... 37 DA-18 RIGID FIBERGLASS MANHOLE LINERS -omitted ............................................. 40 DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION -omitted ....................... 40 DA-20 PRESSURE GROUTING ............................................................................................. 40 DA-21 VACUUM TESTING OF REHABILITATED MANHOLES ................................... 43 DA-22 FIBERGLASS MANHOLES ........................................................................................ 46 DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ......... 50 DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER .................................... 51 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS ............................................. 51 DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ..................................... 51 DA-27 GRADED CRUSHED STONES ................................................................................... 52 DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE. ................................................... 52 DA-29 BUTT JOINTS -MILLED ........................................................................................... 53 DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) .............................................. 54 DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER-omitted ................... 54 DA-32 NEW 7" CONCRETE VALLEY GUTTER -omitted ............................................... 54 DA-33 NEW 4" STANDARD WHEELCHAIR RAMP ......................................................... 55 DA-34 8" PAVEMENT PULVERIZATION -omitted .......................................................... 55 DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) .............. 55 DA-36 RAISED PAVEMENT MARKERS ............................................................................. 56 DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. 57 DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF ........................................ 61 CONTAMINATED SOIL ............................................................................................................. 61 DA-39 ROCK RIPRAP-GROUT-FILTER FABRIC ......................................................... 62 DA-40 CONCRETE RIPRAP -omitted .................................................................................. 65 DA-41 CONCRETE CYLINDER PIPE AND FITTINGS -omitted .................................... 65 DA-42 CONCRETE PIPE FITTINGS AND SPECIALS -omitted ...................................... 65 DA-43 UNCLASSIFIED STREET EXCAVATION .............................................................. 65 DA-44 6" PERFORATED PIPE SUBDRAIN -omitted ........................................................ 65 10/23/08 ASC-1 PART DA-ADDITIONAL SPECIAL CONDITIONS DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS .............................................. 65 DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION ......................................... 66 DA-47 PAVEMENT REPAIR IN PARKING AREA ............................................................ 66 DA-48 EASEMENTS AND PERMITS .................................................................................... 66 DA-49 HIGHWAY REQUIREMENTS -omitted .................................................................. 67 DA-50 CONCRETE ENCASEMENT ...................................................................................... 67 DA-51 CONNECTION TO EXISTING STRUCTURES ....................................................... 67 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION -omitted ...... 67 DA-53 OPEN FIRE LINE INSTALLATIONS ....................................................................... 67 DA-54 WATER SAMPLE STATION -omitted ..................................................................... 67 DA-55 CURB ON CONCRETE PAVEMENT ........................................................................ 67 DA-56 SHOP DRAWINGS ....................................................................................................... 68 DA-57 COST BREAKDOWN .................................................................................................. 69 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ......................... 69 DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP -omitted ............................................... 69 DA-60 ASPHALT DRIVEWAY REPAIR .............................................................................. 69 DA-61 TOP SOIL ....................................................................................................................... 69 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ..... 69 DA-63 BID QUANTITIES ........................................................................................................ 69 DA-64 WORK IN HIGHWAY RIGHT OF WAY -omitted ................................................. 70 DA-65 CRUSHED LIMESTONE (FLEX-BASE) .................................................................. 70 DA-66 OPTION TO RENEW ................................................................................................... 70 DA-67 NON-EXCLUSIVE CONTRACT ................................................................................ 70 DA-68 CONCRETE VALLEY GUTTER ............................................................................... 70 DA-69 TRAFFIC BUTTONS .................................................................................................... 70 DA-70 PAVEMENT STRIPING .............................................................................................. 71 DA-71 H.M.A.C. TESTING PROCEDURES ......................................................................... 71 DA-72 SPECIFICATION REFERENCES .............................................................................. 71 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROLVALVE AND BOX .......................................................................... 72 DA-74 RESILIENT-SEATED GATE VALVES ..................................................................... 72 DA-75 EMERGENCY SITUATION, JOB MOVE-IN .......................................................... 72 DA-76 1 Yz" & 2" COPPER SERVICES .................................................................................. 72 DA-77 SCOPE OF WORK (UTIL. CUT) ............................................................................... 73 DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) ................................................ 73 DA-79 CONTRACT TIME (UTIL. CUT) ............................................................................... 74 DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) ....................... 74 DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) .......................................... 74 DA-82 LIQUIDATED DAMAGES (UTIL. CUT) .................................................................. 74 DA-83 PAVING REPAIR EDGES (UTIL. CUT) ................................................................... 74 DA-84 TRENCH BACKFILL (UTIL. CUT) ........................................................................... 75 DA-85 CLEAN-UP (UTIL. CUT) ............................................................................................. 75 DA-86 PROPERTY ACCESS (UTIL. CUT) ........................................................................... 75 DA-87 SUBMISSION OF BIDS (UTIL. CUT) ....................................................................... 75 DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) ........................................ 75 DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III(UTIL. CUT) ................. 76 10/23/08 ASC-2 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) ........................................................ 76 DA-91 ADJUST WATER VAL VE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) 77 DA-92 MAINTENANCE BOND (UTIL. CUT) ...................................................................... 77 DA-93 BRICK PAVEMENT (UTIL. CUT) -omitted ............................................................ 77 DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) ...................................................... 77 DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) ............................................... 77 DA-96 REP AIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) ................................. 77 DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) ............................................................... 78 DA-98 UTILITY ADJUSTMENT (UTIL. CUT) .................................................................... 78 DA-99 STANDARD CONCRETE SIDEWALK AND ........................................................... 78 WHEELCHAIR RAMPS (UTIL. CUT) ...................................................................................... 78 DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) ......................... 79 DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) ............................................... 79 DA-102 PAYMENT {UTIL. CUT) ......................................................................................... 79 DA-103 DEHOLES (MISC. EXT.) ......................................................................................... 80 DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) ............................................... 81 DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) .................................... 81 DA-106 BID QUANTITIES (MISC. EXT.) ........................................................................... 8 1 DA-107 LIFE OF CONTRACT (MISC. EXT.) .................................................................... 81 DA-108 FLOWABLE FILL (MISC. EXT.) ........................................................................... 8 1 DA-109 BRICK PAVEMENT REP AIR (MISC. REPL.) .................................................... 82 DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) ................ 83 DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) ..................................... 83 DA-112 MOVE IN CHARGES (MISC. REPL.) ................................................................... 83 DA-113 PROJECT SIGNS (MISC. REPL.) .......................................................................... 83 DA-114 LIQUIDATED DAMAGES (MISC. REPL.) .......................................................... 84 DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) ...................................... 84 DA-116 FIELD OFFICE -omitted ......................................................................................... 84 DA-117 TRAFFIC CONTROL PLAN ................................................................................... 84 DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS 84 10123/08 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 to the contractor, any part of the project, or the entire project , at any time before the contractor begins any construction work authorized by the City . Award , if made, shall be to the lowest responsible bidder . The following shall apply for contract documents with multiple units of work . Each unit represents a separate project, each with an individual M/WBE specification and proposal section . The proposal sections are arranged to allow prospective bidders to submit bids on one unit , some of the units , or all of the units . Award of contract (s), if made, shall be to the lowest responsible bidder for each individual unit. If a contractor is the low bidder on two units or more , a single set of contract documents consisting of all applicable units w ill be created and one single award of contract shall be made . The Contractor shall comply with the City's M/WBE Ordinance for the applicable unit or combination of units and shall submit monthly M/WBE reports for the applicable unit or combination of units . Construction time on all units will run concurrently. For situations involving approved contracts with multiple units, the total allowable construction completion time period for all the units shall be the same as the unit with the longest construction time period . DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE -omitted DA-3 PIPE ENLARGEMENT SYSTEM -omitted DA-4 FOLD AND FORM PIPE -omitted DA-5 SLIPLINING -omitted DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories , with strengths, thickness , coatings , and fittings indicated , specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications . 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation , or railroad company , as applicable . B. MATERIALS : 10/23108 1. Casing Pipe : Casing pipe shall be steel conforming to ANSI 836.10 and the follow ing : a . Field Strength : 35 ,000 psi minimum . ASC-4 PART DA -ADDITIONAL SPECIAL CONDITIONS b. Wall thickness : 0.312 in . minimum (0 .5 for railroad crossings). c . Diameter: As shown on the drawings (minimum size requirements). d. Joints : Continuous circumferential weld in accordance with AWS 01 .1. 2 . Carrier Pipe in Casing : Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe , or as designated on the plans. 4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu . ft. of cement to 3 cu . ft. of fine sand with sufficient water added to provide a free flowing thick slurry. C . EXECUTION 10123/08 1. Where sewer pipe is required to be installed under railroad embankments or under highways, streets or other facilities in other than open cut, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site. 2. Pits and Trenches: a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in . b. The location of the pit shall meet the approval of the Engineer. c. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed. 3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place. a. The boring shall proceed from a pit provided for the boring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole ASC-5 10/23/08 PART DA-ADDITIONAL SPECIAL CONDITIONS shall serve as the centerline of the larger diameter hole to be bored . Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required . The use of water or other flu ids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings . Jetting or sluicing will not be permitted . b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cutt ings of the bit, seal the walls of the hole , and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. c. Allowable variation from the line and grade shall be as specified under paragraph A.2 . All voids between bore and outside of casing shall be pressure grouted. 4 . Installation of Carrier Pipe in Cas ing : a . Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing , and to keep the installed line from resting on the bells . b. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. c. The Contractor shall prevent ove r-belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. d. At all bored, jacked, or tunneled installations , the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe . The backfill material will not be required unless specified on the plans and specified by the Engineer. e . Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. 5 . Boring and Jacking Ductile Iron Pipe without Casing Pipe : a. b. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe . When a casing pipe is not designated on the drawings , the contractor shall provide a casing pipe if necessary to achieve line and grade. Casing pipe ASC-6 PART DA -ADDITIONAL SPECIAL CONDITIONS shall be provided at no additional cost arid shall be subsidiary to the cost bid for installation By Other than Open Cut. c. Bore and jack in accordance with paragraph C.3. above . d. Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted . 6. Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans, a tunneling method may be used, with the approval of the Engineer or railroad/highway officials. a . When tunneling is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method . b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud-jacked. c. Access holes for placing concrete shall be space at maximum intervals of 1 O feet. D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed . The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately. DA-7 TYPE OF CASING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled section shall be A WW A C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of El-15, El-5 and El-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: A. For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. 10/23/08 ASC-7 PART DA-ADDITIONAL SPECIAL CONDITIONS B. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non- concrete pipes when installed in casing . Installation shall be as recommended by the manufacturer. 2 . SEWER: Boring used on this project shall be in accordance with the material standard E 1-15 and Construction standard E2-l 5 as per Fig. 110 of the General Contract Documents. 3. PAYMENT : Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR A. GENERAL: The work covered by this item consists of furnishing all labor, material, equipment, supervision, etc. necessary to construct a point repair on the portion of a service line located within a utility easement, street right-of-way or on private property. Point repairs on private property shall only be addressed after the Contractor has received written permission from the property owner to do the work . A blank Right-of-Entry Agreement form to be completed by the Contractor and the individual property owners is included at the end of this section. The Contractor shall keep a record copy of all Right- of-Entry forms obtained and have it on hand at all times during construction. The street addresses and approximate location of service line repairs are shown in Table_ and the Field Survey Forms in Attachment _. It shall be the Contractors responsibility to accurately field locate the exact point of repair. B. MATERIALS: The pipe replacement material shall be gasketed joint, gravity PVC sewer pipe (ASTM D- 3034, SOR 26) and have a minimum cell classification of 12454 A or B as defined in ASTM D-1784 . Installation shall be in strict compliance with the manufacturer, recommendations and the Uni-Bell Plastic Pipe Association. The method of jointing the ends of the replaced pipe with the existing pipe shall be water tight. C. EXECUTION: 1. 10/23/08 After the location of the point repair is determined, the Contractor shall excavate and remove the damaged pipe and replace with new pipe. The minimum length of pipe replaced shall be three (3) feet. All work shall be performed by a licensed plumber. Determine whether additional lengths of line beyond "minimum length" ASC-8 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS criteria need replacement. Report need for additional replacement to City and obtain approval before proceeding. 2. The Contractor shall excavate, shape the bottom of the trench and place the required pipe bedding so that the grade of the replaced pipe matches the existing service line grade. 3 . Numerous service line point repairs along with lateral line point repairs and obstruction removals are located in areas which in many instances will require the removal of existing landscaping, structures, sidewalks, driveways, etc. Items removed or disturbed shall replaced or restored to original conditions or better. 4. Removal of Debris: Excess excavated material and debris are to be removed from the work site daily. Cost of hauling excess excavation and debris is to be included in the price bid for "Service Line Point Repair". 5. Roof and Yard Drains: At the locations indicated in Table of the Attachments. The Contractor shall disconnect roof and yard drains from the sanitary sewer service line . For yard drains, the Contractor shall excavate and remove the drain from the yard and plug the line at the property line. For roof drains, the Contractor shall remove the downspout from the drain line and plug the line to prevent inflow. In addition, the Contractor shall install an elbow fitting at the bottom of the downspout to direct runoff, away from the building, and a concrete splash pad to prevent erosion. 6. Disconnected Service Lines : At the locations indicated in Table_ of Attachments __ to the Special Contract Documents, the Contractor shall remove the service line no longer in use by excavating at the property line and plugging the service line. 7. Abandonment of Point Repair: If a pipe is exposed and found in good conditions, not requiring a point repair, notify City Engineer who will record abandonment of point repair. Backfill the excavation, replace pavement or sidewalk and repair and seed or sod unpaved areas. 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 property as designated on the 1/1 Elimination Repair plans. Repair of the cleanouts shall consist of replacing defective cleanout caps or installing new caps where none exist, such that inflow is eliminated. There will be no repairs made to the existing cleanouts that require excavation, other than what is required to expose the top of the cleanout so that the new caps can be installed. ASC-9 PART DA-ADDITIONAL SPECIAL CONDITIONS b. Materials Replacement cleanout caps shall be Dal-Caps as manufactured by Dallas Specialty & Mfg. Company , or equal. The rubber caps are held down by sta inless steel clamps. c . Excavation 1) The Contractor shall submit shop drawings on all materials and equipment to be installed . 2) The Contractor is respons ible for obtaining right of entry from the property owners prior to performing any work. Property owners should be notified 48 hours in advance of any work on their property. 3) The Contractor shall restore any disturbed surface to its original or better condition at no separate pay. D . MEASUREMENT AND PAYMENT: 1. 2 . 3 . 3 . 5 . 6 . 7 . 10/23/0 8 Payment for service line point repair shall be on a unit price bas is for each repair performed on all sizes of service lines for the respective depths . The minimum length of service line point repair shall be three (3) feet. No separate pay if the work is done within the limits of a service line reconnect as defined in Special Condition , D-28 , "Sanitary Sewer Services ". Measurements for extra length repair is on a linear foot basis for repairs in excess of the minimum 3 foot replacement length . All pipe fittings, adapters , concrete collars, bedding, and removal and replacements of grass sodding required shall be considered incidental to service line point repair . If no pay item is included for any work required to properly complete a service line point repair as specified , the cost to perform said work, including any required removal and replacement of materials , shall be considered incidental to the service line point repair. Depth of Bury is to be measured from Natural Ground Level to the Flow Line of the Sanitary Sewer Service Line at the Point of Replacement. The minimum trench width shall be 3' -0 ". All excavation, backfill, removal and replacement of grass sodding and landscaping, plugs, fittings , and splash pads shall be considered incidental to removal of yard drains , disconnecting roof drains and plugging disconnected service lines. No separate payment will be made for the Contractor to obtain written permission to enter private property. ASC-10 - PART DA -ADDITIONAL SPECIAL CONDITIONS 8 . Payment will be made for Abandonment of Point Repairs at the Contract Unit Price for Excavation and Backfill Abandoned Point Repairs. 9. Payment shall be made at the Contract Unit Price for each sanitary sewer cleanout successfully repaired . Payment shall be full compensation for all materials , equipment, and labor required to perform the work. DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL: 1. Scope: This section governs all work, materials and testing required for the application of interior protective coating. Structures designated to received interior coating are listed on the construction drawings . The structures are to be coated, including interior wall, top and bench surfaces. Protective coating for corrosion protection shall meet the requirements of this Specification (and items DA-14 and DA-15} and the Manufacturers recommendations and specifications. 2. Description : The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of protective coating of structures in accordance with manufacturer's recommendations. 3. Manufacturer's Recommendations : Materiafs and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. 4. Corrosion Protection: Corrosion protection may be required on all structures where high turbulence or high H2S content is expected . B. MATERIALS: 1. 2. 3 . 4. 10/23 /08 Scope: This section governs the materials required for completion of protective coating of designated structures . Protective Coating: The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. or a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405 . Specialty Cement (If required for leveling or filling}: The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials . Material Identification: The protective coating material sprayed onto the surface of the structure shall be a urethane or · epoxy resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows : ASC-11 PART DA -ADDITIONAL SPECIAL CONDITIONS Property Tensile Strength Flexural Stress Flexural Modulus Standard ASTM 0-638 ASTM 0-790 ASTM 0-790 long Term Value 5,000 psi 10,000 psi 550,000 psi 5. Mixing and Handling: Mixing and Handling of specialty cement material and protective coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C. EXECUTION: 10/23/08 1 . General : Protective coating shall not be installed until the structure is complete and in place . 2. Preliminary Repairs : a. All foreign materials shall be removed from the interior of the structure using high pressure-water spray (3500 psi to 4000 psi at spray tip). b. All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application. c. After all repairs have been completed, remove all loose materic;1I. 3. Protective Coating: a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough . The top of the structure shall also be coated. b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) 2) 3) The surface shall be thoroughly cleaned of all foreign materials and matter. Place covers over the invert to prevent extraneous material from entering the sewers. If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. ASC-12 PART DA -ADDITIONAL SPECIAL CONDITIONS 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the walls are coated, the wooden bench covers shall be removed . 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application . 4 . Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Section D-36 -VACUUM TESTING OF SANITARY SEWER MANHOLES . D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work . Pressure grouting, if necessary to stop active infiltration prior to application of the protective coating , shall be included in the above unit price . Grouting of the pipe seals, bench and trough , and lower portion of a particular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION. DA-10 MANHOLE REHABILITATION A. GENERAL 1. Scope. This section covers the rehabilitation of sanitary sewer manholes and other appurtenances in accordance with the Manhole Rehabilitation Details in the specifications. The rehabilitation requirements for each manhole are listed in the Manhole Rehabilitation Schedule in the specifications. Manhole rehabilitation includes repairing, replacing, or restoring manhole frame & cover, frame seal, chimney, corbel, wall, bench, invert and/or pipe seal(s). The Contractor shall furnish all labor, supervision, materials, equipment and testing required to complete the rehabilitation of the manholes listed in these Contract Documents. 2. General : Contractor is responsible for locating all manholes scheduled for rehabilitation. 10/23/08 Contractor shall notify City Engineer if a manhole cannot be located. Contractor shall contact City Engineer to determine if materials removed from rehabilitated manholes will remain the property of the Owner. If so, Contractor shall coordinate when and where to deliver salvaged material to the Fort Worth Water Department. If not, Contractor shall be responsible for disposal of material. Contractor shall provide watchmen, barricades and warning signs to protect his workers , inspectors, and the public. Contractor shall, at no additional cost to the Owner, replace any portion of an existing manhole that is damaged during rehabilitation of the manhole . Contractor shall provide necessary ASC-13 PART DA -ADDITIONAL SPECIAL CONDITIONS means to prevent wastewater flow from contacting material used for rehabilitation prior to fully curing . Loose and broken brick and mortar shall be removed immediately from the manhole to eliminate the possibility of pieces entering the sewer lines . 3. Sub mi tta ls: 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. c . Work Schedule. Prior to beginning work on bench and invert replacements, complete manhole replacements , or construction of new maintenance manholes , Contractor shall submit for review by Owner's Representative a plan for maintaining wastewater flow without any interruptions . Contractor shall maintain wastewater flow at all times . 4. Quality Assurance. Contractor will be responsible for all testing laboratory services in connection with data required for review of materials proposed to be used in the Work. Contractor shall obtain Engineer's acceptance of the testing laboratory before having services performed and shall pay for all costs for testing. Owner may, at his discretion, perform quality control tests on materials during and after their incorporation in the Work . If any of these tests fail, Contractor will be responsible for correcting situation and shall pay for any retest. All costs for quality assurance testing will be subsidiary to the Work. 5. Delivery, Storage, and Handling . Upon delivery, all material shall immediately be stored and protected until installed in the Work . All material shall be labeled and stored in accordance to the manufacturer's recommendations and all local, state, and federal regulations. 6 . Testing. All rehabilitated manholes shall be tested in accordance with Section D-63. B. MATERIALS 10/23/08 1. Cleaners : 2. Water Cleaners Wall . Bench. Trough, and Pipe Seal Repair Hydraulic Cement Quick-setting Mortar Grouting , ASC-14 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. 3 . 4. 5. 6 . 7. 8. 9. PART DA -ADDITIONAL SPECIAL CONDITIONS Urethane Gel Grout Cementitious Grout Material Activated Oakum Scotch-Seal "5610 and 5612" or approved equal. Sauereisen Cements "F-100 Grout" or approved equal. 3M Scotch Seal "5600" or approved equal. Two-Part Epoxy Adhesive Coating American Chemical Corp. "Aquatapoxy" or approved equa l. Concrete Bonding Agent ThoroSeal "Acryl 60 " or approved equal. Concrete External Manhole Coating Coal Tar Internal Manhole Coatings Non-cementitious Cementitious Frames, Covers, and Inserts Manhole Frames and Covers Watertight Manhole Frames and Covers Manhole Insert-Polyethylene Manhole Insert -Stainless Steel Fiberglass Manhole Liner PVC Lined Concrete Wall Reconstruction Joint Material Adjustment Rings Bitumastic Gasket Material Bitumastic Trowelable Material Miscellaneous Root inhibitor Material in accordance with City of Fort Worth Water Department General Contract Documents . Tnemec "46-450 Heavy Tnemecol", Kop Coat "Bitumastic Black Solution", or approved equal. Sprayroq "Spray Wall" or Raven 405. Standard Cement Materials "Reliner MSP" or Quadex "QM-1s". McKinley "Type N with indented top", Neenah "R1726A", or approved equal. Neenah "R1915-E , Type L" or approved equal. Corrosion-proof high density polyethylene, 1/8" thick in accordance with Fort Worth Water Department General Standards E100- 4. Southwestern Packing & Seals , Inc., "T etherlok". Material in accordance with Section DA-15 of these specifications . Material in accordance with Section DA-16 of these specifications. Single-piece , precast concrete, ASTM C478 , 2" min. thickness . RAM-NEK, EZ-STIK or approved equal. GS-702 compound or approved equal. Dichlobenil 2 ,6 -dichlorobensonitrile, or approved equal. C . EXECUTION 10/23/08 ASC-15 PART DA-ADDITIONAL SPECIAL CONDITIONS 1. Inspection. Prior to beginning the Work on a manhole, the Contractor shall inspect the manhole and notify City Engineer if actual conditions are in conflict with Manhole Rehabilitation Schedule. After City Engineer revises schedule, Contractor shall commence with Work. 2 . Manhole Rehabilitation Repairs. Each manhole listed in the Manhole Rehabilitation Schedule will be repaired with at least one of the following repair methods. The requirements for each repair shall be completed as described in this section and as indicated on the Manhole Rehabilitation Details in the specifications . 10/23/08 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. 2) 3) 4) 5) 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. Remove and replace the existing frame, cover, and sealing material. Furnish bolt down frame and cover, if required by Manhole Rehabilitation Schedule in the Specifications. If grade rings are broken, deteriorated, or loose , Contractor shall notify Engineer prior to placing manhole frame. Also , if manhole contains brick grade adjustments on top of concrete corbel or chimney, Contractor shall replace the brick grade adjustments with precast concrete rings in accordance with manhole grade ring replacements . Clean exposed interior and exterior surf aces 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. Surfaces between the frame , adjustments , and corbel sections shall be free of dirt and debris . Bitumastic gasket material (minimum Yi 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 . 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 ASC-16 - 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 manhole is too large to safely support new grade adjustments or frame , the corbel shall be replaced or a flattop installed prior to placing frame . 8) The exposed, exterior surfaces of manhole corbel , chimney , and frame shall be wire brushed and coated with two coats of coal tar, 14 mils OFT. The grade adjustments shall be wrapped with a 6 mil polyethylene sheet. 9) In unpaved areas, backfill with excavated material and compact with mechanical equipment. In paved areas, backfill with granular material meeting requirements of Item 402 and Section E1-2 to the 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 , etc ., to existing pavement and/or as detailed in the Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 1 through 5. Non-standard concrete collars shall be constructed at locations authorized by the Engineer. b . Reseating/Sealing of Existing Frame -Work shall be done in accordance with Section D-27, with the exception that the existing frame shall be reused . The frame and cover shall be inspected for any defects and notify the Owner's representative if it is damaged or deteriorated . All scale, dirt, and debris shall be removed from the existing casting with a wire brush. a . Grade Adjustment -All Work shall be done in accordance with Section D-27, with the exception that the existing frame shall be raised or lowered to surrounding surface elevations in accordance with the Grade Adjustment Detail. 1) In brick manholes, remove and replace the defective chimney up to a maximum of 24 inches below the frame. If chimney is defective below 24 inches , Contractor shall notify Engineer prior to completing manhole rehabilitation. ASC-17 10/23/08 PART DA-ADDITIONAL SPECIAL CONDITIONS 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 0-27. 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 manhole invert is less than 4 ~ feet, the manhole shall be completely replaced. f) Partial Manhole Replacement shall also include replacement of frame, cover, and sealing of frame and grade adjustments. g) Remove all debris from reconstruction from the manhole and dispose of properly. d. Interior Manhole Coating -Interior manhole coating shall meet the requirements of Section DA-12, DA-13, DA-14, DA-15, DA-16 and DA-17. e. Bench and Invert Rehabilitation 1) 2) 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. 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. ASC-18 10/23/08 PART DA-ADDITIONAL SPECIAL CONDITIONS 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 0- 29. h. Construct New Manhole 1) Completely remove the existing manhole structure. 2) Construct new manhole in accordance with Section 0-27 of these specifications . Connect to existing sewers using flexible couplings. 3) Contractor shall maintain existing wastewater flows at all times. Contractor shall submit a plan for maintaining wastewater flows to the Engineer prior to beginning work. i. 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) 3) 4) 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. 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. 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 ASC-19 PART DA -ADDITIONAL SPECIAL CONDITIONS removal of the grouting probe. Patch the injection hole with hydraulic cement and apply a water resistant two-part epoxy coating to the patch. Clean all grout from interior of manhole . j. Manhole Step Removal -Remove existing manhole steps and fill voids with hydraulic cement in accordance with repair detail . k. Patch Holes -Clean and remove loose debris from holes to be patched . Apply bonding agent to surface of holes and fill voids with hydraulic cement in accordance with repair Patch Holes Detail. I. Watertight Manhole Insert -Install watertight gasketed manhole inserts as specified in Fort Worth Water Department Standard E100-4. m . Grout Flattop to Wall Joint -Injection holes shall be drilled through the manhole at 90 degree angles from each other within 4 inches of the bottom of the flattop . Provide additional holes near observed defects, if necessary. Urethane gel grout shall be injected through the holes under pressure with a probe designed for this purpose . Injection pressure shall not cause damage to the manhole structure or surrounding surface features . Grouting from the ground surface will not be allowed . Grout travel shall be verified by observation of grout at defects or adjacent injection holes. Provide additional injection holes , if necessary, to ensure grout travel. Injection holes shall be cleared with a drill and patched with a waterproof quick setting mortar. The flattop to wall joint shall be pressure washed , cleaned, filled with a non-shrink grout, and finished smooth. n. Fiberglass Manhole Insert -Work shall be conducted as specified in Section DA-18. o. PVC Lined Concrete Wall Reconstruction -Work shall be conducted as specified in Section DA-19. p . Po int Repair to Replace Sewer Line , 6"-15" Diameter -This item shall apply at those locations indicated in the Manhole Rehabilitation Schedule and those addi t ional locations authorized by the Engineer. The Contractor shall excavate adjacent to the manhole to uncover the damaged sewer pipe . This pipe shall be carefully removed from the manhole to the first sound joint (maximum of 5 feet) of pipe . This pipe shall be replaced with SOR 35 PVC pipe of the same nominal size . This pipe shall be connected to the existing sewer using flexible connectors approved by the City . The connection of the new pipe to the manhole shall be made using flexible gaskets meeting the requirements of ASTM C-923, grouted into the manhole wall using non-shrink grout. Embedment material shall be installed around the pipe up to the pipe springline . Backfill material conforming to City specifications shall be placed and compacted as required . This item shall include surface restoration and permanent pavement repair. q. Bypass Pumping -The Contractor shall furnish and operate pumping equipment and piping as required for bypass pumping necessary to complete any manhole replacement or rehabilitation work. 1012310a ASC-20 - PART DA-ADDITIONAL SPECIAL CONDITIONS D. MEASUREMENT AND PAYMENT 1. Frame and Cover Replacement: Payment for installation of new manhole frames and covers shall be based on the Contract unit price and the actual quantity installed . The Contract unit price shall be full payment for the new manhole frame and cover, excavation, installation of the manhole frame and cover, minor grade adjustment, backfill , and demolition and disposal of waste materials . 2 . Grade Ring Replacement: Payment for installation of new grade rings shall be based on the Contract unit price and the actual quantity of new grade rings installed . The Contract unit price shall be full payment for the new grade rings . All costs for installing and sealing grade rings shall be included in the applicable Contract unit price for sealing of frame and grade rings. 3. Paved Frame and Grade Adjustment Sealing : Payment for sealing manhole frames and grade adjustment rings in paved areas shall be based on the Contract unit price and the actual number of manholes where sealing of the manhole frame 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 . 5. Interior Manhole Coating : Payment for interior manhole coating shall be based on the Contract unit price where interior manhole coating is applied. The Contract unit price shall be full payment for surface preparation, interior coating of the corbel, wall and bench, and cleanup. 6. Pressure Grout Pipe Seals, Bench and Trough, and Lower Portion of Manhole : Payment for grouting pipe seals, bench and trough, and lower portion of the manhole shall be based upon the Contract unit price and the actual quantity of manholes where pipe seals, bench and trough and lower portion of the manhole were grouted. The Contract unit price shall be full payment for the preliminary repairs, rehabilitating the pipe seals, grout material , installation of the grout materials and cleanup. 7 . Bench and Invert Rehabilitation~ Payment for bench and invert rehabilitation shall be based upon the Contract unit price and the actual number of manholes where the bench and invert were rehabilitated. The Contract unit price shall be full payment for materials and bench .and invert rehabilitation . 8. Bench and Invert Replacement: Payment for bench and invert replacement shall be based upon the Contract unit price and the actual quantity of manholes where 1012310a ASC-21 10/23/08 PART DA-ADDITIONAL SPECIAL CONDITIONS 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 0-27 in these specifications. This item shall include up to five (5) linear feet of new PVC pipe at each manhole pipe connection and connecting to the existing sewer. 13 . Concrete Manhole Collars : a . Paved Areas. Payment for manhole collars in paved areas shall be based on the Contract unit price and the actual quantity installed . The Contract unit price shall be full paymen t 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. ASC-22 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 repai red . 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. DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION A. GENERAL: This item shall govern the preparation of surfaces for manhole rehabilitation . B . CLEANING: 1. 2 . 3. 4 . 10/23/08 Covers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system . All concrete that is not sound or has been damaged by chemical exposure shall be removed from the manhole. Loose and protruding brick , mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them flush with the wall of the manhole . All contaminates including but not limited to: oils, grease, waxes, form release, curing compounds, efflorescence, sealers, salts, incompatible existing coatings, and all other contam inants shall be removed. Surfaces to receive protective coating shall be cleaned and abraded to produce a sound concrete/brick surface with adequate profile and porosity to provide a strong bond between the protective coating and the substrate. All foreign materials shall be ASC-23 PART DA -ADDITIONAL SPECIAL CONDITIONS removed from the manhole interior using high pressure water spray (3500 psi to 4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used . 5 . Detergent water cleaning , muriatic acid , and hot water blasting shall be used, if necessary, to remove dirt, oils, grease, and other matter which may prevent a good bond of sealing material to the manhole surface . A mild chlorine solution {household bleach) may be used to neutralize the surface to diminish microbiological bacteria growth prior to final rinse and coating . C . PRELIMINARY REPAIRS 1. All unsealed lifting holes , unsealed step holes, voids larger than approximately one- half (1/2) inch in thickness shall be filled with patching compound at least one hour (1) prior to application of the first spray coat. 2. Active leaks shall be stopped using City approved products specifically for that purpose and according to manufacturer's recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with City specifications and Section DA-20-PRESSURE GROUTING. 3. Bench area shall be built up if required to provide a uniform slope from the circumferences to the manhole trough. City approved cementitious patching compounds or epoxy grout as recommended by manufacture shall be used. 4. After all repairs have been completed, all loose material shall be removed from the manhole. Contractor shall insure no material is allowed to enter the sewer system. 5. Contractor shall ensure the manhole is clear of all detergents and cleaners and that all active infiltration has been stopped prior to application of protective manhole coatings for rehabilitation. D . INSPECTION Applicator shall carefully inspect all surfaces prior to application of protective coating and shall notify Owner of any noticeable disparity in the surface which may interfere with the proper performance of the repair mortar and protective coating. E. MEASUREMENT AND PAYMENT Payment for Surface Preparation shall be considered subsidiary to the cost for Interior Manhole Coating or Protective Manhole Coating for Corrosion Protection. DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM A. GENERAL 1. 10123/08 Scope -This section governs all work, materials and testing required for the application of interior manhole coating . Manholes designated for interior coating are listed on the Manhole Rehabilitation schedule. Interior manhole coating shall meet ASC-24 - 2. 3 . 4 . PART DA -ADDITIONAL SPECIAL CONDITIONS the requirements of this section or of Section DA-13 , DA-14 , DA-15, DA-16 or DA- 17 . Description -The Contractor shall be responsible for the furn ishing of all labor, supervision , materials , equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents . Manufacturers Recommendations -Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. Manholes -Manholes to be coated are of brick, block , or concrete construction . Some manholes may have a cementitious sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. Scope -Th is 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, 100 percent polypropylene fibers and other selected ingredients , as manufactured by Standard Cement Materials. No material (other than clean potable water) shall be used with or added to these standard products without prior approval or recommendation of the respective manufacturer. 3. Material Identification -Contractor shall completely identify the types of grout, mortar, patching compounds , sealant, and/or root control chemicals used and provide case histories of successful use or def end the choice of grouting materials based on chemical and physical properties , ease of application, and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling -Mixing and handling of interior coating , which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibil ity of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personne l or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly fami liar with the handling and application of the coating material shall perform the coating operations. , C . EXECUTION 1 . 2. 10/23/08 General -Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete. Temperature -Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 ASC-25 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS hours. If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85°F , using ice if necessary. 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the top of the corbel or flattop to the bench/trough, including the bench/trough . b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE REHABILITATION. 2) The surface prior to application shall be damp without noticeable free water droplets or running water. Reliner MSP material shall be spray applied (using a manufacturer approved machine) to a minimum uniform thickness of 1-inch minimum. Troweling shall begin immediately following the spray application . The trowelled surface shall be smooth with no evidence of previous void areas. After the walls are coa ted, the wooden bench covers shall be removed and the bench sprayed with Reliner MSP material in such a manner as to produce a bench having a gradual slope from the walls to the invert with the wall/bench intersection built up and rounded to a uniform radius for the full circumference of the intersection. The thickness of the bench shall be no less than 1-inch at the invert and shall increase in the direction of the wall so as to provide the required slope. 3) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow . Ambient conditions in the manhole are adequate for curing as long as the manhole is covered . 4) Traffic shall not be allowed over manholes for 24 hours after reconstruction is complete. 4. Testing of Rehabilitated Manholes a. b . Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21 . At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date , location and job recorded on each . The cylinders shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C780 or ASTM C-10, as ASC-26 PART DA-ADDITIONAL SPECIAL CONDITIONS recommended by the 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 vertical foot, measured from the top of the corbel or flattop to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all material testing necessary to complete the work . Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM A GENERAL 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating . Manholes designated for interior coating are listed 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 The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction. Some manholes may have a cementitious sprayed or trowelled on coating over the original interior surface. B. MATERIALS 10/23/08 1. Scope 2. This section governs the materials required for completion of interior coating of manholes. Interior Coating · ASC-27 PART DA-ADDITIONAL SPECIAL CONDITIONS Quadex QM-1 s and Quadex Excel proprietary pre-blended cement based synthetic granite (Donnafill) enhanced polypropylene fiber reinforced coatings as manufactured by Quadex, Inc . No material (other than clean potable water) shall be used with or added to Quadex QM-1 s or Quad ex Excel without prior approval or recommendation from Quadex, Inc . 3. Material Identification Con tractor shall completely identify the types of grout, mortar, patching compounds , sealant, and/or root control chemicals used and provide case histories of successful use or defend the cho ice of grouting materials based on chemical and physical properties, ease of application , and expected performance , to the satisfaction of the Engineer. 4 . Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations. C . EXECUTION 10/23/08 1. General Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete . 2 . Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85 °F, using ice if necessary. 3. Interior Manhole Coating a. The ·interior coating shall be applied to the manhole from the top of the corbel or flattop to the bench/trough , including the bench/trough . b . The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE REHABILIATATION. ASC-28 PART DA -ADDITIONAL SPECIAL CONDITIONS 2) The surface prior to application shall be damp without noticeable free water droplets or running water . QM-1s material shall be spray applied (using a Quadex Model 9000 application machine or manufacturer approved equal) to a minimum uniform thickness of 1- inch min imum . Troweling shall begin immediately following the spray application . The trowelled surface shall be smooth with no evidence of previous void areas . 3) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow . Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. 4) Traffic shall not be allowed over manholes for 12 hours after reconstruction 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 DA- 21 . b. At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date, location and job recorded on each . The cylinders shall be sent to a certified testing laboratory for testing . A compression test will be made per ASTM C780, and the results will be furn ished to the Engineer and Owner on request. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot measured from the top of the corbel or flattop to the top of the bench . The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision , materials, equipment and all material testing necessary to complete the work . Grouting, if necessary to stop active leaks in manhole wall areas, shall be included in the above unit price . Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by the Manhole Rehabilitation Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price . DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM A. GENERAL 10/23/08 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule . Interior manhole coating shall meet the requirements of this Section or of Section DA-12 , DA-13, DA-15, DA-16 or DA-17 . ASC-29 PART DA-ADDITIONAL SPECIAL CONDITIONS 2. Description The Contractor shall be responsible for the furnishing of all labor, superv1s1on, materials , equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials , mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations . 4. Manholes Manholes to be coated are of brick, block, or concrete construction . All manholes shall have a minimum of one-half (1/2) inch specialty cement-based coating material (Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 10/23/08 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating The interior coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Rel iner MSP as manufactured by Standard Cement Materials . 4. Material Identification 5. The interior manhole coating material sprayed onto the surface of the manhole shall be a urethane resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the physical properties as follows: Property Tensile Strength Flexural Stress Flexural Modulus Mixing and Handling Standard ASTM 0-638 ASTM 0-790 ASTM 0-790 ASC-30 Long Term Value 5,000 psi 10,000 psi 550,000 psi PART DA-ADDITIONAL SPECIAL CONDITIONS Mixing and handling of specialty cement material and interior coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C. EXECUTION 10/23/08 1. General 2. Manhole coating shall not be installed until sealing of manhole frame and grade adjustments, or partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule, is complete. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the bottom of the frame to the bench, down to the top of the trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) 2) 3) 4) The surface shall be thoroughly cleaned . of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip), cleaning with muriatic acid, degreaser, or other solvents as needed in order to remove any film or residue on the surface. Place covers over the invert to prevent extraneous material from entering the sewers . Apply a minimum of one-half (1/2) inch specialty cement product (Quadex QM-1s or Refiner MSP) smooth surface for the urethane coating material. Spray the urethane onto the manhole wall and bench/trough with a minimum thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. ASC-31 PART DA-ADDITIONAL SPECIAL CONDITIONS 5) Coat trough area with specialty cement product (Quadex QM-1s or Reliner MSP). 1. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot , measured from the bottom of the frame to the top of the bench . The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials , equipment and material testing required to complete the work. Grouting , if necessary, shall be included in the above unit price. Grouting of the pipe seals , bench and trough, and lower portion of a particular manhole , if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price . DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM A. GENERAL 10/23/08 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed of the Manhole Rehabilitation Schedule , listed in Section I. Interior manhole coating shall meet the requirements of this Section , or of Section DA-12 , DA-13 , DA-14, DA-16 or DA-17 . 2. Description The Contractor shall be responsible fo r the furnishing of all labor, superv1s1on, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents . 3 . Manufacturer's Recommendations Materials, mixture ratios , and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations . 4 . Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) specialty cement-based coating material (Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original interior surface . ASC-32 PART DA -ADDITIONAL SPECIAL CONDITIONS B. MATERIALS 1. Scope This section governs the materials required for completion of interior coating of manholes . 2. Interior Coating Raven Ultra High-Build epoxy Coating , a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers , is manufactured by Raven Lining systems and designated as Raven 405 . 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 Contractors will completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed and provide case histories of successfu l use or defend the choice of grouting materials based on chemical and physical properties , ease of app lication , and expected performance . These grouting materials shall be compatible with Raven 405 interior coating . The contractor shall be responsible for getting approval from Raven Lining systems and/or the grout manufacturers for the use of these grouting materials. 5. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals . All equipment shall be subject to the approval of the Engineer. Coating shall be performed only by certified applicators approved by the manufacturers . C. EXECUTION 10/23108 1. General Manhole coating shall not be performed until sealing of manhole from frame and grade adjustments , partial manhole replacement , manhole grouting or sewer replacement/repairs are complete . 2. Temperatures Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours . ASC-33 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Interior Manhole Coating a. Manholes scheduled for interior coating are shown on the Manhole Rehabil itation Schedule . The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough, including the bench/trough . b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure . 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE RESTORATION . 2) Apply a minimum of one-half (1/2) inch specialty cement-based product (Quadex QM-1 s or Reliner MSP) smooth surface for the urethane coating material. 3) The surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water. Material shall be spray applied per manufacturer's recommendations with a minimum thickness of 125 mils (0 .125 inch). 4) After the walls are coated , the wooden bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required for the walls. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow . 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the manhole within 24 hours after application. 4. Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to touch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brushing the lining material over the area. All blisters and evidence of uneven cover shall be repaired according to the manufacturer's recommendations. Spot check of coating thickness may be made by Owner's Representative, and the contractor shall repair these areas as required , at no additional cost to the Owner. b. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 -VACUUM TESTING OF REHABILITATED MANHOLES . D. MEASUREMENT AND PAYMENT 1012310a ASC-34 PART DA -ADDITIONAL SPECIAL CONDITIONS Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment all testing necessary to complete the work . Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER A. GENERAL This section prescribes the minimum standards for the safe and efficient rehabilitation of sewer structures, utilizing Permacast with Epoxy Liner. B. MATERIALS 1. Leak Plugging Leak Plugging of the same or greater strength than the Liner Mix and/or chemical grouts may be used. If water pressures are severe, the contractor may drill relief holes at the bottom of the manhole wall to concentrate the leaks before plugging. 2. Patching Mix Voids which have not compromised the structure in its overall soundness must be filled prior to lining with materials of the same or greater strength than the Liner Mix . 3. Liner Mix Shall be densely compacted, Refiner Microsilicate cement mortar, Quadex QM-ls and Quadex Excel cement mortar, or approved equal, applied uniformly at a minimum thickness of Y:z inch. Liner Mixes shall attain strengths as follows: Compressive ASTM C-109 Flexural ASTM C-295 Elasticity ASTM C-469 24 HOURS 3500 psi 650 psi 180,000 psi 28 DAYS 10,000 psi 800 psi 1,150,000 psi It shall be delivered in factory prepared packaging suitable for mixing with just the addition of clean water in the prescribed dosage . No additives shall be used at the site without prior approval. All visible leaks must be plugged prior to application of the cementitious liner with quick setting, non-shrink hydraulic cement mortar. C. EXECUTION 1. Mixing 10/23/08 ASC-35 PART .DA-ADDITIONAL SPECIAL CONDITIONS The manufacture's published technical specifications and directions for proportioning and mixing shall 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 mortar and shall be clean and in good working order according to the manufacture's published recommendations for safe operation. Only factory certified workers shall operate with a controllable retrieval method shall be used to produce a uniform and dense application without the need to trowel which can weaken the mortar. 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 single application to the prescribed thickness (1/2 inch or greater) without delay or interruption in order to produce a uniform and monolithic liner. Multiple layers with time between for drying are not allowed. Once completed, the manhole shall be covered to prevent air drying. 4. Testing & Verification Tes ting of rehabilitated manholes for water tightness shall be performed by the Contractor after operations are complete in accordance with Section DA-21. The owner's inspector shall verify the thickness with a wet gauge. Any area found to less than the minimum prescribed thickness shall result in the minimum prescribed thickness shall result in the immediate relining of the entire interior. Two test cubes shall be made from each day's mix and tested for strength verification. D. CORROSION PREVENTION 10/23/08 1 . Preparation & Procedure The liner shall be applied to the prepared interior as specified in proceeding sections at ~ inch thickness. 2 Protective Coating The protective coating shall be a 100% solids epoxy with no volatile organic compounds and white in color to optimize visual inspection. Minimum physical properties shall be: Hardness Tensile Strength Compressive Strength ASTM D-2240 ASTM D-63860 ASTM D-69544 ASC-36 65 Shore D 10,000 psi 15,000 psi - PART DA -ADDITIONAL SPECIAL CONDITIONS Flexural Strength ASTM D-79058T 1,000 psi It shall be uniformly spray applied or centrifugally cast onto the fresh mortar before new bacterial growth can contaminate the underlying mortar. It shall have a minimum thickness of 125 mils and shall not run or sag during placement. 3. Safety 4. 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 of coverage. When dry to the touch, the entire interior shall be tested with a Tinkor & Rasor holiday detector at the prescribed voltage to verify thickness and locate pinholes if any. Deficiencies shall be immediately corrected and retested . E. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench . The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision , materials, equipment all testing necessary to complete the work. Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted . DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM A. GENERAL 1. 2 . 3. 4 . 10/23108 Scope. This section governs all work, materials and testing required for the application of interior manhole coating . Manholes designated for interior coating are listed in the Manhole Rehabilitation Schedule, listed in Part 1. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-13, DA-14, DA-15 or DA-16. Description. The Contractor shall be responsible for the furnishing of all labor, supervision , materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. Manufacturers Recommendations . Materials , m ixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers recommendations. Manholes. Manholes to be coated are of brick, block, or concrete construction . Some manholes may have a cementitious sprayed or trowelled-on coating over the original interior surface . ASC-37 PART DA -ADDITIONAL SPECIAL CONDITIONS 8. MATERIALS 1. Scope . This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating. Strong-Seal Systems MS-2A, factory-blended, cement-based , fiber-reinforced coating as manufactured by Strong-Seal Systems of Pine Bluff, AR. No material (other than clean potable water) shall be used with or added to Strong-Seal MS-2A without prior approval or recommendation from Strong-Seal Systems. 3 . Material Identification. Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4 . Mixing and Handling. Mixing and handling of interior coating, which may be toxic under certain conditions, shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals . All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations. C. EXECUTION: 10/23/08 1. General. Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments, partial manhole replacement , or concrete collar construction is complete. 2. Preliminary Repairs a) b) c) All foreign materials shall removed from the manhole interior using high pressure water spray (minimum 3500 psi). Loose and protruding brick, mortar, and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them 1" below the surface of the manhole. All unsealed lifting holes, unsealed step holes, voids larger than approximately one-half (1/2) inch in thickness shall be filled with rapid- setting, trowel-applied patching compound prior to spray application of the MS-2A coating. Active leaks shall be stopped using rapid-setting hydraulic cement products specifically for that purpose and according to manufacturer's recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with Section DA-20. Contact Strong-Seal Systems for grouting recommendations. ASC-38 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS d) After all repairs have been completed, remove all loose material. 3. Temperature . Normal interior coating operation shall be performed at temperatures of 40 Degrees F or greater. No application shall be made when freezing is expected within 24 hours . If ambient temperatures are in excess of 90 Degrees F, precautions shall be taken to keep mixing water below 85 Degrees F, using ice if necessary. 4. Interior Manhole Coating a) The interior coating shall be applied to the manhole from the top of the bench/trough to the top of the corbel or flattop, including the bench/trough. b) The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. (1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi). (2) Place covers over invert to prevent extraneous material from entering the sewer. (3) The surface prior to application shall be damp without noticeable free water droplets or running water. MS-2A material shall be spray applied (using a manufacturer approved application machine) to a uniform thickness of 1" minimum. Troweling shall begin immediately following the spray application. The trowelled surface shall be smooth with no evidence of previous void areas . (4) The application shall have a minimum of four hours (4) cure time before being subjected to active normal flows. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. (5) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. 5. Testing of Rehabilitated Manholes a) b) Testing of rehabilitated manholes for water-tightness shall be performed by the contractor after operations are complete in accordance with Section DA-21 . At least four (4) 2-inch cubes of the coating material shall be taken from each day's work with the date, location and job recorded on each . The cubes shall be sent to Strong-Seal Systems, Pine Bluff, AR, for testing. A compression test will be made according to ASTM C-109, and the results will be furnished to the engineer and the owner. ASC-39 PART DA-ADDITIONAL SPECIAL CONDITIONS D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per each manhole coated . The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision , materials, equipment and material testing necessary to complete the work. Grouting, if necessary to stop active leaks in manhole well areas, shall be included in the above unit price . Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by the Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately . DA-18 RIGID FIBERGLASS MANHOLE LINERS -omitted DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION -omitted DA~OPRESSUREGROUTING A. GENERAL 1. Scope. This Section governs all work , materials and testing required for the pressure grouting of manhole defects . Manholes or sections of manholes with active leaks shall be repaired as indicated in the Manhole Rehabilitation Schedule. 2. Description.:. The Contractor shall be responsible for the furnishing of all labor, supervision , materials , equipment, and testing required for the completion of pressure grouting of manhole defects in accordance with the Contract Documents . 3. Manufacturer's Recommendations. Materials , additives, mixture ratios, and procedures utilized for the grouting process shall be in accordance with manufacturer's recommendations. 4. Manholes. Manholes to be grouted are of brick, concrete, or fiberglass construction . A. MATERIALS 10/23/08 1. Grouting Materials : a. Urethane Gel Grout: Urethane gel grout, such as Scotch-Seal 5610 gel or equal shall be a hydrophilic polymer. The chemical shall be mixed within the range of from 8 to 10 parts of water and shall contain a reinforcing agent supplied by the same manufacturer. The material shall gel and cure to a tough flexible elastomeric condition . When wet, the gel shall exhibit strength properties of at least 25 psi tensile at 150 percent elongation. The material shall not change in linear dimension more than eight percent when subjected to wet and dry cycles. b. The chemical grout shall be applied so as to have the grout material flow freely into the defects . To avoid any wastage of the material flowing through the defects, a gel control agent may be added. The following properties shall be exhibited by the grout: 1) Documented service of satisfactory performance in similar usage . ASC-40 1. 2 . 3 . 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS 2) Controllable reaction times and shrinkage through the use of chemicals supplied by the same manufacturer. The minimum gel set time shall be established so that adequate grout travel is achieved . 3) Resistance to chemicals ; resistant to most organic solvents , mild acids and alkali. 4) Compressive recovery return to original shape after repeated defonnation . 5) The chemical shall be essentially non-toxic in a cured form . 6) Sealing material shall not be rigid or brittle when subjected to dry atmosphere . The material shall be able to withstand freeze/thaw and moving load conditions. 7) Sealing material shall be noncorrosive . a. A reinforcing agent such as Scotch-Seal Brand 5612 reinforcing agent or equivalent shall be utilized in accordance with manufacturer's recommendations. Any 5612 reinforcing agent which contains lumps must be discarded. Care must be taken to be sure that the pH of the water in the tank is from 5 to 9. As a precaution against the possibility of the pH being outside this range, take a small amount of water from the tank to which Gel Reinforcing Agent 5612 is to be added. Add a few drops of 5612 to this test sample. Scotch -Seal Brand Gel Reinforcing Agent 5612 should disperse readily . If precip itation occurs, drain the tank and retest. Repeat as necessary until dispersion occurs. If dispersion does not occur, do not use the water source . b. A filler material such as Celite 292 (diatomaceous earth) from Johns Mansville or equivalent shall be utilized. The addition of the filler material shall not exceed the quantity specified by the manufacturer, and continuous agitation of the water side of the mixture is required. The filler material may also be utilized as a reinforcing agent in accordance with the urethane gel grout manufacturer's recommendations. Additives : Grout additions may be utilized for catalyzing the gel reaction , inhibiting the gel react ion , buffering the solution, lowering the freezing temperature of the solution, acting as a filler, providing strength or for inhibition of root growth. Root Control: A root inhibiting chemical such as dichlobenil shall be added to the chemical grout mixture at a safe level of concentration and shall have the ability to remain active within the grout for a minimum of 12 months . Material Identification: Contractor shall completely identify the types of grout, mortar, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance , to the satisfaction of the Engineer. ASC-41 PART DA -ADDITIONAL SPECIAL CONDITIONS 4. Mixing and Handling : Mixing and handling of chem ical grout and forming constituents, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that chemicals or gels produced by the chemicals are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer . Only personnel thoroughly familiar with the handling of the grout material and additives shall perform the grouting operations . C. EXECUTION 10/23/08 1 . General. Manhole grouting shall not be performed until sealing of manhole frame and grade adjustments, partial manhole replacement , or manhole repairs are complete. 2. Preliminary Repairs: a . Seal all unsealed lifting holes , unsealed step holes, voids larger than approximately one-half (1/2) inch in thickness. All cracked or deteriorated material shall be removed from the area to be patched and replaced with Octocrete, as manufactured by IPS Systems , Inc. or equal , in accordance with manufacturer's specifications . b. Cut and trim all roots within the manhole . 3. Temperature.:. Normal grouting operations including application of interior coating shall be performed in accordance with manufacturer's recommendations . 4 . Grouting Material Usage . Grouting of the manhole may include corbel , wall , pipe seals, manhole joints, wall to flattop joint, and/or bench/trough. Areas of the manhole designated to be grouted will be directed by the Engineer. If entire manhole is scheduled for grouting, grouting shall include the entire manhole including corbel , wall , pipe seals and bench/trough . Pipe seal grouting shall include all pipe seals in the specified manhole and grouting of the specified manhole including the bench/trough to the maximum height of 18 inches from the crown . 5. Drilling and Injection : a. b. C. Injection holes shall be drilled through the manhole wall at locations indicated in the appropriate detail(s). Grout shall be injected through the holes under pressure with a suitable probe . Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grout shall be injected through the lowest holes first. The procedure shall be repeated until the manhole is externally sealed with grout. Grouting from the ground surface shall not be allowed . ASC-42 PART DA -ADDITIONAL SPECIAL CONDITIONS d. Grout travel shall be verified by observation of grout to defects or adjacent injection holes. Provide additional inj~ction holes, if necessary, to ensure grout travel. e. Injection holes shall be cleaned w ith a drill and patched with a waterproof quick setting mortar for brick and concrete manholes. 6. Testing of Rehabilitated Manholes. Testing of rehabilitated manholes for water tightness shall be performed by the Contractor in the presence of the Engineer in accordance with the requirement of Section DA-21 , VACUUM TESTING OF REHABILITATED MANHOLES of these specifications . D. MEASUREMENT AND PAYMENT If the entire manhole is grouted , the Contract Unit Price shall be per vertical foot grouted as indicated on the Manhole Rehabilitation Schedule included in these specifications or as required by the Engineer. Payment for grouting pipe seals , bench and trough, and 18 inches above crown of pipe, and grouting flattop to wall joint, shall be based on the Contract Unit Price per each manhole rehabilitated as indicated on the Manhole Rehabilitation Schedule . The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment, preliminary repairs and testing necessary to complete the work including grouting with urethane grout. DA-21 VACUUM TESTING OF REHABILITATED MANHOLES A. GENERAL Scope. This section describes manhole testing to effectively confirm the watertight integrity of existing manholes following structural infiltration and inflow related repairs and that the appearance of the work is acceptable. Description: Infiltration may be observed in manhole defects at manhole walls, pipe seals or bench/trough areas. Infiltration related repairs are intended to eliminate leakage of groundwater into manholes. Inflow may be observed in manhole defects at manhole frames, covers, frame seals, grade adjustments, grade adjustment seals, corbels, or walls . Inflow related repairs are intended to eliminate sources of surface water entry that become active during rainfall events. Structural repairs may be required when making 1/1 related manhole repairs. Structural repairs may include defects in any manhole components but not displaying 1/1. Testing, Observations and Guarantee Periods: The testing required shall be performed by the Contractor at locations designated by the Engineer and documented to the satisfaction of the Engineer. 10/23/08 ASC-43 PART DA-ADDITIONAL SPECIAL CONDITIONS Any new or rehabilitated manholes that are observed to be leaking by the Engineer during periods of high groundwater or during inflow conditions shall be subject to additional repairs. The Contractor shall be responsible for all additional repairs required on these unsatisfactory manholes during the guarantee period. · All manhole rehabilitation work shall be warranted to be free of defects and of good workmanship for a minimum of three (3) years from the date of final acceptance of the project. Any manhole repairs completed by the Contractor which fail during the warranty period shall be repaired to the satisfaction of the City at no additional cost to the City. B. MATERIALS -Not specified. C. EXECUTION Infiltration Testing~ All interior coated manholes and all partial replacement manholes shall be observed (tested) by the Contractor in the presence of the Engineer for sources of infiltration . Observations will be made during high groundwater conditions, wherever possible. Manholes shall be tested after installation with all connections (existing and/or proposed) in place. Drop-connections and gas sealing connections shall be installed prior to testing. The lines entering the manhole shall be temporarily plugged with the plugs braced to prevent them from being drawn into the manhole. The plugs shall be installed in the lines beyond drop-connections, gas sealing connections , etc. The test head shall be placed inside the frame at the top of the manhole (so that the manhole frame seal is tested) and inflated in accordance with the manufacturer's recommendations. A vacuum of 10 inches of mercury shall be drawn, and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. If the drop in the level is less than 1-inch of mercury (final vacuum greater than 9-inches of mercury), the manhole will have passed the vacuum test. After a successful test, the temporary plugs will be removed. The required test time is determined from Table I. Table I MINIMUM TIME REQUIRED FOR A VACUUM DROP OF 1" H9 {10"H 9 -9"H 9 ) {SEC) DEPTH OF M.H. 48-lnch Dia. 60-lnch Dia. (FT.) Manhole Manhole 8 20 sec. 26 sec. 10 25 sec. 33 sec. 12 30 sec. 39 sec. 14 35 sec. 45 sec. 16 40 sec. 52 sec. 18 45 sec. 59 sec. ** T=5 sec. T=6.5 sec. 72-lnch Dia. Manhole 33 sec. 41 sec. 49 sec. 57 sec. 67 sec. 73 sec. T=8 sec. **For all Manholes over 18 feet in depth, add "T" seconds as shown for each respective diameter for each two feet of additional depth of manhole to the time shown for that 18 foot depth. (Example: A 30 (thirty) foot deep, 48 (forty-eight) inch Manhole Total Test Time would be 75.0 seconds . 45.0+6(5.0)=75.0 seconds] (Values listed above are extrapolated from ASTM C924-85). 10/23108 ASC-44 - PART DA -ADDITIONAL SPECIAL CONDITIONS Manhole vacuum levels observed to drop greater than 1-inch of mercury (Final vacuum less than 9- inches of mercury) will have failed the test and will require additional rehabilitation . The Contractor shall make the necessary repairs to the already completed rehabilitation work at no additional compensation . If the failure of the vacuum test is determined to be due to preexisting conditions not on the manhole rehabilitation schedule for that manhole, this additional work may be authorized by the Owner's Representative. After completion of the additional rehabilitation the manhole shall then be re-tested as described above until a successful test is made. Only one payment for manhole vacuum testing will be made on each manhole. Vacuum testing is required on all manholes having interior rehabilitation . Inflow Testing : All partially rehabilitated manholes shall be dyed water tested unless the manhole has successfully passed the vacuum test. Manholes shall be dyed water tested in the presence of the Engineer. The dye test shall consist of applying a concentrated dye solution around the manhole frame . Dyed water shall be applied for at least ten minutes. Manholes observed to be actively leaking greater than one drip per five seconds will have failed the test and will not be acceptable. Manholes failing the test will require additional rehabilitation by the Contractor at no additional compensation. Other Testing : One (1) rehabilitated manhole will be randomly selected for further testing. A laboratory selected by the City will take core samples of wall sections of manholes with wall coatings. Testing of the core samples will be done to evaluate material thickness, compressive strength, flexural strength and slant shear bond strength. The following are the minimum required strengths for cementitious and non-cementitious wall coatings : Compress ive Strength. Compressive strength shall conform to ASTM C 495 and C 109 and shall meet or exceed a minimum 28-day break of 4,000 psi. Flexural Strength. Flexural strength shall conform to ASTM C 348 and shall meet or exceed a minimum 28-day break of 1,200 psi. Slant Shear Bond Strength. Slant shear bond strength shall conform to ASTM 882 modified and shall meet or exceed a minimum 28-day break of 2,400 psi . If the manhole tested fails to pass any of these requirements, another manhole shall be selected and tested. If the second manhole fails, the City may, at its option, stop work until the Contractor can provide assurance that testing requirements can be met. Guarantee: Contractor shall warrant that the workmanship and materials are free from defects and that the manholes are sealed from inflow and infiltration for a period of three (3) years from the date of final acceptance of the project. D. MEASUREMENT AND PAYMENT 1012310a ASC-45 PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for manhole vacuum testing shall be made at the Contract Unit Price bid for each Manhole Vacuum Test actually performed and passed and the appearance of the completed manhole is visually acceptable. Payment shall be full compensation for all labor and materials necessary to complete each test. No payment will be made for additional vacuum tests or any dyed water testing . Payment for manhole core testing, including all labor and materials necessary to complete each test, shall be made at the Contract Unit Price bid for each Manhole Core Test actually performed and passed. DA-22 FIBERGLASS MANHOLES A. DESCRIPTION: This item shall govern the furnishing and installation of fiberglass manholes. The location of these manholes are shown on the drawings. Each manhole shall be a one.,piece unit manufactured to meet or exceed all specifications of ASTM 0-3753, latest edition, as manufactured by L.F. Manufacturing, Inc., Giddings, Texas, or approved equal. All manholes shall be "heavywall", ~ inch minimum wall thickness. B. GENERAL: 10/23108 1. Resin: The resins used shall be a commercial grade unsaturated polyester resin or other suitable polyester or vinyl ester resin. 2. Reinforcing Materials: The reinforcing materials shall be commercial Grade "E" type glass in the form of continuous roving , and chop roving, having a coupling agent that will provide a suitable bond between the glass reinforcement and the resin . 3 . 4. Interior Surfacing Material: The inner surface exposed to the chemical environment shall be a resin-rich layer of 0.010 to 0.020 in. thick. The inner surface layer exposed to the corrosive environment shall be followed with a minimum of two passes of chopped roving of minimum length 0.5 in. (13mm) to maximum length of 2.0 in. (50.8 mm) and shall be applied uniformly to an equivalent weight of 3 oz/ft. Each pass of chopped roving shall be well-rolled prior to the application of additional reinforcement. The combined thickness of the inner surface and interior layer shall not be less than 0.10 in . (2.5 mm) Wall Construction Procedure: After inner layer has been applied the manhole wall shall be constructed with chop and continuous strand filament wound manufacturing process which insures continuous reinforcement and uniform strength and composition. The cone section, if produced separately, shall be affixed to the barrel section at the factory with resin-glass reinforced joint resulting in a one piece unit. Seams shall be fiberglassed on the inside and the outside using the same glass-resin jointing procedure . Field joints shall not be acceptable by anyone except the manufacturer. ASC-46 PART DA -ADDITIONAL SPECIAL CONDITIONS 5. Exterior Surface: For a UV inhibitor the resin on the exterior surface of the manhole shall have gray pigment added for a minimum thickness 0.125 in. 6. Stubouts and Connections: Stubouts shall be installed at locations shown on the drawings. Installation of SOR 35 PVC sewer pipe shall be performed by sanding, priming, and using resin fiber-reinforced hand layup . The resin and fiberglass shall be same type and grade as used in the fabrication of the fiberglass manhole. Kor- N-Seal boots for each pipe connection shall be installed by manhole manufacturer using fiberglass reinforced pipe stubout for Kor-N-Seal boot sealing surface. 7. Manhole Bottom: Manholes shall ha v e resin fiber-reinforced bottoms . Bottom shall have a minimum of three 1 ~ in. deep x 3~ in . wide stiffening ribs completely enclosed with resin fiber-reinforcement and have a minimum 3 in . anti-flotation ring as shown on the drawings. Manhole bottom shall be a minimum of 5/16 in. thick. 8. Fillers and Additives: Fillers, when used , shall be inert to the environment and manhole construction. Sand shall not be accepted as an approved filler. Additives, such as thixotropic agents, catalysts, promoters, etc., may be added as required by the specific manufacturing process to be used to meet the requirements of this standard. The resulting reinforced-plastic material shall meet the requirements of this specification. C. MANUFACTURE: Manhole cylinders, manway reducers, and connectors shall be produced from glass fiber- reinforced polyester resin using a combination of chop and continuous filament wound process. 1. Interior Access : All manholes shall be designed so that a ladder or step system can be supported by the installed manhole. Manhole steps will not be required, however. 2. Manway Reducer: Manway reduces will be concentric with respect to the larger portion of the manhole diameters through 60 inches. 3. Cover and Ring Support: The manhole shall provide an area from which a grade rings can be installed to accept a typical metal ring and cover and have the strength to support an H-20 traffic load without damage to the manhole . D. REQUIREMENTS: 1. 2. 10/23/08 Exterior Surface: The exterior surface shall be smooth with no sharp projections . Hand-work finish will be acceptable as long as enough resin is present to eliminate fiber show. The exterior surface shall be free of blisters larger than 0.5-inch diameter, delamination or fiber show. Interior Surface: The interior surface shall be resin rich with no exposed fibers. The surface shall be free of crazing, delamination, blisters larger than 0.5-inch diameter and wrinkles of 0.125-inch or greater in depth . Surface pits shall be ASC-47 PART DA -ADDITIONAL SPECIAL CONDITIONS permitted if they are less than 0.75 inches in diameter and less than 0.0625-inch deep . Vo ids that cannot be broken with finger pressure and that are entirely below the resin surface shall be permitted if they are less than 0.5-inch diameter and less than 0 .0625-inch thick. 3. Repa irs : All manhole repairs by the manufacturer shall result in a product which meets all requirements of th is specification . Field repair of manholes will not be allowed. 4 . Diameter Tolerance: Tolerance of inside diameter shall be +/-1% of required manhole diameter. 5. Load Rating : The complete manhole shall have a minimum dynamic-load rating of 16,000 lbf. when tested in accordance with ASTM D-3753 8.4 (note 1 ). To establish this rating the complete manhole shall not leak, crack, or suffer other damage when load tested to 40,000 lbf. and shall not deflect vertically downward more than 0.25-inc at the point of the load application when loaded to 24 ,000 lb . 6. Stiffness : The manhole cylinder shall have the minimum pipe-stiffness values shown in table below when tested in accordance with ASTM D-3753 8.5 (note 1 ). HEIGHT-FT. 3-6.5 7 -12.5 F/AY -PSI 0.75 1.26 7 . Soundness: In order to determine soundness, apply an air or water pressure test to the manhole test sample . Test pressure shall not be less than 3 psig or greater than 5 psig. While holding at the established pressure , inspect the entire manhole for leaks. Any leakage through the laminate is cause for failure of the test. Refer to ASTM D-3753 8.6. 8 . Chemical Resistance : The fiberglass manhole and all related components shall be fabricated from corrosion proof material suitable for atmospheres containing hydrogen sulphite and dilute sulfuric acid as well as other gasses associated with the wastewater collection system . E. PHYSICAL PROPERTIES: 1. Tensile Strength (psi) 2. Tensile Modules (psi) 3. Flexural Strength (psi) 4. Flexural Modules (psi) 5. Compressive (psi) Hoop Direction 18,000 0.6 X 106 26,000 1.4 X 106 18,000 Axial Direction 5,000 0.7 X 106 4 ,500 0 .7 X 106 10,000 F. QUALITY CONTROL: 10123/08 Each completed manhole shall be examined for dimensional requirements , hardness, and workmanship. All required ASTM D-3753 testing shall be completed and records of all ASC-48 PART DA -ADDITIONAL SPECIAL CONDITIONS testing shall be kept and copies of test records shall be presented to customer upon formal written request within a reasonable time period. G . As a basis of acceptance the manufacturer shall provide an independent certification which consist of a copy of the manufacturer's test report and accompanied by a copy of the test results that the manhole has been sampled, tested, and inspected in accordance with the provisions of this specification and meets all requirements. H. SHIPPING AND HANDLING : The fiberglass manholes shall not be dropped or struck. They may be lifted by inserting a 4" x 4" x 30" timber into the top of manhole with cable attached or by a sling or "choker" connection around center of manhole, lift as required . Use of chains or cables in contact with the manhole surface is prohibited . I. CONCRETE: 1. Fiberglass Bottom: Class F Concrete shall be used to form bench area and invert. Class E Concrete shall be used on top of anti-flotation ring and around the reduce section as required for buoyancy and as shown on the drawings. 2 . Concrete Bottom: Lower manhole into wet concrete until it rests at the proper elevation , with a minimum of 4 inches of fiberglass manhole inserted into the wet concrete below flow line, then move manhole to plumb . The concrete shall extend a minimum of one foot from the outside wall of the manhole and a minimum of 6 inches above incoming lines. On the inside concrete shall form the bench and invert area and rise a minimum of 4 inches above incoming lines. Concrete collars shall be constructed around reducer section at locations shown on the drawings . J. BACKFILL: 1. Backfill Material: Unless shown otherwise on drawings and approved by the Engineer, sand, crushed stone, or pea gravel shall be used for backfill around the manhole for a minimum distance of one foot from the outside surface and extending from the bottom of the excavation to the top of the reducer section. Suitable material chosen from the excavation may be used for the remainder of the backfill. The material chosen shall be free of large lumps or clods, which will not readily break down under compaction. This material will be subject to approval by Engineer. 2'. Backfill shall be placed in layers of not more than 12 loose measure inches and mechanically tamped to 95% Standard Proctor Density, unless otherwise approved by Engineer. Flooding will not be permitted . Backfill shall be placed in such a manner as to prevent any wedging action against the fiberglass manhole structure. K. MARKING AND IDENTIFICATION: Each manhole shall be marked on the inside and outside with the following information: 1. Manufacturer's name or trademark 10123/08 ASC-49 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Manufacturer's factory location 3. Manufacturer's serial number 4. Total height 5. Complies with ASTM D-3753 L. MEASUREMENT AND PAYMENT: 1. The price bid for new/ replacement manhole installations shall include all labor, equipment and materials necessary for construction of the manhole including but not limited to joint sealing, lift hole sealing and exterior surface coating, concrete base, concrete invert, connections to sewer pipes, castings, backfill, unpaved surface restoration, and all appurtenant work . Payment shall not include pavement replacement, which if required, shall be paid separately. 2. Payment for concrete collars and watertight manhole inserts, if required, will be made separately, based on the appropriate bid items. DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure . It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Fort Worth Water Dept. ATMOS Gas TXU Electric SWBT Charter Communications Fort Worth Transportation and Public Works For other facilities Telephone Number 817-392-8296 1-866-332-8667 1-800-242-9113 1-800-395-0440 817-246-5538 817-392-6594 1-800-DIG-TESS Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. 1012310a ASC-50 PART DA -ADDITIONAL SPECIAL CONDITIONS Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construct ion Engineer. The contractor shall be responsible for all materials , equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications , Item No. 104 "Removing Old Concrete", Item No . 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications . Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price , will be the required sawcut excavation, as per specification Item No . 106 "Unclassified Street Excavation ", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C. "Type D" mix as per specification No. 300 "Asphalts, Oils and Emulsions ", Item No . 304 "Prime Coat" and Item No . 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities and top soil as per specification item No . 116 "Top Soil ", if needed, shall be added and leveled to grade behind the curb . Existing improvements within the parkway such as water meters, sprinkler system , etc . damaged during construction shall be replaced with same or better at no cost to the City . Backfill for curb and gutter shall be completed within fourteen ( 14) calendar days from the day of demolition to date of completion. If the contractor fails to complete the work within fourteen (14) calendar days , a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No . 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No . S-S5 of the Standard Specifications . The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies , and incidentals necessary to complete the work. DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE The contractor shall remove all existing deformed H.M.A.C . pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar 10/23108 ASC-51 PART DA-ADDITIONAL SPECIAL CONDITIONS means, out of the existing pavement in square or rectangular fashion . The side faces shall be cut vertically and all failed and loose material excavated . As a part of the excavation process , all unsatisfactory base material shall be removed , if required , to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with "Type D" surface mix. This item will always be used even if no base improvements are required . The proposed H.M .A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H .M.A.C. pavement thickness will not exceed 6". Before the patch layers are applied , any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process . All applicable provisions of Standard Specification Item Nos . 300 "Asphalts, Oils, and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones . For specifications governing this item see Item No. 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials , labor, equipment and incidentals necessary to complete the work. DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE A . Description 10/23/08 This item shall consist of milling the existing pavement from the lip of gutter at a depth of 2" and transitioning to match the existing pavement (O" cut) at a minimum width of 5'. The existing pavement to be milled will either be asphalt, concrete, or brick pavement. The removal and disposal of the milled materials shall be as directed by the Engineer. The milled surface shall provide a smooth surface free from gouges, ridges , oil film, and other imperfections of workmanship and shall have a uniform textured appearance . In all situations where the existing H.M.A.C . surface contacts the curb face the wedge milling shall include the removal of the existing asphalt covering the gutter up to and along the face of curb. ASC-52 PART DA -ADDITIONAL SPECIAL CONDITIONS The wedge milling operations for this project will be performed in a continuous manner along both sides of the street. Details of milling locations are at the back of this document. Contractor is required to begin the overlay, within five (5) calendar days from the date of the wedge milling completion of any one street. Should the contractor fail to meet this condition, the wedge milling will be shut down, and liquidated damage of $500.00 per day per street will be assessed until all wedge milled streets are overlayed . The overlay, once begun on a street shall continue uninterrupted until complete. The Contractor shall haul-off the removed material to a suitable dump site. B. Equipment The equipment for removing the pavement surface shall be a power operated milling machine or other equal or better mechanical means capable of removing, in either one pass or two passes , the necessary pavement thickness in a five-foot minimum width. The equipment shall be self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. The machine shall be equipped with an integral loading and reclaiming means to immed iately remove material being cut from the surface of the roadway and discharge the cuttings into a truck , all in one operation . Adequate back-up equipment (mechanical street sweepers, loaders , water truck, etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface daily. Stockpiling of planed material will not be permitted on the project site unless designated by the Engineer. The machine shall be equipped with means to control dust created by the cutting action and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion thereby making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area . The speed of the machine shall be variable in order to leave the desired grid pattern specified under Surface Texture . The unit price bid per linear feet shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work . DA-29 BUTT JOINTS -MILLED A. Description: This item requires the contractor to mill "butt joints" into the existing surface, in association with the wedge milling operation to the depth and at locations as described below. The butt joint will provide a full width transition section, whereby the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activities, performance standards and equipment needed for the butt joints milling operations shall be governed by the special provisions of Pay Item No. 9 -Wedge Milling . The configuration of the butt joints is described in more detail below. General details of butt joint locations -along with wedge milling in general -are shown in plan form at the back of this document. B. Construction Details 1012310a ASC-53 PART DA-ADDITIONAL SPECIAL CONDITIONS Prior to the milling of the butt joints, the Contractor shall consult with the Construct ion Engineer for proper location of these joints and verify that the selected limits of the projects' street are correct. The general locations for butt joints are at all beginning and ending po ints of streets listed in the project and as more graphically detailed at the back of this specification book. The joints are also required on both sides of all railroad tracks and concrete valley gutters , bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface . Each butt joint shall be 20 feet long and milled out across the full width of the street section to a tapered depth of 2". This milled area shall be tapered within the 20 feet to a depth from O" to 2" at a line adjacent to the beginning and ending po ints or intermediate transverse items. This butt joint -when overlayed -will consist of a asphalt section that will transition the new overlay to match the existing pavement elevation . The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump . C. Measurement and Payment Butt joints as prescribed above , will be measured by the unit of each butt joint milled. The d isposal of excess materia l involved will not be measured for payment. Each butt joint-milled, measured as above, complete-in place-in accordance with these specifications, will be paid for at the unit price shown in the proposal for "Butt Joints". The unit price bid per each shall be full compensation for all milling , including material haul-off, tools, labor, equipment and incidentals necessary to complete the required work. DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications, Item Nos . 312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts , O ils and Emulsions ", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for th is portion of the project. Standard Specification 312.5 (1) shall be revised as follows : The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H.M.A.C . complete and in place , shall be full compensation for all labor, materials , equipment, tools , and incidentals necessary to complete the work. DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER -omitted DA-32 NEW 7" CONCRETE VALLEY GUTTER-omitted 10/23/08 ASC-54 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-33 NEW 4" STANDARD WHEELCHAIR RAMP The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The removal of existing substandard wheelchair ramps and sidewalk as required for the installation of new wheelchair ramps shall be subsidiary to this pay item. The removal and replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in Pay Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR-1 ). The pay limit will extend from 9" outside the lip of gutter to 15" back from the face of curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk. All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified . All concrete flared surfaces shall be colored with LITHOCHROME color hardener as manufactured by L.M . Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufactures instructions . Concrete stain may be applied after concrete is poured (Product sold by BAER). "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification . The sample , upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. DA-34 8" PAVEMENT PULVERIZATION -omitted DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) The following specifications are for the furnishing and placing of reinforced concrete pavement or base as shown on detail and as directed by the Engineer. A. GENERAL: Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except for finishing and curing. B. FINISHING: 10/23108 ASC-55 PART DA -ADDITIONAL SPECIAL CONDITIONS The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The surface shall be flush with the adjacent pavement and shall have a finish similar to the surrounding pavement. The surface shall be even and shall provide a smooth ride. C. CURING: The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing compound conforming to the requirements of ASTM C-309 , Type 2, white-pigmented compound, which shall not produce permanent discoloration of the concrete . Concrete shall be allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades. D. EXECUTION: Included in this item will be the removal of the existing reinforced concrete pavement. The existing pavement shall be sawed so as to maintain an even, straight pavement cut. The existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before lapping. The following work method will be performed on each utility cut: 1. Place safety signs, barricades and/or other warning devices where necessary and as required. 2 . Replace pavement to nearest joint. 3. Mark out the damaged area with keel, chalk line or paint being sure to include all areas requiring repair. 4 . Saw cut along marked lines a minimum of two (2) inches deep. 5. Remove existing concrete. 6. Form joints and place reinforcing steel and Dowel Bars (as required) according to standard specifications . 7. Place and finish concrete. 8. Clean up job site, removing all debris. 9 . Maintain traffic control devices to protect the area until the concrete has cured seven days or concrete reaches 3000 psi compressive strength. E. PAYMENT: Payment shall be made at the unit price per linear foot as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment tools and incidentals necessary to complete the work. DA-36 RAISED PAVEMENT MARKERS 10/23/08 ASC-56 PART DA -ADDITIONAL SPECIAL CONDITIONS All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply. The Contractor shall install standard roadway markers according to city specifications as shown on plan sheet or as directed by the Engineer. Please refer to "Roadway Markers Specifications". DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL: 10/23108 Where known by the design engineer, the locations of potentially petroleum contaminated material (soil) that may be encountered during excavation and/or construction activities will be shown on the plans . For all locations where material is excavated and suspected of being contaminated with petroleum products, whether known or not, these special conditions are to be followed . The contractor is also to follow all applicable Federal. State and Local regulations when handling known or suspect contam inated materials (soils). 1. WORK INCLUDED a. Excavation, stockpil ing and testing of Potentially Petroleum Contam inated Material. b. Removal , testing , and disposal of petroleum contaminated groundwater. c. Obtaining and paying for required permits. d. Hiring of qualified environmental professional consultant(s). Contractor will be required to subm it the environmental consultant's experience and qualifications to the City prior to beginning work in areas of Potentially Petroleum Contaminated Material. e . Hiring of qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fort Worth testing laboratory. The City of Fort Worth 's Department of Environmental Management for coordination of laboratory testing. 2 . REFERENCES a . All applicable OSHA regulatory requirements . b. All applicable Environmental Protection Agency (EPA) regulatory requirements. c. All applicable State of Texas regulatory requirements. d. All applicable City of Fort Worth (City) regulatory requirements. e . All applicable NIOSH standards. f. All applicable TNRCC requirements. 3 . SUB MITT ALS a. The contractor shall prepare and submit to the City's Department of Environmental Management, Senior Specialist in Compliance, plans for handling Potentially ASC-57 PART DA -ADDITIONAL SPECIAL CONDITIONS Petroleum Contaminated Material (PPCM) not less than 30 days prior to commencing excavation . b. The Contractor shall take necessary precautions while performing this project. Contractor shall not commence PPCM work (1) Contractor's submittal for dealing with PPCM is reviewed by the City and (2) the plans (i.e., drawing and description) for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the City (3) and acceptable stockpile area is identified by the Contractor. c. Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City . The PPCM Handling Plan shall include the detailed sequence of construction including proposed excavation and handling methods , proposed carriers for contaminated materials, waste disposal site, and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC). d . Contractor shall submit actual limits of PPCM excavation , as prepared by his qualified environmental consultant(s) and testing lab . e . Contractor shall submit for review the proposed carrier pipe material to be used with the actual limits of PPCM excavation , including pipe gasket and carrier pipe coating or liner. B. PRODUCTS: 1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation , including pipe gaskets , shall be resistant to petroleum hydrocarbon deterioration . C . EXECUTION : 10/23108 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Areas suspected of having petroleum contaminated material (soils) are shown in on the engineering drawings . b. In areas other than those noted on the plans and where potentially petroleum contaminated materials are either detected or suspected, the City of Fort Worth and the Engineer should be notified immediately and the work should proceed in accordance with this section. 2 . SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Care should be taken during all excavation and dewatering activities to identify areas potentially contaminated by petroleum. b. When a petroleum odor is encountered during excavation or when there is visual evidence of potentially petroleum contaminated soil , the Contractor shall notify the Eng ineer without delay. ASC-58 10123/08 PART DA-ADDITIONAL SPECIAL CONDITIONS c. The Contractor shall have retained the services of an environmental consultant who shall be present at the site to screen suspect soil with a photo-ionization detector (PIO) or a flame ionization detector (FID). A reading of 20 ppm above ambient conditions or greater on PIO or FID tested soil sample will be considered potentially petroleum contaminated. The soul sample should be a recent sample from the excavation face . The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid. The City of Fort Worth Department of Environmental Management will be notified prior to all sample collection and submittal to the current testing laboratory identified by the City. The PIO or FID tests should be performed in a confined location. Soils producing a reading of less than 20 ppm above ambient will not be considered potentially petroleum contaminated . The PIO or FID shall be calibrated according to manufactures instructions. d. Water encountered during excavation or dewatering shall be considered to be potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil that appears visually to be contaminated by hydrocarbons or at any time the Contractor has . reason to believe that hydrocarbon contamination may have occurred. The Contractor shall immediately notify the City and the TNRCC whenever contaminated water is encountered. a. The Contractor shall contact the City whenever contamination from any source is suspected . 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS) a. Contractor shall coordinate with the City to determine a suitable location for the stockpiling of contaminated soil. The following procedure shall be followed in preparing the chosen site: 1. Provide a diked enclosure large enough to hold all material and prevent runoff. 2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 3. At the end of each work day, Contractor shall completely cover stockpile with 20 mil plastic . During the day, the Contractor shall keep the stockpile covered, as necessary, to prevent release of contaminated materials due to rain or wind . 4 . Sampling and evaluation of materials will be performed at the Contractor's expense. (The City of Fort Worth will provide laboratory services) b. PPCS shall be handled, tested, observing all standard chain-of-custody procedures and sampling preservation and analyses shall conform to published and recognized standards. c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. d. Contaminated soil identified by test results will be disposed of according to DA-36, Loading, Transportation, and Disposal of Contaminated Soil. ASC-59 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as backfill material, if the soils also meet the Type C or B backfill classifications. 4. HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW) a . Water pumped from the excavation or from dewatering activities that has an oily sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially petroleum contaminated. b. PPCW shall be handled, tested, and discharged in accordance with the TNRCC's appropriate state regulation . PPCW shall be tested no later than 15 days prior to extraction. PPCW shall, if necessary, be treated in an appropriately sized oil/water separator, air stripper or GAC canisters . Contractor shall have his testing laboratory determine that the oil/water separator treated discharge is within the limits established by the TNRCC 's regulations before being allowed to discharge (discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test reports to the City. c. Alternatively, the Contractor may dispose of contaminated water, after appropriate pretreatment, into the sanitary sewer collection system. It shall be the responsibility of the Contractor to obtain the necessary permit(s) and to perform all testing required by the City of Fort Worth Pretreatment Services Division . d . All treated water shall be discharged into a Contractor supplied Frac Tank, sampled , and analyzed before discharge into the sewer system . e. The product that is recovered shall be disposed of in accordance with all applicable regulations. Any phase separate product recovered from the oil/water separator and air stripper shall be transported in accordance with Department of Transportation rules and regulations for flammable products . When transporting product for disposal, transportation shall also be performed by a licensed carrier . The Contractor is responsible for proper manifesting of the material from the site to the waste disposal facility. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. 5. HANDLING VAPOR CONCENTRATIONS a. In order to maintain safe working conditions , the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL). During construction , measures should be taken to maintain LEL levels below 20 percent in all working areas. b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a LEU02 meter should continuously operate in the working area. The CGI should be properly calibrated and should have an alarm that sounds if 20 percent LEL is reached . Monitoring data from the GCI should be recorded periodically to determine if ventilation or other methods are effective . In the event local health and safety agencies require more stringent monitoring, the local regulations must be implemented. ASC-60 PART DA -ADDITIONAL SPECIAL CONDITIONS D. MEASUREMENT AND PAYMENT: Payment for handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for any permits required, hiring the services of a qualified professional environmental consultant(s), environmental issues, stockpiling and all issues included and incidental to this section will be full compensation for all labor, equipment, materials, and supervision. Measurement and Payment for this section will be per linear foot of trench excavated where the excavated material is handled as a contaminated material. No separate payment will be made for handling of contaminated water, vapor concentrations, sampling, stockpiling , etc. DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL A. GENERAL: This item has been established for the loading, transportation and disposal of contaminated soils in a State of Texas approved disposal site (landfill) to handle special wastes (petroleum contaminated soils). A bid item has been established in the proposal for the proper loading , transportation and disposal of the material to a designated site and the quantity established is the engineers best estimate of the quantity that may be removed. This quantity may vary depending upon actual conditions and testing results. The unit price bid will not be increased regardless of the actual amount of material disposed and may be decreased if a larger volume of material, than that listed in the bid proposal, results in a unit cost reduction for disposal. B. WASTE MANIFESTS: Any and all non-hazardous liquid and petroleum substance waste removed from the site of generation and transported for treatment and/or disposal must be accompanied by a waste shipment record/manifest detailing required generator, transported, destination and waste description information. These results may not be uniform throughout the entire site. For all petroleum substance waste, the waste shipment record utilized shall be the TNRCC PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall be responsible for obtaining, originating and maintaining manifests in accordance with federal and state laws. The Contractor shall sign the manifests forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount of waste removed from the site and received by the treatmenUdisposal facility . The Contractor shall immediately resolve any manifest discrepancies . Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. C. MEASUREMENT AND PAYMENT: 10/23/08 Payment for this item shall be made per in place cubic yard of contaminated soils that are loaded, transported and disposed of in an approved special disposal site. No separate payment will be made for loading, transportation and disposal of contaminated ground waters collected; these costs considered subsidiary to DA-37, POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be ASC-61 PART DA -ADDITIONAL SPECIAL CONDITIONS included in the Contractor's bid submittal and approved by the City of Fort Worth Department of Environmental Management prior to contract award . Contractor shall be responsible for all landfill costs , including, but not limited to landfill fees , transportation costs and landfill operator requested analytical testing and waste characterization. DA-39 ROCK RIPRAP -GROUT-FILTER FABRIC A . GENERAL : 1. General Conditions, Supplemental Conditions , applicable requirements of Division 1 - General Requirements and the North Central Texas Council of Governments (NCTCOG) Standard Specifications , are hereby made a part of this section . 2 . This item shall govern for the installation of rock riprap of the various sizes shown on the plans . B. DESIGN CRITERIA: 1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the channel bottom is not stable , the design shall incorporate other requirements needed to stabilize the revetment toe. 2. The channel side slope shall be as shown on the drawings. 3 . Engineering filter fabric material shall be placed underneath the riprap . 4. Riprap shall extend up the bank to an elevation where vegetation will provide adequate protection . See cross sections . C . PRODUCT: 10/23/08 1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to insure permanence in the structure . It shall be free from cracks, seams and other defects that would tend to increase deterioration . Rock shall be reasonably well graded between the follow ing prescribed limits: 24" Riprap 18" Riprap Sieve Size (Square Mesh} 24inch 18 inch 12inch 6inch Sieve Size (Square Mesh} 18inch 12 inch 6inch 3inch ASC-62 Percent Passing 100 80-90 45-55 0-20 Percent Passing 100 60-85 15-45 0-15 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid cubic foot (min.) calculated from the bulk specific gravity (saturated surface dry). 3. FILTER FABRIC BLANKET: Approved Manufacturer: • Supac -Heavy Grade 8NP (UV) • Trevira 011/280 • Amoco 4553 • or Equal Heavy Grade 4. RIPRAP GROUTING a . FINE AGGREGATE : Fine aggregate for grouting mix shall consist of natural sand, manufactured sand, or a combination of natural and manufactured sands . The grading and uniformity of the fine aggregate shall conform to the following requirements as delivered to the mixers: Sieve Designation, U.S. Standard Square Mesh 3/8 in . (9 .5 mm) No. 4 (4.75 mm) No. 8 (2.36 mm) No. 16 (1.18 mm) No. 30 (600 um) No. 50 (300 um) No. 100 (150 um) Permissible Limits Percent by Weight, Passing 100 95 -100 80-95 55-75 30-60 12-30 2-10 D. EXECUTION : 10/23108 1. CONSTRUCTION: a. The channel side slope and the toe excavation shall be prepared to the required lines and grades. b. Filter fabric and riprap shall be placed in succession to the required thicknesses and elevations. Riprap shall be hand placed around structures to prevent damage to the structures. 2 . INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be placed in the manner and at the locations shown on the drawings. At the time of installation, the geotextile shall be rejected if it has defects, rips, holes, flaws, deterioration or damage incurred during manufacture, transportation or storage. The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions, depressions, debris, and soft or low density pockets of material. Erosion features such as rills, gullies, etc. must be graded out of the surface before geotextile placement. The geotextile shall be placed with the long dimension perpendicular to the centerline of the channel and laid smooth and free of tension, stress, folds, wrinkles, or creases. The strips shall be placed to provide a minimum width of 24-inches of overlap for each joint. Temporary pinning of the textile to help hold it in place until the rock riprap is placed. The temporary pins shall be removed as ASC-63 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS the riprap is placed to relieve high tensile stress which may occur during placement of material on the geotextile. The specified placement procedure requires that the length of the geotextile be greater than the actual slope length. The Contractor shall adjust the actual length of the geotextile used based on initial installation experience . The geotextile shall be protected at all times during construction from contamination by surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile. Any geotextile damaged during its installation or during placement of riprap shall be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that the covering of the geotextile with a layer of the specified material is accomplished within seven (7) calendar days after placement of the geotextile. Failure to comply shall require replacement of geotextile . The geotextile shall be protected from damage prior to and during the placement of rock riprap . Before placement of gabion units, the Contractor shall demonstrate that the placement technique will prevent damage to the geotextile. In no case shall any type of equipment be allowed on the unprotected geotextile . 3. RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in such a manner as to produce a reasonably well graded mass of rock with the minimum practicable percentage of voids and shall be constructed within the specified tolerance to the lines and grades shown on the drawings . Then intent of these specifications is to require placement of riprap to the thickness shown and to allow isolated stones to extend as much as six inches above grade. Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid displacing the fabric . The larger stones shall be well distributed and the entire mass of stones in their final position shall conform to the gradation specified hereinbefore . The finished riprap shall be free from objectionable pockets of small stones and clusters of larger stones . The desired distribution of the various sizes of stones throughout the mass shall be obtained by selective loading of the material at the quarry or other source , by controlled dumping of successive loads during final placing , or by other methods of placement which will produce the specified results . Rearranging of individual stones , by mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably well graded distribution of stone specified above . The Contractor shall maintain the riprap protection until accepted . Any material displaced by any cause shall be replaced at his erosion to the lines and grades shown on the Drawings . 4 . GROUT PLACEMENT : Grout shall be composed of cement, water and air-entraining admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of sand , sufficient water to produce a workable mixture, and that amount of admixture which will entrain sufficient air to produce durable grout, as determined by the ENGINEER. Sand for grouting shall conform to the requirements of paragraph : FINE AGGREGATE . The grout shall be mixed in a concrete mixer in the manner specified for concrete except that the time of mixing shall be increased to that necessary to produce a mixture having a consistency such as to permit gravity flow into the interstices of the riprap with the help of limited spading and brooming. The grout shall be used in the work wi thin a period of one (1) hour after mixing . Retempering of ground will not be permitted . Riprap shall not be grouted when the ambient temperature is below 35 degree F. or above 95 degrees F. unless approved by the ENGINEER in writing ; nor when the grout, without special protection, is likely to be subjected to freezing temperatures before final set has occurred . Prior to grouting, all surfaces of riprap shall be wetted . The riprap shall be grouted in successive longitudinal strips, approximately ASC-64 PART DA-ADDITIONAL SPECIAL CONDITIONS 1 O feet in width , commencing at the lowest strip and working up the slope. Grout shall be brought to the place of final deposit by approved means, and in no case will grout be permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately after dumping the batch of grout, it shall be distributed over the surface of the strip by the use of brooms and the grout worked into place between stones with suitable spades , trowels, or vibrating equipment. As a final operation , the grout shall be removed from the top surfaces of the upper stones and from pockets and depressions in the surface of the stone protection . After completion of any strip as specified, no workman or any load shall be permitted on the grouted surface for a period of at least 24 hours. The grouted surface shall be protected from rain, flowing water, and mechanical injury. The surface of all grouted riprap shall be cured by keeping the surface continuously wet for a period of not less than 7 days . E. MEASUREMENT AND PAYMENT 1. FILTER FABRIC: Filter fabric will be measured by the square yard for material used including that required at toes and thickened edges of riprap. Payment for filter fabric will be made at the contract unit price per square yard which includes all plant, labor, material, and all installation costs in-place, complete. 2. STONE RIPRAP: Stone (rock) riprap will be measured by the cubic yard using actual plan dimensions . Payment for riprap will be made at the contract unit price per cubic yard which includes all plant, labor, material, and installation costs in-place , complete. 3. GROUT: Grout for rock riprap will be measured by the square yard using actual plan dimensions. Payment for grout will be made at the contract unit price per square yard which includes all plant, labor, material, and installation costs in-place, complete . DA-40 CONCRETE RIPRAP -omitted DA-41 CONCRETE CYLINDER PIPE AND FITTINGS -omitted DA-42 CONCRETE PIPE FITTINGS AND SPECIALS -omitted DA-43 UNCLASSIFIED STREET EXCAVATION Th is item will be used if additional excavation is needed that is not covered by "8" PAVEMENT PULVERIZATION ". Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade and City standard specifications for street reconstruction. All applicable provisions of Item No. 106 "Unclassified Street Excavation" shall apply, work shall be paid per cub ic yard. DA-44 6" PERFORATED PIPE SUBDRAIN -omitted DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing 10/23108 ASC-65 PART DA-ADDITIONAL SPECIAL CONDITIONS this item see Item No . 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways ". The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies , and incidentals necessary to complete the removal and replacement work . DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION In order to facilitate timely reconstruction of the affected roadway surfaces (subsequent to water/sewer installation) under the City's roadway maintenance program, it is recommended that the proposed water and/or sanitary sewer improvements be conducted on the project streets based upon the following sequence : 1. "A" Street 2. "B" Street 3. "C" Street 4 . "D" Street 5. "E" Street After the work start date has been established , the selected contractor shall be required to submit the beginning and ending dates for all work (including pavement repair) on each of the project streets . Please be advised that the contractor has the option of submitting a different sequence of construction than stated above . The contractor shall not be allowed to begin work (but time charges will begin on the project) until the preferred sequence of construction and the start and end work dates for each street have been submitted to the City. DA-47 PAVEMENT REPAIR IN PARKING AREA The unit price bid under appropriate BID ITEM(S) of the Proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc ., to existing pavement. All requ ired paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench , a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with crushed limestone base material , compacted and level with the finished adjacent surface . This finished grade shall be maintained in a serviceable condition until the paving has been replaced. DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts . No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained . The Contractor's attention is directed to the easement description and permit requirements , as contained herein, along with any special conditions that may have been imposed on these easements and permits. Where the pipeline crosses privately owned property , the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the 10/23/08 ASC-66 PART DA -ADDITIONAL SPECIAL CONDITIONS property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA-49 HIGHWAY REQUIREMENTS -omitted DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM . DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION -omitted DA-53 OPEN FIRE LINE INSTALLATIONS All open fire line installations will be per attached Figure 32 unless otherwise directed by the Engineer. The appropriate size detector check meter, 3/4-inch meter and class 'B' meter box will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up the items at the Field Operations Warehouse. Payment for all work, materials, and all necessary appurtenances from the City side flange coupling adapter to the customer side gate valve and box; including incidental 5 linear feet of pipe, which are required to provide a complete and functional open fire line installation shall be included in the price bid for each. Payment for the City side gate valve or tap valve depending on which is required will be paid for under the appropriate bid item(s). DA-54 WATER SAMPLE STATION -omitted DA-55 CURB ON CONCRETE PAVEMENT 10/23108 ASC-67 PART DA-ADDITIONAL SPECIAL CONDITIONS Standard Specification Item 502 shall apply except as herein modified . INTEGRAL CURB : Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab . SUPERIMPOSED CURB : Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight (28) days . The quantity of mixing water shall not exceed seven (7) U.S . gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required . PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502 . · DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings , layouts , manufacturer's data and material schedules as may be required by the Engineer for his review . Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require . Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents . Indicated act ions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below , and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data . Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept , and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use . If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed , the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site , fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work . The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal , which signifies compliance with plans and specifications and dimensions suitable for the application . Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 2 . Shop drawings shall be submitted for the following items prior to installation: List the required submittals here Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals -The submittals shall be addressed to the Project Manager: 10/23/08 ASC-68 PART DA-ADDITIONAL SPECIAL CONDITIONS (Project Manager) City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized , immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET SPECIFICATIONS H.M.AC. OVERLAY All work involving paving and/or drainage shall conform to the two following published specifications, except as modified herein: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP -omitted DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M.A.C. driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with H.M.A.C . equal to or better than the existing driveway. DA-61 TOP SOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall include raising or lowering an existing meter box to the parkway grade specified No payment will be made for adjusting existing boxes which are within 0.001 feet of specified parkway grade . The unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box. DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4 .3 conflicts with this provision , this provision controls . No claim 10/23/08 ASC-69 PART DA -ADDITIONAL SPECIAL CONDITIONS will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities . In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I be used on an "emergency" basis only. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $200 ,000 (see Options to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed . It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all change orders. DA-64 WORK IN HIGHWAY RIGHT OF WAY -omitted DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-66 OPTION TO RENEW The City has the right to renew this contract for three (3) one year terms/expenditures of $200 ,000 under the same terms , conditions, and unit prices. The City shall give at least sixty (60) days notice prior to the expiration of one year from the date of execution of this contract or of an option period or a like notice at such time as there is less than $20,000 left unexpended . DA-67 NON-EXCLUSIVE CONTRACT This contract is non-exclusive . During the term of this contract or any renewal hereof, the C ity reserves the right to advertise and award another contract for like or similar work. If a second contract is awarded , the City further reserves the right to issue work orders under either contract as it deems in its best interest, without recourse . DA-68 CONCRETE VALLEY GUTTER This item shall include the repair/replacement of existing concrete valley gutters as directed by the Engineer. The proposed valley gutters will be constructed according to the detail included in these documents as well as conforming to Specification Item No. 314 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. The unit price bid for this item shall be full compensation for all materials (including applicable sub-base), labor, equipment and incidentals necessary to complete the work . DA-69 TRAFFIC BUTTONS 10/23/08 ASC-70 PART DA -ADDITIONAL SPECIAL CONDITIONS The Contractor shall supply all materials and labor necessary to install traffic buttons of the same type as were previously installed at locations designated by the Engineer. The buttons to be supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a Type Ill Epoxy. The unit price bid for this item shall be full compensation for all materials , labor, equipment and incidentals necessary to complete the work . DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced to match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work . DA-71 H.M.A.C . TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing . For type "B " asphalt a maximum of 20% rap may be used. No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities . The required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B " must be done before Type "D" asphalt is applied . Cores to determine thickness of Type "B " asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. 10/23108 ASC-71 PART DA-ADDITIONAL SPECIAL CONDITIONS DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX The relocation and reconnection of sprinkler system control valve and box will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. A minimum of twenty-four (24) hours advance notice shall be given when service interruption will be required . When the relocation is required, separate payment will be allowed for the relocation of sprinkler back-flow preventer or control valve and box. Payment for all work and material such as back-fill, fittings, five (5) feet of PVC Schedule 40 and all material labor , and equipment used by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler back-flow preventer or control valve and box. All other costs will be included in other appropriate bid item(s). DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26 .1. All resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. DA-75 EMERGENCY SITUATION, JOB MOVE-IN The Owner or Engineer shall determine when an emergency situation shall exist. When water emergency work is required, the Contractor shall mobilize to the said location within twenty-four (24) hours after given notification from the Inspector and/or Project Manager. The Contractor shall make all necessary arrangements for bypass pumping, setting up barricades, notifying citizens, etc., while waiting for other utilities to be located as directed by the Engineer. The Contractor shall work continuously until the emergency work order has been completed at a time agreed to by the Project Manager, Inspector, and Contractor. After the emergency work order has been completed, there will be no additional "Job Move-In " charges paid to remobilize back to the previous project location site. DA-76 1 %" & 2" COPPER SERVICES The following is an addendum to E1-17, Copper Water Service Lines and Copper Alloy Couplings: All fittings used for 1 Y2" and 2" water services lines shall be compression fittings of the type produced with an internal "gripper ring" as manufactured by the Ford Meter Box Co., Inc., Mueller Company, or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any other type of cutter will not be allowed. Prior to installing the compression fittings, the copper tubing will be made round by the use of a "rounding tube" specifically made for that purpose. 10/23108 ASC-72 PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for all work and materials associated with 1 Y:z " and 2" copper services shall be included in the price of the appropriate bid item. DA-77 SCOPE OF WORK (UTIL. CUT) The work covered by these Specifications consists of the paving repair over utility cuts which have been backfilled previously by the City Water Department, as indicated by the details and possible adjacent areas damaged by blowout, etc. Included in this work will be the removal of the existing material in order to insure a paving section in conformity with existing pavement or the appropriate detail shown in this document as directed by the engineer and all other miscellaneous items of construction to be performed as outlined in the specifications, which are necessary to satisfactorily complete the work . Total quantities given in the bid proposal may not reflect actual quantities ; however, they are given for the purpose of bidding and awarding the contract. Final payment will be based on actual measured quantities and the unit price bid in this proposal. There will not be a direct payment for saw cutting the existing asphalt or concrete, compacting the existing subgrade or removal of the existing material. These items will be considered as subsidiary to the contract. The contractor will be required to maintain a capping course of hot mix-cold lay asphalt in areas where traffic has whipped out washed rock, until the paving repair can be accomplished. These items will be considered as subsidiary to the contract. The Inspector will pick up the repair tickets by 8 :00 a.m. Monday through Thursday. The repair tickets will be issued to the contractor early the next day. Each repair ticket that is issued shall be completed within twenty-one (21) calendar days. The twenty-one (21) calendar days for completion of the job begins the day after the contractor receives the ticket. See special condition TIME ALLOWED FOR UTILITY CUTS . The Contractor shall identify to the Engineer possible locations for settlement of repaired pavement due to backfill of ditch by others. As directed by the Engineer, the Contractor shall remove and replace existing backfill with washed rock . The Water Department will estimate the necessary size of the pavement repair on each ticket. Upon receipt of each ticket the Engineer shall determine, by measurement, the required size of each repair. All repair sizes shall be approved by the Engineer prior to any repair work. DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT} Contractor covenants and agrees to fully perform or cause to be performed, with good faith and due diligence, and in accordance with standards common to the industry and herein set forth in these Contract Documents which is hereby incorporated and made a part of this contract, pavement repair to be ordered by the City at various times and to be performed at various places by separate repair tickets. The City may designate pavement to be repaired by furnishing to the Contractor a marked drawing, or street addresses contained in a written order or by marking in the filed by paint or other means, or by any or all combinations of said methods of designation . The Contractor agrees that no work will be performed without written authorization from the individual designated in writing by the Director of the Water Department. 10123/08 ASC-73 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-79 CONTRACT TIME (UTIL. CUT) It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City as the need arises. It is further agreed that the term of this contract is five (5) months from the date of execution of contract work order and no orders will be accepted by the Contractor after the contract has expired . At the end of contract the Contractor will have twenty-one (21) additional calendar days to complete work already ordered and fifteen additional calendar days to bill said work for a total of thirty-six days after contract termination to complete and bill work authorized pursuant to this contract. DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) The Contractor shall be required to furnish sufficient personnel and equipment capable of completely finishing an average of fifty (50) utility cut tickets with an aggregate average of 750 S .Y. of permanent pavement repair each week. DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) The Contractor shall assist the Engineer in measuring each pavement repair before any work is started . A repair ticket will be issued for each utility cut after measurement and twenty-one (21) calendar days beginning the day after the ticket is issued will be allowed for final completion of each utility cut. See also SCOPE OF WORK. A calendar day is any day of the week or month, Sundays or legal holidays as defined on Page C1-1 (4) Section C1-1 .24 Calendar Days of Part C General Conditions. DA-82 LIQUIDATED DAMAGES (UTIL. CUT) Failure to complete work on time: The Owner and the Contractor agree that it will be most difficult or impossible to ascertain the amount of damages that will be sustained by the Owner if the Contractor fails to complete the work in the allotted time, but they both agree that the Owner would sustain substantial damages in such event. Acco rdingly, 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 twenty-five dollars ($25 .00) per day per ticket for each repair cut not completed within twenty-one (21) ca lendar days and liquidated damages shall end on day that repairs are completed . Should the amount otherwise due the Contractor be less than the amount of such ascertained and liquidated damages, the Contractor and his surety shall be liable to the City of such delivery. DA-83 PAVING REPAIR EDGES (UTIL. CUT) All paving repair edges shall be undamaged neat lines (by sawing or equal) and shall be parallel or perpendicular to the center line of the street. 10/23/08 ASC-74 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-84 TRENCH BACKFILL (UTIL. CUT) The Water Department shall place the pipe embedment and backfill with washed rock per the following specification. Washed Rock : All washed rock used for embedment or as otherwise directed by the engineer shall be washed gravel or washed crushed stone or washed crushed gravel and shall meet the following gradation and abrasion : Sieve Size 1 3/8" #4" #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles abrasion test: 50% Maximum wear per ASTM. DA-85 CLEAN-UP (UTIL. CUT) Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. Contractor shall remove all excess cold mix, washed rock and debris from the street in the area of the repair. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. Refer also to Page C5-5 (8) Section C5-5.17 Clean-Up of Part C General Conditions . DA-86 PROPERTY ACCESS (UTIL. CUT) Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. DA-87 SUBMISSION OF BIDS (UTIL. CUT) The proposal sections of this special contract document is arranged to allow the Owner to make payment based on size of repair. The Contractor is required to submit a bid on all proposals Unit I, Unit II, Unit Ill and IV. Unit I will generally consist of small patch, less than or equal to 200 square feet. Unit II will generally consist of medium patch, greater than 200 square feet and less than or equal to 1000 square feet. Unit Ill will generally consist of large patch, greater than 1000 square feet. Unit IV will generally consist of items necessary for each size Utility Cut Repair . The total low bidder, Units I, II, Ill and IV is the apparent successful bidder. If Contractor does not bid all four Units of the proposal, the bid will be considered as "non-responsive" and will be rejected by the Water Department. DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) Regardless of the existing pavement type, base repair for Unit I shall be either min. 8" concrete base (see 0-23, 2:27 Concrete Base) or min. 5" reinforced concrete base (see DA-35, Reinforced 10/23/08 ASC-75 PART DA-ADDITIONAL SPECIAL CONDITIONS Concrete Pavement or Base) as directed by the Engineer. Any deviation from standard repair shall be approved by the Water Department. DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT Ill (UTIL. CUT) When concrete base is required for repairs > 200 square feet in area, the base repair shall be either min. 8" concrete base (see D-23, 2:27 concrete base) or as min. 5" reinforced concrete base (see DA-35, Reinforced Concrete Pavement or Base) as directed by the Engineer. Any deviation from standard repair shall be approved by the Water Department. DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) These items will include the furnishing and placing of H.M.A.C. surface course as directed by the Engineer. For Specifications governing Type "D" H.M.A.C. see the 1982 Texas State Department of Highways and Public Transportation, Spec. Item No . 340 "Hot Mix Asphaltic Concrete Pavement". H .M.A.C. is also covered under Spec. Item No . 312 in the Standard Specifications for Construction , City of Fort Worth . Subsidiary to the H.M.A.C. pavement shall be sawing , removal of asphaltic material, gravel and excavation as shown on the details or as directed by the Engineer. The removed surfacing shall be loaded into trucks upon removal and hauled away from the job site as directed by the Engineer. In no case shall the removed surface be stockpiled on the job site . The following work method will be performed on each utility cut: 1. Place safety signs, barricades and/or other warning devices where necessary and as required. 2. The existing asphalt pavement shall be saw cut into a square or rectangular shape and cut side faces vertically. The sawed asphalt pavement shall be a minimum of 1' outside the utility cut area. 3. Apply liquid asphalt tack to vertical faces and bottom of excavated area in a uniform manner. Do not puddle tack coat on bottom of utility cut area. Do not apply tack coat to washed rock. 4. Place H.M.A.C. surface mix in lifts not to exceed three (3) inches. Last or top lift shall not be less than two (2) inches in thickness . 5 . Each lift shall be thoroughly compacted with a plate compactor or portable vibratory roller. Fifteen to twenty passes will be necessary with a vibratory roller and mix temperature above 250 F (121 C) to ensure a good compaction. Top lift when compacted shall be approximately 1/8 inch above surrounding pavement. 6. Apply liquid asphalt around edges of patch along cold joints . 7. Clean up surrounding area. Do not leave excess fill or excavated material on the pavement. 8. Remove safety signs, barricade and/or warning devices after job is complete. 10/23/08 ASC-76 PART DA-ADDITIONAL SPECIAL CONDITIONS Payment shall be made at the unit price per S .Y . as shown on the proposal and shall be full compensation for furnishing all labor, materials , equipment tools and incidentals necessary to complete the work . DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) Contractor will be responsible for adjusting water valve boxes , manholes and vaults to match new pavement grade. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . DA-92 MAINTENANCE BOND (UTIL. CUT) A maintenance bond in the amount of one hundred percent ( 100%) of the contract amount shall be furnished for a period of two years from the date of final acceptance of the work will be required on this project. DA-93 BRICK PAVEMENT (UTIL. CUT) -omitted DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) Upon the direction of the Engineer, the Contractor shall provide a lime stabilized Subgrade or base in conformance with Specification Items 210 and 212 of the City of Fort Worth's Transportation and Public Works Department's Standard Specifications for Street and Storm Drainage Construction. Unless otherwise directed by the Engineer, lime shall be applied at the minimum rate of four pounds (4#) per square yard per inch depth . Payment shall be made by the square yard at the unit price bid for the quantity measured in place and shall include all labor, equipment, material, and incidentals necessary to satisfactorily complete the project. No payment shall be made for the hydrated lime as it shall be considered subsidiary to the bid price for lime stabilization. DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) At the direction of the Engineer, the Contractor shall stabilize the subgrade or base material with Portland Cement in conformance with Specification Item 214, Portland Cement Treatment, in the Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas Transportation and Public Works Department. Unless directed otherwise by the Engineer, Cement shall be applied at a minimum rate of five pounds (5#) per square yard per inch of depth. DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) This pay item shall apply to all storm drain structures such as inlets, manholes, headwalls, or other facilities which, in the opinion of the Engineer require repair. · The Contractor shall remove and replace the tops of existing drainage structures and a portion of the walls of the structure as directed by the Engineer. The vertical reinforcing steel bars in the 10123/08 ASC-77 PART DA -ADDITIONAL SPECIAL CONDITIONS walls shall be cleaned of any concrete or dirt and exposed a minimum of twelve (12) inches . New steel shall be used in the reconstruction of the walls and top. No payment shall be made for manhole frames , lids , steps and other miscellaneous items of construction, as they shall be considered subsidiary to the unit price bid for Repair of Storm Drain Structures . Unless directed otherwise by the Engineer, the existing manhole frames, lids , and other miscellaneous items may be reused . Storm Dra in Structure Repair shall be performed in conformance with specification Item 444 , "Manholes and Inlets", and Drawing No. S-SD1 through S-SD20 of the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction and shall further apply to all storm drainage facilities of a similar design and construction. Payment for Repair of Storm Drain Structures shall be made by the cubic yard of concrete required to reconstruct the structures as well as all steel , etc. in conformance with the appropriate drawings . DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) In high traffic areas where the utility cut repa ir must be returned to service sooner than a normal cure time will allow, the Contractor shall use concrete admixtures as outlined in Item 422, "Concrete Admixtures" or readymade mixes such as "Rapid Set" concrete mix or approved equal. Any and all materials used shall conform to the above mentioned Item 422 . Payment for quick set concrete shall be made at the unit price bid per CY as shown on the proposal and shall be full compensation for furnishing all labor, materials , equipment , tools, and incidentals necessary to complete the work. DA-98 UTILITY ADJUSTMENT (UTIL. CUT) This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to utility cut repairs to water, sanitary sewer, and natural gas service lines and appurtenances including irrigation lines (sprinkler systems), etc. where such lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments . DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) All applicable provisions of Standard Specification Item 504 "Concrete Sidewalks and Driveways" shall apply . 10/23/08 ASC-78 PART DA -ADDITIONAL SPECIAL CONDITIONS The Contractor shall construct standard concrete sidewalk and wheelchair ramps as shown in the details or as directed by the Engineer. All concrete flared surfaces (wheelchair ramp wing or curb) shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal , shall be used in accordance with manufacturer's instructions. Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension , or other dimensions approved by the Engineer, meeting the aforementioned specification if needed . The sample , upon approval by the Engineer shall be the acceptable standard to be applied for all wheelchair ramp construction . Surface coloring shall be subsidiary to the unit price for this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a un iform 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 adjacent joint of any type , the replacement shall be extended to that joint. 3. Dummy joints shall be sawed across any panel where a construction joint intersects the panel and a joint does not exist. All new joints (construction or dummy) shall be parallel with existing joints. 4 . Depending on the existing longitudinal joint spacing and the limits of the damaged pavement, the contractor may be requ ired 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 shall be made at the unit price bid per square yard as shown in the proposal and shall be full compensation for furnishing all labor, materials, equipment, tools, and incidentals necessary to complete the work. However, payment for sawcutting dummy joints in adjacent panels shall be made under the appropriate bid item. DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) This item shall apply for the placement of concrete curb and gutter on H.M.A.C. paved streets. Specification item no . 502 of the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction shall govern this item . DA-102 PAYMENT (UTIL. CUT) 1012310a ASC-79 PART DA-ADDITIONAL SPECIAL CONDITIONS Because of the unique nature of this contract, C8-8 .5 PARTIAL ESTIMATES AND RETAINAGE of the General Conditions shall not apply and shall be superseded by the following : (Please initial below) Whenever the improvements prescribed by an individual Work Order have been completed, the Contractor shall notify the Engineer. The Engineer or other appropriate official of the Owner will, within a reasonable time, perform the inspections. If such inspection reveals that the improvements are in an acceptable condition and have been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will recommend acceptance of the work under that particular Work Order and recommend payment therefore . If the Engineer finds that the work has not been completed as required, he shall so advise the Contractor in writing, furnishing him an itemized list of all known items which have not been completed or which are not in an acceptable condition. When the Contractor has corrected all such items, he shall again notify the Engineer that the improvements are ready for inspection, and the Engineer shall proceed as outlined above. Whenever the improvements prescribed by the individual Work Order have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, an estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements , computations, and checks can be made. The amount of the estimate will be paid to the Contractor after acceptance by the Water Department Director, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials under that Work Order have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the individual payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under that Work Order or any act or neglect of said City relating to or connected with the Contract. The making of the payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. Bidder's Initials --------- DA-103 DEHOLES (MISC. EXT.) The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order together with a sketch. The location and dimensions shown on the plans relative to other existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the dehole process to provide adequate 10123/08 ASC-80 PART DA -ADDITIONAL SPECIAL CONDITIONS clearances . The Contractor shall take all necessary precautions in order to protect all services encountered . Any damage to utilities resulting from the Contractor's operations , shall be restored at his expense . Payment for work such as backfill and all other associated appurtenants required , shall be included in the price of the appropriate bid item. DA-104 CONSTRUCTION LIMITATIONS {MISC . EXT.) The Contractor shall have no more than three (3) locations under construction at any one t ime, unless approval by the Engineer has been granted in writing . DA-105 PRESSURE CLEANING AND TESTING {MISC. EXT.) Care shall be taken to keep all water extensions clean and free from foreign objects. Chlorinated lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe laying , water shall be introduced slowly for sterilization , after which the extension shall be thoroughly flushed with clean water. Risers shall be installed, as directed by the Engineer, for flushing and for providing sample points for bacteria tests. The water main extensions of the project shall be tested under normal line pressure and any leaks observed shall be immediately repaired. DA-106 BID QUANTITIES {MISC. EXT.) 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 . DA-107 LIFE OF CONTRACT {MISC. EXT.) It is contemplated that Work Orders will be issued to the Contractor for work to be performed under this Contract for not to exceed 365calendar days following the date of the Contract nor to exceed the limit of the bid price , whichever should occur first. The Contractor shall be required to complete any work covered by a Work Order issued prior to that date of termination but will not be required to accept any wo rk order for execution dated after that date of termination . If the cost of the work performed under this Contract is less than the limit of the bid price at the end of the 365 calendar day period , at the City's option and the Contractor's concurrence , the Project may be extended to the limit of the bid price . DA-108 FLOWABLE FILL {MISC. EXT.) 1. Description : The flowable fill material shall be delivered to the site, free flowing and self-leveling and shall have a consistency enabling it to fill all voids without tamping , vibrating or compacting. 10/23/08 ASC-81 PART DA-ADDITIONAL SPECIAL CONDITIONS The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu. ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels . The height of free fall of the flowable fill shall not exceed four (4) feet. 2. Material Specifications: Flowable fill shall consist of: a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). b. Aggregates meeting ASTM C-33 c . Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm Drain Construction Item 406 d . Flyash , Class C or F, meeting ASTM C-618 e. Admixtures 1. Mineral admixtures will be pozzolanic 2. Chemical admixtures shall be in liquid or powder form used in standard ready-mix concrete products unless specifically designed for flowable fill. Permissible types of admixtures are : a . High air generators, as manufactured by Grace Construction Products or approved equal , which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength . b . Air entraining admixtures conforming to ASTM C-260. c . High range water reducers conforming to ASTM C-494 Type F or G . d . Accelerating admixtures conforming to ASTM C-494, Type C . 1. Non-chloride, non-corrosive accelerators used where metals are present in concrete or embedded members . 2 . Calcium chloride DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) -omitted DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) The Engineer shall determine and designate to the Contractor the location of the service main requiring replacement by a Work Order together with a sketch for each such replacement, giving the limits , size and nature of work required. The Engineer will notify the Contractor that a Work Order is ready and fax the Contractor a copy of the Work Order notification . The Contractor is to provide his fax number to the Engineer at the pre-construction conference. Single or several Work Orders may be issued at one time . The Contractor shall initiate work on a replacement within seven (7) working days of the date the Work Order is faxed to the Contractor, and continue work on the Work Order until it has been completed, not including paving. The Contractor shall furnish and supply sufficient equipment and personnel to complete the Work Order in the amount of time provided for in the Work Order. Should the Contractor fail to start any Work Order within the time specified, he shall add the necessary work crews and equipment to prosecute the work to complete the Work Order or Work Orders in the time provided therefore. DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) 1012310a ASC-82 PART DA -ADDITIONAL SPECIAL CONDITIONS Should the contractor fail to complete an individual work order in the given amount of calendar days as specified on each individual work order, liquidated damage charges as prescribed in Part C -General Conditions C?-7 .10 Time of Completion will be subtracted from the final pay estimate of that particular work order. The estimated amount for each particular work order will be used for determining the amount of damages charged per calendar day of time exceeding the specified amount. The first two paragraphs of Part C -General Conditions C?-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 allowed for the completion of that specific work. The number of calendar days specified will be calculated as follows : The total estimated cost for the specific work order divided by 2000 (rounded up) + 10 days = Number of Calendar Days allowed for Construction of Individual Work Order. DA-112 MOVE IN CHARGES (MISC. REPL.) A Work Order may contain one or more locations . One move-in fee will paid to the contractor per Work Order issued . Locations for multiple sites per Work Order will be in the same general vicinity , if possible, and if so, only one mobilization charge will be paid . When water and sewer work are required only the water move in fee will be paid . At no time will both fees be paid for one specific location. DA-113 PROJECT SIGNS (MISC. REPL.) Project Signs are required at all locations which will be under construction for more than thirty (30) calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with Figure 30 (dated 9-18-96) of the General Contract Documents. The signs may be mounted on skids or on posts. The exact locations and methods of mounting shall be approved by the engineer. Any and all costs for the required materials , labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed . DA-114 LIQUIDATED DAMAGES (MISC. REPL.) The Contractor shall pay liquidated damages of one hundred dollars ($100.00) per day per Work Order, for failure to begin a Work Order within the seven (7) working days of the date the Work Order is faxed to the Contractor. Failure to complete project within the stipulated construction time on the Work Order, the Contractor will pay liquidated damages in the amount stipulated in these contract documents. DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) Because of the unique nature of this contract, the number of trench safety system designs required is not known at the time bids are received. While the contractor is still bound by the 10/23108 ASC-83 PART DA-ADDITIONAL SPECIAL CONDITIONS latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards , 29 CFR Part 1926 , Subpart P-Excavations as detailed in D-26 Trench Safety System , it is the City's intention that all costs incurred by the Contractor in acquiring trench safety designs be included in the unit price bid for Job Move in. DA-116 FIELD OFFICE -omitted DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan . A traffic control plan has been prepared and is included in the project plans . All other requirements of D-8 shall apply . DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The contractor shall coordinate his work with the work of other contractors on remaining units of this project. The contract documents indicate the starting and stopping points for each of the units of the project. The plans indicate "connecting to an existing pipeline" constructed by others and ending the line with the installation of a plug . If the start of the project cannot be connected to the previous unit, the contractor will begin his line with a plugged section of pipe . If the pipeline is constructed for the connecting unit the contractor shall connect his line with the adjoining unit in lieu of installation of a plug. Contractor will be paid for "connection " to existing line or installation of blind flanges based on the unit price bid for the water or sewer main . DA-119 CATHODIC PROTECTION SYSTEM With in a week of commencing the installation of the Cathod ic protection system , the contractor shall furnish a letter from the Corrosion Protection System Manufacturer certifying , that the Contractor's superintendent on the project has physically demonstrated the understanding to the field installation procedure of the system and that the initial installation has been verifed and found to meet the manufacturer's specifications . Before the Final inspection of the project, the contractor shall have a NACE (National Association of Corrosion Engineers) certified representative of the manufacturer conduct a 'Commissioning Survey'. Based on this survey , a certification from the Manufacturer shall be furnished by the Contractor to the City certifying that the system was found to be installed correctly and operating effectively as per the intent of the specifications . 10/23/08 ASC-84 SECTION E SPECIFICATIONS JANUARY 1, 1978 WATER DEPARTMENT .. ·, ... · .. ; \: ·-·.. ·.: All materials, construction methods and procedures used in this project shall conform to Sections El, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth . INDEX El MATERJAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow: El-2.4 Backfill: (Correct minimum compaction requirement to 95% Procter density and correct P.L values as follows:) c . Additional backfill requirements when approved for use in streets: 1 . Type B Backfill (c) Maximum plastic index (PI) shall be 8 2 . Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by wetting (b) Material, meeting requirement and having a PI of 9 or more shall be considered for use only with mechanical compaction E2 -2 .1 l Trench Backfill: (Correct minimum compaction requirement wherever it appears. in this section to 95% Procter density except for paragraph a.I. where the "95% modified Procter density" shall remain unchanged). HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator Electrician Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pipe layer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/Tamping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Float Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Waeon Drill, Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13 .99 $12 .78 $11.01 $ 8.80 $14.lS $ 9.88 $13 .22 $12.80 $12 .85 $13.27 $12.00 $13 .63 $12.50 $13.56 $14.SO $10.61 $14.12 $18.12 $ 8.43 $11.63 $11.83 $13 .67 $16.30 $12 .62 $ 9.18 $10 .65 $16.97 $11.83 $11.58 $1S.20 $14.50 $14.98 $13 .17 $10.04 $11.04 $14.86 $16.29 $11.07 $10.92 $11.28 $11.42 $12.32 $12.33 $10.92 $12.60 $12.91 $12 .03 $14.93 $11.47 $10 .91 $11.75 $12.08 $14 .00 $13.57 $10 .09 Contractor Compliance with Workers Compensation Law CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T .C.A. Labor Code §406 .96 (2000), as amended , Contractor certifies that it provides workers ' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No . 480 l and City of Fort Worth Project No. P258-709170047383: P253-609170047.383 STATE OF TEXAS COUNTY OF TARRANT § § § Bef re me , the undersigned authority, on this day personally appeared .....,,,....._.._._,~.x..1.._.. ........ ~..._, known to me to be the person whose name is subscribed to the foregoin ins ument, and a nowledged to me that he executed the same as the act and deed of CV r-• for the purposes and consideration therein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office this ..!f.!!.1day of ., f u ne , 20 1 D ~~ d)hl= Notary Public in and for the State of Texas ~'\t~Y~~~;,,,.. VICKI L. OLSON {'(:::SJ/:'% Notary Public, State of Texas ?,.J.,.~J.,g My Commission Expires "'r..~:,·r,·a;,,~,~i$ November 12, 2013 0111 -----------·-·----··-·· ·-·· "" - • ' ,. ! • \.- r r CERTIFIC ATE OF INSURANCE TO: CITY OF FORT WORTII Date~ NAME OF PROJECT: PROJECT NUMBER: San itary Sewer Rehabilitation Contract LXVIl (67) Part 3 Water P25U09170047383 & Sewer P258-709170047383 IS TO CERTIFY TIIAT: C onatser Cons tnaction TX, LP. is, at the date of this certificate, Insured by this Company with respect to the bus iness operations hereinafter des cribed, fo r the type of insurance and accordance with provisions of the standard policies used by this Company, and further he reinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Exoires Limits of Li abili ty Worker's Comoensation Comprehensive General Bodily Inj ury : Liability Insurance (Public Ea. Occurrence: $ Liability) Property Damage: Ea. Occurrence: $ Blastiruz Ea. Occurrence: $ Collapse of Building or structures adjacent to Ea. Occurrence: $ ---excavations Damage to Underground Uti lities Ea . Occurrence : $ Builder's Risk Comprehensive Bodily Inj ury : Automobile Liability Ea . Person: $ Ea.Occurrence:$ Property Damage: Ea. Occurrence : $ Bodily Injury: Contractual Liability Ea . Occurrence : $ Property Damage: Ea . Occurrence: $ Other Locations covered : Certain roads in the City ofFort Worth Description of operations covered : Sanitruy Sewer rehabilitation Contract LXVCIT (67) Part 3 The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation. Where applicable local la ws or regul ati ons require more than fi ve (5) da ys actual notice of change or cancellation to be assured, the above policies contain such s pec ial requirements , either in the body th ereo f or by appropriate endorsement thereto attached. The City, its officers , employees and servants shall be endorsed as an additional insured on Contractor 's in slll'3.Ilce policies excepting employer's liability insurance cove rage under Contractor 's workers' compensation in surance policy. .. f Agency Insurance Co. _______________ _ Fort Worth Agent By ________________ _ Address ______________ _ Title _______________ _ Part F -Bonds (City of Fort Worth) Performance Bond Payment Bond Maintenance Bond BOND NO: 022028944 PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, (1) Conatser Construction TX, LP., as Principal herein, and (2) ___ _ _ L=i=b=er=t'-'-y-=Mu=t=ua~l ~In=s=u=ran=cecc...-.c.Compan~~Y------->' a corporation organized under the laws of the State of (3) MA and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of ONE MILLION TWO HUNDRED SIXTY THOUSAND SEVEN HUNDRED FORTY FOUR DOLLARS AND NO CENTS {$1,260,744.00) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the _day of JUN 1 5 2010 , 20_ a copy of which is attached hereto and made a part hereof for all purposes, for the construction of: SANITARY SEWER RREHABILITA TION CONTRACT LXVII (67) PART 3 NOW, THEREFORE, the condition of this obligation is such, if the said '.Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. Conatser Construction TX, LP PRINCIPAL ATIEST: Jerry R. Conatser (Principal) Secretary President of Conatser ManagerrEnt : Title: Group, Inc., GP · Address: P. o. Box 15448 Fort Worth, TX 76119 Witness as to Principal ATIEST: Secretary (SE AL) Caro lyn Maples NOTE: (1) (2) (3) Liberty Mutual Insurance Canpany By: ~~~ SUR~TY ~ /}' Nam:i=as=s Attorney in Fact Address: !75 Berkeley Street Boston, MA 02117 Telephone Number: 972,233.9588 Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. THE STA TE OF TEXAS COUNTY OF TARRANT BOND NO: 022028 944 PAYMENT BOND § § § KNOW ALL BY THESE PRESENTS: That we, (1), CONATSER CONSTRUCTION TX, LP. as Principal herein, and (2) _ Libert y Mut ual Insurance Canpa.ny existing under the laws of the State of(3) __ MA ___ ~ a corporation organized and as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of ONE MILLION lWO HUNDRED SIXTY THOUSAND SEVEN HUNDRED FORTY FOUR DOLLARS AND NO CENTS ($1,260,744.00} for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the __ day of JUN 1 5 2010 , 20_, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: SANITARY SEWER REHABILITATION CONTRACT LXVII {67) PART 3 NOW, THEREFORE, THE CONDITION OF TillS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void ; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this ___ day of __ ---=-IJ-=--UN-'--=l __,,5'--=2:..::...0 =10 _ _, 20_. ATIEST: Conat se r Construct ion TX, LP PRIN~CIPAL ,:;, ,,,;;, _,,/ By:_~~ / Name: Jer ry R. Conat ser (Principal) Secretary President of Conat ser Title: Maoagerr:eot GroUP, Inc., GP Address: P. o. Box 15448 Fort Wor t h, TX 76119 Witness as to Principal ATIEST: Secretary (SE AL) Liberty Mut ual Insurance Canpany ~RE1Y ~~ Na ~ris Attorney in Fact Address: 175 Berkeley St reet Boston , MA 02 l 17 Witnessa50 Sure Telephone Number: 972 . 233. 9588 · ·. Car olyn Mapl e s NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition , an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. THE STA TE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: § § § BOND NO: 022028944 MAINTENANCE BOND That CONATSER CONSTRUCTION TX, LP. ("Contractor"), as principal, and, _____ _ Libert y Mutual Insurance Cgnpany a corporation organized under the laws of the State of _MA __ _ ___ , ("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 TWO HUNDRED SIXTY THOUSAND SEVEN HUNDRED FORTY FOUR DOLLARS AND NO CENTS {$1,260,744.00) 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 __ of I 20_, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: SANITARY SEWER REHABILITATION CONTRACT LXVII {67) Part 3 the same being referred to herein and in said contract as the Work and being designated as project number(s) WATER-P253-609170047383, SEWER P258-709170047383 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work. as herein provided . NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain , repair or reconstruct said Work. in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is execute in eight (8) counterparts, each of which shall be deemed an original, this_ day of 'JUN 5 1 , A.O. 20 __ ATTEST: ([: fl ' Jik'O!Jmrn Secretary ATTEST: (SE AL) Secretary Je r ~ R. Conat ser Presient of Conat ser Title: Managerrent Group, Inc., GP ------~~------ Liberty Mut ual Insurance Canpany Surety By:~,~?~~ Name~D~vis Title: Attorney-in-Fac t 175 Berkeley Street Boston,MA 02 117 Address Tel. No : 972 .233 .9588 2590036 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS : That Liberty Mutual Insurance Company (the "Company "), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth , does hereby name , constitute and appoint GREG A. WILKERSON, GLENNA S. DAVIS, CATHY VINSON, CAROLYN MAPLES, JOHN R. WILSON, ALL OF THE CITY OF FORT WORTH, STATE OF TEXAS .............................................................................................................................. . , each individually if there be more than one named , its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed , anv and all undertakings, bonds , recognizances and other surety obligations in the penal sum not exceeding TWENTY FIVE MILLION AND 00/100**'***************** DOLLARS($ 25,000,000.00***** ) each , and the execution of such undertakings , bonds , recogn izances and other surety obligations , in pursuance of these presents , shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons . That this power is made and executed pursuant to and by authority of the following By-law and Authorization : ARTICLE XIII -Execution of Contracts : Section 5 . Surety Bonds and Undertakings . Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe , shall appoint such attorneys-in-fact , as may be necessary to act in behalf of the Company to make , execute , seal , acknowledge and deliver as surety any and all undertakings, bonds , recognizances and other surety obligations . Such attorneys-in -fact , subject to the limitations set forth in the ir respective powers of attorney , shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company . When so executed such instruments shall be as binding as if signed by the president and attested by the secretary . By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant to Article XIII, Section 5 of the By-Laws , Garnet W. Elliott , Assistant Secretary of Liberty Mutual Insurance Company , is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make , execute , seal , acknowledge and deliver as surety any and all undertakings , bonds , recognizances and other surety obligations . That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF , this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting , Pennsylvania this 12th day of __ J~u~n_e~-------- 2009 COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY LIBERTY MUTUAL INSURANCE COMPANY By~--4: M-a<-:d= Garnet W. Elliott , Assistant Secretary On this J11b..._ day of June , 2009 , before me, a Notary Publ ic , personally came Garnet W . Elliott , to me known , and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation ; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. first above written. CERTIFICATE COMMONWEALTH OF PENNSYLVANIA Notartal Seal Te!"8Sa Pastef fa, Notafy Pubfic Plymouth Twp " Mootgomer1 Counc1 My Ccrnmisskm Expi:t:s March 28, 2013 M~, Pennsyiv2ni.a Associat;oo of Nota rleS By~~ Ter~sa Pastella , Notary Public I, the undersigned, Assistant ecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate ; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII , Section 5 of the By-laws of Liberty Mutual Insurance Company . This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March , 1980 . VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds , shall be valid and binding upon the company with the same force and effect as though manually affixed . eunto subscribed my name and affixed the corporate seal of the sa id company, this ________ day of ::,:. ca "C 1/) 1/) G> C 1/) ::::J ..c >, C ca _c -o rl l- >,00 a,W Ee 0 C. =o <tc-, 0~ ... "C G> C ,: ca D.o E ca .!!?o .co -.. _en Oc >, G> :t:: G> ~.! -G> ~..c Cl)O si E '9 ·=~ 'E'9 Oo (J .... 0 co 1-,.!. ~Liberty 'P4 A1l tttt1itt Important Notice ·To OBTAIN INFORMATION ABOUT THIS BOND OR TO MAKE A COMPLAINT: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 800-252-3439 You may write the Texas Department of Insurance at: P. 0. Box 149104 Austin, TX 78714-9104 Your notice of claim against the attached bond may be given to the Surety Company that issued the bond by sending it to the following address: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the claim office by telephone at: 610-832-8240 Premium or Claim Disputes If you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance . This notice is for information purposes only and does not become a part of or a condition of the attached document. It is given to comply with Section 2253. 048, Government Code, and Section 53 . 202, Property Code , Effective September 1, 2001 Part G City of Fort Worth Contract THE STATE OF TEXAS CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT JUN 1 5 2010 This Contract made and entered into this the _ day of A.O ., 2010, by and between the CITY OF FORT WORTH, a home-rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas, by and through its duly authorized Assistant City Manager, ("Owner"), and CONATSER CONSTRUCTION TX LP. Owner and Contractor may be referred to herein individally as a ''Party" or collectively as the "Parties ." WITNESSETH: That said parties have agreed as follows : 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Sanitary Sewer Rebabmtation Contract LXVD {67) Part 3 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 Engineeting for the Water Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein . 3 The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Water (Engineering) of the City of Fort Worth . 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 180 Calender days . If the Contractor should fail to complete the work as set forth in the Plans and Specifieations amteollrnret Documents within the time so stipulated, plus any additional time allowed as pro · · I te D Conditions, there shall be deducted from any monies due or which may thereafter g y FT. WORTH, TX sum of $420.00 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not anv such iniurv, damage or death is cau.sed, in whole or in part, bv the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not anv such iniurv or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees.. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees , upon the execution of this Contractor, and before beginning work, to make, execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. The form of the bond shall be as herein provided and the surety must first be acceptable to the requirements of the Chapter 2253 of the Texas Government Code, as Amended. A. If the total contract price is $25 ,000 or less, payment to the contract one lump sum. Payment shall not be made for a period of 45 calendar days from th been completed and accepted by the Owner. B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the Contract, solely for the protection of the claimants supplying labor and material in the prosecution of the work . C If the Contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the Contract conditioned on the faithful performance of the work in accordance with the Plans, Specifications, and Contract Documents. Said bond shall solely be for the protection of the Owner. D . A Two-year Maintenance Bond in the name of the Owner is required for all projects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents . 8 . The Owner agrees and binds itself to pay, and the Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be ONE MILLION TWO HUNDRED SIXTY THOUSAND SEVEN HUNDRED FORTY FOUR DOLLARS AND NO CENTS ($1,260,744.00). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Owner. Any request for any sublease or assignment shall be made in writing and submitted to the Director of the Engineering Department. 10 . The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same . IN WITNESS TIIEREOF, the City of Fort Worth has caused this instrument to be signed in ! counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached . The Contractor has executed this instrument through its duly authorized officers in ! counterparts wi th its corporate seal attached . OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Done in Fort Worth, Texas, this the ~J ~ o 5 2010 A.D.,2010. REC~ED/ fl A BY .62.:...:j_Y~V DIRECTOR, DEPARTMENT OF WATER Contract Authoriz atioa \.Q\\5\ lO Date b-tsecCons+ruc..f/M--rx, LP CONTRACTOR TITLE CITY OF FORT WORTH FERNANDO COST A. ASST CITY MANAGER ATTEST : APPROVED AS TO FORM AND ID. 6ox li5YY8:1 For.J:.Wa·.4-h;[XJ/,//C, LEGALITY: ADDRESS OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Appendix A Soil Report Intentionally Omitted Appendix B Details MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN -009 WITH "SEWER" CAST IN LID . 2 COATS OF BITUMASTIC COATING JOINTS RECOATED AFTER SECTIONS PUT TOGETHER APPLY INTERIOR CORRO ION PROTE TION AS REQUIR D. ASTM C-76, CLASS Ill RCP PRECAST MANHOLE SECTIONS OR EQUAL. (REF. E2-14) REFER TO SAN-009 ... ;. /_.~-- TRENCH WIDTH CONC . CRADLE TO EXTEND TO PIPE BELL 0-RING GASKETS @ JOINTS (TYP .) * * VARIES WITH PIPE DIA . r + l SECTION A-A A · .. •··-------! . -· ... . ·;._~ · .. :··f -. A : z (X) -:::;: USE 4000 PSI CONCRETE t E1-14 MATERIAL E2-14 CONSTRUCTION G) 4 ' DIA . FOR SEWER PIPE UP TO 21" DIA . 5' DIA. FOR SEWER PIPE 24" TO 36" DIA. CITY OF FORT WORTH, TEXAS STANDARD 4' DIAMETER MANHOLE ~-: -: SECTION 8-8 DATE: FEB . 2009 SAN-003 FIN ISH GRADE 15" BELOW FINISH RIM ELEVATION FOR STREET RECONSTRUCTION f48" APPLY 2 COATS--~ OF BITUMAS TI C COATING . E1-12 MATERIAL E2 -12 CONSTRUCTION SECTION A-A PLAN MANHOLE FRAME , COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER " CAST IN LID . / .__ __ MONOLITHIC CONCRETE (4,000 PSI) OR ASTM C478 PRECAST MANHOLE SECTIONS . 0-RING GASKET -lt.-.. ... @ JOINT (TYP.) PRECAST JOINT DETAIL 48" R.G . CITY OF FORT WORTH , TEXAS SHALLOW MANHOLE DATE : FEB . 2009 SAN-004 USE SDR-26 PIPE TO FIRST JOINT BEHIND LIMIT OF EXCAVATION CONCRETE COLLAR E1-14 MATERIAL E2-14 CONSTRUCTION MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER" CAST IN LID. / f-3" APPLY INTERIOR CORROSION PROTECTION AS REQUIRED. INSTALL NUTS AWAY FROM M.H. WALL ON M.J. FITTING COR-TEN BOLTS 4'-Q" G) IF REQUIRED, PROVIDE STUB EXTENSION AT END OF P .E. IN M.H. WALL ,._.--APPLY 2 COATS OF BITUMASTIC COATING CONCRETE -SEE STANDARD 4' DIA . M.H. DETAIL SAN-003 oJ.:\f.--------1.£.+,+--VERTICAL TO ~±f:-::-""'.:":"~:-t:"~;;4,.:Z.i=;~5.,:,,:{4...,.,..,.,...,..,.........,,~4 1_ * POINT OF PIPE i:o T GROUTED INVERT-USE 4000 PSI CONCRETE CITY OF FORT WORTH , TEXAS STANDARD 4' DIAMETER DROP ACCESS MANHOLE G) 4' DIA . FOR SEWER PIPE UP TO 21" DIA. 5' DIA. FOR SEWER PIPE 24" TO 36" DIA. DATE: FEB. 2009 SAN-005 w Q:'. 0 Q:'. mw w 1- _J w m:::;: <{ ~ a:: 0 <{ > ---- w Q:'. 0 Q:'. m~ Ww _J :::;: m <t: <{ -a:: 0 ~ NOTE: VARIABLE DIAMETER BORE TO BE LARGE ENOUGH TO PERMIT DESIGN TYPE PIPE TO BE PULLED OR JACKED THROUGH. I I l~I I l~I I l~I I l~I I l~I I l~I I l~I I lilll I lilll I lilll I lilll I lilll I lilll I lilll I lilll I lilll I I I I TYPICAL BORED SECTION LONGITUDINAL VIEW PRESSURE GROUT AS NEEDED 1ffi~~ill~ill~ill~ill~ill~1111 I I I lffi~ffi1 I ffi~ffi~ffi~ffi~ffi~=~ TYPICAL BORE WITH PIPE INSTALLED LONGITUDINAL VIEW TYPICAL END VIEW PRESSURE GROUT AROUND CASING AND CARRIER PIPE. GROUT SHALL BE PROPORTIONED AS 1 CU. FT. OF CEMENT, 3 .5 CU . FT. OF CLEAN FINE SAND WITH SUFFICIENT WATER ADDED TO PROVIDE A FREE FLOWING THICK SLURRY. SEWER LINES SHALL BE SECURED BY CASING SPACERS AS MANUFACTURED BY CASCADE WATERWORKS MANUFACTURING CO., ADVANCE PRODUCTS & SYSTEMS, OR APPROVED EQUAL. 1. COMPRESSION TYPE JOINTS TO BE USED IF POSSIBLE . 2. IF COMPRESSION TYPE JOINT IS NOT AVAILABLE , M.J. TYPE SHALL BE USED AND JOINTS SOL TED BEFORE PULLING PIPE INTO PLACE. E1-15 MATERIAL E2-15 CONSTRUCTION CITY OF FORT WORTH, TEXAS BORED CROSSING DETAIL DATE : FEB . 2009 SAN-008 COLLAR CONFIGURATION FOR PAVED AREA ... I ... COLLAR CONFIGURATION FOR UNPAVED AREA 5 '-o" MANHOLE FRAME AND --_.,..-.,....,.---,---.-~....-.,.........,...,...,,._.....,..,,.._ >------~ 32" DIA. DUCTILE IRON COVER. (REFER TO STD. PRODUCT LIST) A L 4000 PSI---.. CONCRETE 8-#4 REBARS TYP . G) 2" X 8" X 30" 1.0. CONCRETE PRECAST GRADE RINGS PER ASTM C478. REBAR SHALL BE PLACED 3 " MIN . FROM TOP AND BOTTOM OF CONCRETE COLLAR . E1-14, E1-20, E1-21 MATERIAL E2-14, E2-20, E2-21 CONSTRUCTION ® © SECTION A-A WHERE MANHOLES ARE IN THE STREET, INSTALL 2 OR MORE GRADE RINGS , AS NEEDED, BETWEEN CASTING AND TOP OF PAVEMENT. HINGED LIDS INSTALLED IN STREETS SHALL OPEN AGAINST THE FLOW OF TRAFFIC . ® CITY OF FORT WORTH , TEXAS MANHOLEFRAME,COVER,GRADE RINGS AND CONCRETE COLLAR 3" TYP. A J b I in *" CHAMFER (TYP.) GROUND CONCRETE COLLAR HEIGHT VARIES HINGED LIDS ARE REQUIRED ON ALL ELEVATED MANHOLES, JUNCTION BOXES AND WHERE SPECIFIED ON PLANS. (REFER TO STD . PRODUCTS LIST) LOCKS TO BE INSTALLED ON ALL MANHOLE LIDS BELOW THE 100-YEAR FLOOD ELEV. AND WHERE SPECIFIED ON PLANS. DATE: OCT. 2009 SAN-009 B l PLAN VIEW #3 DOWEL 8 J SECTION A-A CITY OF FORT WORTH , TEXAS HYDRAULIC SLIDE SECTION 8-8 NOTE : DROP TROUGH WILL BE POURED MONOLITHICALLY WITH CAST IN PLACE BENCH, OR DOWELED AND GROUTED TO PRECAST BENCH . DATE : FEB . 2009 SAN-010 .. T )Qi .: 14" ~~·:_l I· 1 2" -I FOR NEW --1~::.;.;;:.....,.--r DEVELOPMENT ••CITY OF FORT WORTH STANDARD CLEANOUT w/ CAST IRON CAP CAP RISER 1' _._ ........ ....._.J.I\._,__~ ........ ._ CLEANOUT NOTES 1. THE SWEEP TEE AND PIPE FITTINGS INSTALLED SHALL BE SDR-35 OR SDR-26 PVC MATERIAL . 2. CONNECTIONS TO THE EXISTING SERVICE SHALL BE MADE USING RUBBER SLEEVE COUPLINGS WITH STAINLESS STEEL DOUBLE BAND REPAIR SLEEVES . THE SLEEVES SHALL BE TIGHTENED TO THE TORQUE RECOMMENDED BY THE MANUFACTURER . 3 . SLOPE OF THE SANITARY SEWER SERVICE SHALL BE A MINIMUM OF 2 PERCENT. CONCRETE COLLAR (PLAN VIEW) BELOW GRADE. (CAST IRON) MARK w/RED VINYL TAPE, . .-..;.e.:;:i---BACKFILL CLEANOUT STACK WITH 4 . CONCRETE USED AROUND CLEANOUT ASSEMBLY SHALL BE 5 SACK, 3,000 PSI MIX. FERNCO FLEXIBLE COUPLING REQUIRED IF EXISTING SERVICE IS PRESENT , OTHERWISE PLUG . 3" WIDE & 6" ABOVE GROUND PAID FOR AS CLEANOUT PRODUCT INFORMATION •• From Stanley Roberts & Assoc., Information Subject To Change . DESCRIPTION .wEJmiI PART NO . H.D.P.E. Lateral Cleanout w/S.S. Bolts and C.I. Lid . T 7 .5" l_ H.D.P.E. P.V.C. RISER NATIVE TOPSOIL COMPACTED TO 95% STANDARD PROCTOR DENSITY 4" STACK (PVC) SDR-35 OR SDR-26 SERVICE, SLOPE-VARIES 2:il: MIN. SEWER MAIN CAST IRON CLEANOUT LID . SIDEWALK STREET [CURB I H.D.P.E. CLEANOUT BOOT w/CAST IRON LID FOR NON-PAYED AREAS CITY OF FORT WORTH , TEXAS TWO WAY SERVICE CLEANOUT FOR NON-PAVED AREAS DATE : FEB . 2010 SAN-011 CLEANOUT NOTES **CITY OF FORT WORTH CLEANOUT w/ CAST IRON CAP 1. THE SWEEP TEE AND PIPE FITTINGS INSTALLED SHALL BE SDR-35 OR SDR-26 PVC MATERIAL . DOUBLE BAND STAINLESS STEEL COUPLING 2. CONNECTIONS TO THE EXISTING SERVICE SHALL BE MADE USING RUBBER SLEEVE COUPLINGS WITH STAINLESS STEEL DOUBLE BAND REPAIR SLEEVES . THE SLEEVES SHALL BE TIGHTENED TO THE TORQUE RECOMMENDED BY THE MANUFACTURER . 3. SLOPE OF THE SANITARY SEWER SERVICE SHALL BE A MINIMUM OF 2 PERCENT . --. ........ --BACKFILL CLEANOUT STACK WITH 4 . CONCRETE USED AROUND CLEANOUT ASSEMBLY SHALL BE 5 SACK, 3,000 PS I MIX . FERNCO FLEXIBLE COUPLING REQUIRED IF EXISTING SERVICE IS PRESENT, OTHERWISE PLUG . I I/: ·t /.{~J/\ ;/{/ ~ 6" MIN . PAID FOR AS CLEANOUT PRODUCT INFORMATION ** From Stanley Roberts & Assoc ., Information Subject To Change . DESCRIPTION .wEl.fil:iI PART NO Cost Iron Lateral Cleonout 18 lbs ATIL-424 W/ SS Bolts and Coupling T L CAST IRON NA TI VE TOPSOIL COMPACTED TO 95% STANDARD PROCTOR DENSITY 4 " STACK (IRON) SOR-35 OR SDR-26 SERv!CE, SLOPE-VARIES 2" MIN . SEWER MAIN DRIVEWAY SIDEWALK CURB / I CAST IRON / CLEANOUT ~ DRIVEWAY APPROACH STREET PROPERTY LINE \ \ \ '::r CAST IRON CLEANOUT BOOT FOR PAVED AREAS CITY OF FORT WORTH , TEXAS TWO WAY SERVICE CLEANOUT FOR PAVED AREAS DATE : FEB. 2010 SAN-011A FINISH GRADE SEWER PIPE PLUG 15' MIN . STACK A l ,~ CJ::'. ::J 011-· z 3:: w ·1~ ~w CJ::'. (/) <( w -~~:IST. SERVICE LINE 6 " MIN. AT BOTTOM ONLY ~~~=!-++--NEW SANITARY SEWER LINE WITH STANDARD EMBEDMENT PER DETA IL WTR-030 NOTE : TEE AND STACK TO BE COMPATIBLE TO MAIN LINE MA TERI AL OR AS DIRECTED BY ENGINEER. SECTION A-A PLAN CITY OF FORT WORTH , TEXAS CHIMNEY SERVICE DATE: FEB . 2009 SAN-012 COMPACTED BENTONITE CLAY OR 2 : 27 CONCRETE 4' OR TO BOTIOM OF PAVEMENT BASE OR TOP SOIL I· 2· • I MINIMUM TRENCH WIDTH --...:::u-;::-rr~,... = PIPE DIA . + 1' I JRENCf! I WIDTH TYPICAL SECTION CITY OF FORT WORTH , TEXAS CLAY DAM 200' MIN . SPACING PER CITY OF FORT WORTH TREE ORDINANCE . DATE: FEB . 2009 SAN-019 ~I ::ii ~ ffi I a.. 0 a:: a.. SIDEWALK WATER MAIN BEHIND CURB E1-17 MATERIAL E2-17 CONSTRUCTION 8 CURB :::E . ::) PAVEMENT ~Q:-0 :::E p ~-. I z SERVICE LINE FOR \ \\ At ~ I'">~ WATER MAIN ON _ \_ ~ ':::_-:::_ -_ 7 _~:::::::: :~OSITE SIOE ------ SERVICE LINE '.: ~ "~ "::--. -...:, , .... MATERIAL LIST .... -- WATER MAIN IN STREET @ STANDARD CORPORATION @ BLUE VINYL TAPE, 3" WIDE, 6" ABOVE GROUND © STANDARD CURB STOP & 90' ELBOW @ AREA TO BE BACKFILLED WI TH SAND CITY OF FORT WORTH , TEXAS ONE-INCH WATER SERVICE DETAIL DATE: FEB . 2009 WTR-001A WATER MAIN IN STREET E1-17 MATERIAL E2-17 CONSTRUCTION CURB 2· 6" J · -· J © ®@® © CJ) WATER MAIN BEHIND CURB MATERIAL LIST ® BRONZE METER FLANGE @ STANDARD CORPORATION © BRONZE METER FLANGE (FLG . TO M.I.P .) ® FLARE CONNECTION TO CORPORATION ® BRONZE METER FLANGE © COPPER TUBING (TYPE K) CJ) HORIZONTAL TYPE CHECK VALVE (FEM . I.P . TO FEM . 1.P .) EQUAL TO CRANE NO . 20 @ FLARE CONNECTION & 90" ELBOW COMPLETE WITH PIPE PLUG © ANGLE VALVE (FEMALE I.P . TO FLG .) Q) 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-0018 NOTE : PAVEMENT OR OTHER SURFACE MATERIAL DETAIL PERTAINS TO ALL GATE VALVE SIZES 4 " THRU 12" OR LARGER , AS DIRECTED . WATER MA IN E1-10 MATERIAL E2-10 CONSTRUCTION ........ r=, I I .J...--l.. ---r-,-_..... I I I I I I I I I CONCRETE COLLAR PER DETAIL WTR -004 ------IF VALVE OPERATING NUT IS MORE THAN 3' BELOW PAVEMENT SURF ACE , PROVIDE EXTENSION STEM TO 1' BELOW PAVEMENT SURFACE . (SEE DETAIL WTR-003) n---MCKINLEY IRON AND STEEL CO., NO . YB5 THREE PIECE VALVE BOX OR APPROVED EQUAL . i----GATE VALVE CITY OF FORT WORTH , TEXAS GATE VALVE AND BOX DATE : FEB . 2009 WTR-002 2 " Ill SQUARE STOCK W/ 1 " DIA. HOLE DRILLED THROUGH . 2"1Z1 SQUARE STOCK W/ DIA. HOLE DRILLED THROUGH . 2~"¢ TUBING W/ 14" THICK WALL )fi"x45' CHAMFER VARIES NOTES : 1 . 1" ROUND SOLID BAR & 2 " SQUARE PER ATSM A-108-81, SAE 1020, COLD DRAWN OR BETTER. 2 . 2J2" TUBING PER ATSM A-512-79, SAE 1020, COLD DRAWN OR BETTER . 3 . ALL 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 COLLAR CONFIGURATION FOR PAVED AREA A L ...... .. ·.-.. ·, ...... : .;: · . .:.•· 4000 PSI ---. .. _;:.:.:'· CONCRETE 8-#4 REBARS TYP . ... ....................... ······················· . .. . ' .. :-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:: -:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-: .. \ ·----·. -.. -.. :.·-. 2'-0" ....................... ....................... ..... -.. ~-:-.-.t . -~ ~.-.• :·-·~-: : _/:::::::::::::::::::::::::::::::::?\: :::::::::::::::::::::::::::::::::::::?:? ·/; .... ~;~:-~.:~)-\}-·:·~-:)-·::-:~ _;_llll-4----"'lf ·:PAVEMENT ::PAVEMENT : · ·•: ··-.~··: .,._ •.. ,,·.•., r 1 i;si~~f f ;}£i2Rii if Jf iijjf: ·r· I CASE 1 CASE 2 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 l 1 I SECTION A-A COLLAR CONFIGURATI ON FOR UNPAVED AREA A J Cl I N 3" TYP . G) *" CHAMFER (TYP .) (/) (/) ---:-w z ~~ S:?: I<Xl I-..._,, 0::: (/) ~~ _J 0::: _J~ 0> u REBAR SHALL BE PLACED 3 " MIN . FROM TOP AND BOTIOM OF CONCRETE COLLAR. CITY OF FORT WORTH , TEXAS DATE: FEB. 2009 GATE VALVE CONCRETE COLLAR WTR-004 CONCRETE-- BLOCKING EXISTING OR PROPOSED CURB PAVEMENT OR OTHER SURFACE M.J ANCHOR TEE OR M.J . ANCHOR COUPLING E1-12 MATERIAL E2-12 CONSTRUCTION 6" LEAD FROM MAINS EXISTING OR PROPOSED CURB BOTTOM REST CONCRETE BLOCKING FIRE HYDRANT EXERCISE CARE TO AVOID PLUGGING DRAIN HOLE WITH CONCRETE 18" MINIMUM FROM GROUND, PER FIRE DEPT. z :::?! 6" M.J . GATE VALVE .._, 6" FIRE HYDRANT <f LEAD LINE ;,; FIRE HYDRANT TO BE SET PLUMB BREAKER RING w/ , l BREAKER STEM -J_ PARKWAY <D 1-fs..;=;=r--EXTENSION BARREL AND STEM FOR EXTRA BURY DEPTH IF NECESSARY )-1::++l--MINIMUM 7 C.F. GRAVEL PROPORTIONALLY AROUND BASE ____ ..__ ----1.,~;;;:-CONCRETE BLOCKING ·-.-~~ CONCRETE REST 12"x12"x6" CONCRETE BLOCKING CITY OF FORT WORTH, TEXAS STANDARD FIRE HYDRANT DATE: FEB . 2009 WTR-006 , . "E" 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 (TYP .) * DIM ENSION "X" MAY VARY IF NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENCH WALL HORIZONTAL BLOCKING TABLE PIPE "X" 11 .25· 22.S-45· go· SIZE (FT.) "A" MIN . MAX "8 " MIN. MAX "c" MIN . MAX "D" MIN . AREA VOL AREA VOL AREA VOL AREA 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 5· 1.5 0 .90 0 .80 0 .05 0.95 0 .90 0 .05 1.05 1.10 0 .05 1.73 1.9 9 8" 1.5 0 .90 0 .80 0 .05 0.95 0 .90 0 .05 1.41 2 .00 0 .05 1.86 3 .47 10· 1.5 0 .90 0 .80 0 .05 1.26 1.60 0 .05 1.79 3 .20 0 .10 2 .1 8 5 .62 12· 1.5 1.10 1.20 0 .05 1.48 2.30 0 .10 2 .14 4 .50 0 .20 2 .83 8 .00 16" 2 .0 1.41 2 .00 0 .10 2 .00 4 .00 0 .10 2 .83 8 .00 0 .40 3 .75 14.10 - 20" 2 .0 1.77 3 .10 0 .20 2 .54 6 .20 0 .30 3 .52 12.40 0 .60 4.70 22.00 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 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 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 42" 3 .0 3 .72 13.80 1.20 5 .25 27.60 2 .20 7 .41 55.30 4 .10 9 .90 97.50 48" 3 .0 4 .38 18.30 1.60 6 .00 36.00 2.90 8 .48 72.00 5 .40 11 .14 126.50 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 NOTES : MAX VOL 0 .05 0 .05 0.10 0 .20 0 .30 0 .65 1.15 1.85 3 .40 5 .10 7 .90 10.40 16 .00 MINIMUM AREAS SHOWN ARE IN SQUARE FEET. VOLUMES SHOWN ARE IN CUBIC YARDS . VERTICAL DIMENSIONS OF ALL BLOCK BEARING AREAS SHALL BE IDENTICAL TO THE HOR IZONTAL DIMENSION SHOWN . E1-20 MATERIAL E2-20 CONSTRUCTION CITY OF FORT WORTH , TEXAS HORIZONTAL BLOCKING TEE & PLUG "E" MIN. MAX AREA VOL 1.16 0.58 0.05 1.19 1.41 0 .05 1.57 2 .46 0 .10 1.99 3 .98 0 .15 2 .38 5 .56 0 .20 3 .16 10.00 0 .50 3 .94 15.55 0 .75 4 .76 22.60 1.05 5.91 35.33 2 .10 7.20 51 .00 2 .95 8 .30 69.00 4.75 9 .50 90.03 6 .15 10.70 115.00 12.00 DATE: FEB. 2009 WTR-008 3000 PSI CONCRETE BELL-BELL BEND lr-0·1 . -JTYP .r- TRENCH WIDTH : 1. PIPE 24" I.D . AND SMALLER = 24" OR O.D. + 12" WHICHEVER 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. J_ RU88ER GASKET JOINT BELL -BELL BEND 3000 PSI CONCRETE KEEP A MIN . OF 1 '-0" CLEARANCE BETWEEN CONCRETE AND JOINTS OR SOL TS ON C.I . PIPE, OR IN EXCESS OF 1 '-0" AS DETAILED. E1-20 MATERIAL E2-20 CONSTRUCTION M.J .-M.J. BEND _ ir-o·I -iTYP.t-- MECHANICAL JOINT MAIN --------<t-- BELL AND SPIGOT JOINT CITY OF FORT WORTH , TEXAS CONCRETE CRADLE NOTE: WHEN CRADLE IS SHOWN OR SPECIFIED FOR INSTALLATION ON CONCRETE PIPE. THE FULL JOINT LENGTH OF THE PIPE OR FITTING SHALL BE CRADLED. DATE: FEB . 2009 WTR-009 L EXISTING SEWER LINE -==~=] PROPOSED WATER MAIN G) VARIABLE TRENCH WIDTH . PIPE LENGTH SHALL BE MEASURED AS STANDARD TRENCH WIDTH, (REF. E2-2.16), PLUS FOUR FEET ( 4'). NO JOINTS WILL BE ALLOWED WITHIN THIS DIMENSION. A MIN IMUM BEARING OF 24" SHALL BE REQUIRED ON EACH SIDE OF THE TRENCH . @ SEWER LINES LESS THAN TWELVE INCHES (12") IN DIAMETER SHALL BE REPLACED WITH CLASS 150 CAST IRON PIPE . THE JOINING OF DUCTILE IRON PIPE WITH PROTECTOR 401 INTERIOR COATING A.W .W.A. C-900, CONCRETE PIPE OR SDR-26, AS DIRECTED BY THE ENGINEER, SHALL BE MADE WITH URETHANE OR NEOPRENE COUPLING ASTM C-425 SERIES 300 STAINLESS STEEL COMPRESSION STRAPS OR WITH APPROVED ADAPTORS . © THE MIN IMUM CLEARANCE OF SEWER TO WATER LINES SHALL BE EIGHTEEN INCHES (18"). E1-7 MATERIAL E2-2 CONSTRUCTION CITY OF FORT WORTH , TEXAS SANITARY SEWER PIPE REPLACEMENT DATE: FEB. 2009 WTR-018 EXISTING SURFACE 1~" TYP. lr3" TYP . EXISTING SEWER LINE #6 GAUGE WELDED WIRE MESH, LENGTH OF ENCASEMENT MINUS 3 " : <.O OUTSIDE DIAMETER OF BEL L 12 " C/C TYP. PROPOSED WATER MAIN SECTION A-A G) VAR IABLE TRENCH WIDTH . CLASS 'B ' (2500 PSI) REINFORCED CONCRETE SUPPORT BEAM AND ENCASEMENT LENGTH SHALL BE MEASURED AS THE STANDARD TRENCH WIDTH, (REF . E2-2 .16), PLUS FOUR FEET ( 4'). A MINIMUM BEARING OF 24" ON UNDISTURBED EARTH SHALL BE REQUIRED ON EACH SIDE OF THE TRENCH. {l) CLASS 'B' (2500 PSI) REINFORCED CONCRETE SHALL BE USED IN CONSTRUCTION OF A SUPPORT BEAM AND ENCASEMENT FOR SEWER LINES TWELVE INCHES (12") DIAMETER AND LARGER . SEWER LINES LESS THAN TWELVE INCHES (12 ") DIAMETER, WITH EXCEPTION OF SEWER SERVICE LINES, SHALL BE REPLACED BY DUCTILE IRON PIPE OR SOR 26 OR SUPPORTED BY AFOREMENTIONED CONCRETE ENCASEMENT . E1-20 MATERIAL E2-20 CONSTRUCTION CITY OF FORT WORTH , TEXAS SANITARY SEWER PIPE TRENCH CROSSING DATE : FEB . 2009 WTR-019 11 )a" i "'[283mmr I tF-tit---\i COVER SECTION 12 "%" [327mm] 14" LETTERING (RECESSED FLUSH) 11 %" r[4~rr I ·[289mm]" J ~] I g "%" I ~ T 12" [251mmj [305mm] I=:=:~ _J_ 1.. 15 %" -1 [391mm] 18 %" [ 476mm] BOX SECTION %" [16mm] I .. 1 .. 1· 18" 20" [508mm] 18 14" [ 464mm] 16 %" [ 425mm] 21" [533mm] 24" [610mm] • I · 1 -I BOX SECTION 1 JfR [R38mm] NOTE: FORT WORTH LOGO IS OPTIONAL. *FOR NON-PAVED AREAS ONLY. CITY OF FORT WORTH, TEXAS CLASS 'A' STANDARD PLASTIC METER BOX FOR %11 & 1" METERS DATE: FEB . 2009 WTR-026 1 ·r,;,xlf;;;;;;,,,;;;,..,.;;;;-r.1r;;;;l{ .m,,. ;;;;,, ~~\ llI JII •• w '' \ 111,XNV\.,VV\,,,,NV\,,,r~ lf yy " PLAN VIEW 13 ~ .. [337mm] [679mm] II II 13 ~ .. [337mm] COVER SECTION 30" [762mm] 27" [686mm] 1 *" [ 44mm] V I 15 ~6 .. [386mm] 1 ~"R [R38mm] l L 12" [305mm] 18" 15 ~6° [ 457mm] [392mm] Li ----;.~- / I \ ,, _.....__ _j_ 3" [76mm] t ------4" [102mm] BOX SECTION NOTE: FORT WORTH LOGO IS OPTIONAL. 14" [356mm] i L.!:I::=:::::==~========~ _l I-25" [635mm] · 1 BOX SECTION *FOR NON-PAVED AREAS ONLY. CITY OF FORT WORTH, TEXAS CLASS 'B' STANDARD PLASTIC METER BOX FOR 1 ~" & 2" METERS DATE : FEB . 2009 WTR-027 11 111 11 1 11 1 111 1 -----lYPE "C" BACKFILL MINIMUM 6" INITIAL---..,+---~ ........ SEE SPEC . El-2.4 G.C.D. BACKF ILL COVER ~l..frrJ..l.J.i'---SAND MATERIAL EMBEDMENT & INITIAL BACKFILL SEE SPEC. E1 -2 .3 G.C.D. MINIMUM 6" ---1---Ht.---. EMBEDMENT WATER: SIZES UP TO AND INCLUDING 12" lYPE "C" BACKFILL SEE SPEC . E1 -2.4 G.C.D. FILTER FABRIC- SUPAC-HEAVY GRADE BNP (UV) OR APPROVED EQUAL. CRUSHED STONE SEE SPEC . El-2.3 MINIMUM 6" --+=1-#i~~~~~rf= EMBEDMENT G.C.D. SAND GRADATION • LESS THAN 10% PASSING #200 SIEVE • P .I. = 10 OR LESS CRUSHED STONE GRADATION SIEVE SIZE RETAINED 1" 0-10 ~" 40-75 %" 55-90 #4 90 -100 #8 95-100 WATER: SIZES 16" AND LARGER SANITARY SEWER: ALL SIZES MATERIAL SPECIFICATIONS NOTE : SPECIFICATION REFERENCES ARE FOR WATER AND SANITARY SEWER ONLY. 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 SPECIFICATIONS FOR WATER DEPARTMENT PROJECTS (G .C.D.) ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY. CITY OF FORT WORTH, TEXAS DATE : JUNE 2009 WATER AND SANITARY SEWER EMBEDMENT AND BACKFILL DETAILS WTR-029 EXISTING COPPER SERVICE LINE NOTE : CONTRACTOR SHALL BE REQUIRED TO COVER METER VAULT WITH PROTECTIVE GUARD . NOTE : EXISTING PRIVATE SERVICE TO HOUSE OR BUILDING. METER SHALL BE REMOVED BY THE CONTRACTOR. CONNECTION FROM BY-PASS TO PRIVATE SERVICE SHALL BE MADE BY CONTRACTOR . CITY OF FORT WORTH, TEXAS TEMPORARY SERVICE CONNECTION DATE: FEB. 2009 WTR-031 8'-0" 2'-7" 2·-10" 2'-7" 2 .25" FORT WORTH 2 .25" -.--t----:.----------------------------- • N I °N PROJECT NAME PROGRAM NAME / PROJECT#/ AMOUNT This project is managed by the Department Questions on this project, call (817) 392-8306 (.') z 5:: ~ 1-w ...J b I 2 .5" "st- After hours water and sewer emergencies, call (817) 392-44 77 ______ N_ 2.5" 3" 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 \ \ \ \ 7'-6" \ LLwHITE \ \ \ L PMS 288 (BLUE) 3 "R (TYP.) CITY OF FORT WORTH , TEXAS PROJECT SIGN -4'x8' (FOR C.I.P PROJECTS) 3" DATE : FEB . 2009 WTR-034 II I I I I I I I I I I I I I I I I I I l •J lnfonnation • .ToBuildOn fln9lnH,,,.. ~ • 1"fln9 March 30, 20 I 0 City of Fort Worth 8851 Camp Bowie Blvd. West, Suite 300 Fort Worth, Texas 76116 Attn: Mr. Ryan Jeri Phone: 817-392-7920 Fax: 817-392-7943 Email: ryan.jeri@fortworthgov.org Re: Geotccbnical Subsurface Exploration Report Proposed University Drive Subgrade Evaluation University Drive Fort Worth, Texas PSI Project No.: 03422235 Dear Mr . Jeri: ~Set"{--ul ~V\~ No ./ Professional Service Industries, Inc. is pleased to transmit our Gcotechnical Subsurface Exploration Report for the proposed University Drive Subgrade Evaluation located on University Drive in Fort Worth, Texas. This report includes the results offield, and laboratory testing results. Our original services were aut.horized by Mr. Ryan Jeri of City of Fort Worth on February 25, 20 IO via e-mail. SCOPE or SERVICES The purpose of this study was to explore the subsurface conditions at the site to enable an evaluation for utilities line and to provide information necessary for the proposed construction. The scope of services included the following: @ Drilling two (2) geotechnical exploratory borings on University Drive in Fort Worth. Texas, soil/rock sampling and perlonning laboratory tests on selected samples; @ Determining site subsurface conditions, soil/rock properties, ground water levels during drilling, and delayed water levels: @ Presenting the results of the exploration in a fonnal report. The scope of services did not include providing any geotechnical design recommendation or an env ironmental as sessment for determining the presencl! or absen ce of wetlands, or haz ardous or toxic materials in the soil , surface water. groundwater, or air on or he low. or around this site . A geologic fault study to evaluate the possibility of surface faulting at this site was beyond the scope of this investigation. Should you desire a detailed fault study . please contnct PSI 's ot1icc . I SITE LOCATION AND DESCRIPTION The project site extend along with University Drive in Fort Worth, Texas (32° 45 ' 28" N, 91° 21' 39" W). The project site extends from Wingtag Drive to White Settlement Road. The project area consists of concrete pavement. FIELD INVESTIGATION Per your request, subsurface conditions at the site were explored by advancing two (2) soil borings along the surface of university drive at the approximate location shown on the Boring Location Plan included in this letter report. The approximate boring locations were selected by PSI and located in the field by PSI personnel. Elevation of the ground surface at the boring location was not provided to PSI. Therefore, all references to depth of the various materials encountered are from the existing grade at the time of drilling (March, 20 I 0). The sample borings were advanced to a depth 15 feet using a truck-mounted, rotary head drill rig equipped with continuous flight augers equipment. Drilling and sampling activities were performed in general accordance with ASTM procedures or other accepted methods. Soil formations were sampled using a three-inch 0.0. thin-walled seamless steel tube sampler (ASTM D I 587). A hand penetrometer was used as an aid in evaluating the shear strength of the soils encountered during drilling. The hand penetrometer readings ore shown on the boring logs al the corresponding sample depths. · Water level depths were obtained during and after completion of lhe test boring operations. Boring logs, which include soil descriptions, water level information, laboratory test data, stratifications, classifications based on the Unified Soil Classification System and sample types and depths, arc included in this letter report. A key to descriptive 1enns and symbols (General Notes) used on the boring logs is also presented in this letter report . LABORATORY INVESTIGATION Soil samples obtained during the field exploration were transported to the laboratory where they were visually inspected by geotechnical personnel. Representative samples were selected and tested to determine classification properties and particular engineering characteristics. Tests were perfonned in general accordance with referenced ASTM procedures or with olher accepted laboratory methods . The results of these tests are presented on the boring logs at rhe corresponding sample depth s. Laboratory tests included moisture content determinations (ASTM D 22 16). and liquid limit and plas t ic limit detem1i11 ations (AS TM D 43 18). Sample s not alter ed by la bora tory te sting will be ret ained for 60 da ys from the date o f th is report and then discarded unle ss PSI is oth erw is e instructed in wr iting . I 'nin•niry Dri1 ·t! S11hgrad<.1 r.\•a/11<1/ion ( ·11 iwr siry Drive Fo rr H'or lh. Tex as PSI J>rojt!<'I .Yo. 11 3.J ll Jj />a f(t l vf ./ ' ' ' I I I I I I I I '· ' SUBSURFACE CONDITIO~S The borings were advanced through four ( 4) to five and one half (5 Vi) inches of concrete pavement. Below the pavement. subgradc conditions at the site consist of sandy lean clay underlying limestone. The following table briefly summarizes the range of results from the tield an d laboratory testing programs for the project: GENERAL SOIL PROFILE Depth Moisture Atterbcrg No. or Blow Soll Stratum Type Content Limits (n.) (%) (%) Count I: Reddish Brown, Yellowish LL= 54 to 73 Brown. Brownish Yellow and Gray 1h to 13 11.0 to 16.7 Pl = 2910 44 NIA Sandv Lean Clav II : Tan Weathered 13 to 15 N = 100/3 Limestone . . T = IOO(J!i'l) The boring logs included in this letter report should be reviewed for specific infon11ation at individual boring locations. These records include soil/rock descriptions, stratifications, penetration resistances, locations of the samples and laboratory test data. The stratigraphy shown on the boring logs represent the conditions only at the actual boring locations. Variations may occur and should be expected in other areas of the site . The stratifications represent the approximate boundary between subsurface materials and the actual transition may be gradual. Water level information obtained during field operations is also shown on the boring logs . GROUNDWATER INFORMATION Ground,vater was not encountered during drilling operations. indicating that the continuous ground water level at the site nt the time of the exploration was e ither below the terminated depths of the borings, or that the soils encountered are relatively impermcuble and a longer period of time would be required for water levels to stabilize in the open boreholes. Ir more detailed water level information is required. observation wells or pie zomet erscould be installed at the site. and water levels could be monitored. A hhough groundwater was not encountered at this time . it is possible for a ground\\ ater table to be present within the depths explored during other times of the year depending upon climatic and rainfall rnnditions. Groundwater levels fluctuate se.isonalf) as a function of rainfall. proximity to creeks . rivers and lakes. the infiltration rate of the soil. sec1sonal and climatic va ri ati ons and land usage. The ground,,ater k,cls pre s ented in this report are 1he lc\els that \\Cre measured at the time of our tielJ acti vi ties . PSI reCllmmends that the contractor determine the act ua l grnu nd\\nlcr levels at the site at the time of the rnnstrnction ac ti, itks . I ·11frt'rJi1_1 /Jr il-,: S11hgrad.: f . n 1/11111io11 I 11 iwrsit_1 Orin: Fon II ·,wt/,. ! ,·xc1s /'.'ii /'roj,:,·t ,·o 113.J-'! 35 1•.,g~ J 11/ .J I I I I I I I I I I LIMITATIONS The information submitted in th is report is based on the available subsurface information obtained by PSI for proposed Un iversity Drive Subgrade Evaluation on Univers ity Drive in Fort Worth , Texas. The geotcchnical engineer warrants that the findings contained herein have been made in accordance with generally accepted professional geotechnical engineering practices in the local area . No other warranties are implied or expressed. This report may not be copied , except in the entirety, without expressed written permission from PSI. This report has been prepared for the exclusive use of City of Fort Worth for proposed University Drive Subgrade Evaluation in Fort Worth, Texas. PSI appreciates the opportunity to perform these preliminary geotechnicnl services and look forward to continued participation during the design and construction phases of this project. If you have any questions pertaining to this report, or if we may be of further service , please contact our office at 214-330-921 I. Respectfully Submitted, Professional Se ice Industries, INC. DA m, Project Manager AL/Rl r;;u;;J ll':!.::!U (."11il'l1r si1y Oril't! S11 bg r ,1tlt! t:1·a/11,11i1m I .'11 iwrsi1y Orin! Fo rt lrorlh. Te.nu PS I f'r ojt!r l .\'o 1/J ./J]Jj f'c1gr! J of./ Boring Location Plan 034223S University Drive Subsurface Evaluation University Drive Fort Worth, Teu.s I I I I I I I I I I University Drive Subgrade Exploration Fort Worth , Texas BORING 8-1 Project No. 0342235-1 LOCAT ION : See Bonno Loca ti on Plan t: ..J 0 :i ~ ~ ~ ~k 0: I SOIL DESCRIP TION Elevation : 'a' ~ ~ OHAND PEN euNC CMP ~ ~ ~ j _lf. 2.0 4.0 6 .0 u~ >:~ ~ ~ ~~~ PL WC LL ~~ is~ ~~~. )(. O!:: :J ;;, 20 40 60 !~ ~ ~~.~ ----!J ~ 5 1/2 Inches of conc rete pavement wllh 2 Inches of base ,.1--J..-+-----i--"+-4--_..--+-l ----~ ~ ~ ._ __ ~ .._ __ ~~ ... __ @ 1-5- --- ----~ --- SANDY LEAN CLAY , Reddish brown , 14 .8 Yenowlsh Brown and Brown , very stiff (CL) SANDY LEAN CLAY, Yellow lsh Brown, Brownish Ye llow and Gray , very stl lf lo 14 .3 hard (CL) 1'4.5 15 .8 >---~ ---i? 14 .3 1--- >-10-~ ---- ... __ I § ___ @i ">-15-~ 1? ,__ - j --) ._ __ ~-'i u. I'---~-"' t t--- LI MESTONE , Tan, moderately hard • weathered 25 14 11 =100(3 112 ) • _. y> I I I I I I I I ~ i,: I I \ I ·\ I ·, ! T T I I I I I * ,!)· I I I I I l .. I I i!c ~ ~,t:i-:ZO.?n-::L_J_.L.L.-.----------.....l-.L..L __ _j _ _i____J~_L...L-1==:t:==t:=:::-±::=::L.-1.~ DEPTH TO GROUND WATER SEEPAGE (ti .): Not Enco unt ered CO MP LETION OEP TH : 15 .0 Fe et DAT£: 3/16/1 0-3116/1 0 IP-;z1,,jr,n1"";.,., ..:.::..--=-.::: .~!''.!.!:1:: END OF DR ILLI NG {~.): Not Encoun te red DELAYED WATER LEV EL (ft): I I I I I I I I I University Drive Subgrade Exploration Fort Worth, Texas BORING B-2 Project No. 0342235-1 LOCATION : See Bonn!! Location Plan / ._ __ ---~ :~=i ~· ---- --- --- >-10- ._ __ ._ __ --1 e ._ __ ~) ~ -15-~ s -- ~,__ ~ .__ - er; <- 'i u.a.--- §.__ ~ -- "'-:;:; ~ -- ~ ~ ~ CHAND PEN euNC CMP a.: . ~ ! Q~ 2.0 4;0 6 .0 ~z'.fl; 0 f G g ~ ~~ PL WC LL <i ~~ :, "1 ::J= • )( • u z g ;i a. 20 ~o 60 ~ :, SOIL DESCRIPTION w;i' ~ ~i:-8 ~ ... <., u 0 :,z z -u. ~ 1-W z ---a.1 w (I) I-~ li::~ ex: ;g 1/) a:l ..,. ..,. -;JI. Elevation : 4 Inches of concrete pavement with 1 Inch ~of base ,A----+---+---+--+---+--+---+---1 SANDY LEAN CLAY. Reddish brown, Yellowish Brown and Brown, stiff to hard (CL) SANDY LEAN CLAY. Yellowish Brown . Brownish Yellow and Gray , sUff to very stiff 14 .5 16.7 (CL) 15 .0 LIMESTONE . Tan . moderately hard -weathered 13.2 11 .0 19 .3 N=100(3") .,,. f> I I I / I / r I I t \.. 26 16 10 1----.i..a-+----+--4 T T I I I I I *c~ I I/ , , 1, )tC:!> I I I I I I I I I I I I I I 0 ;j:1:L:2.Q:~"-:i..._L.LL.-----------J__L_L_._....1...-1.-l_L.....L...J::=±=±=±=::L-1.-1 DEPTH TO GROUND WATER SEEPAGE (fl .): Not Enccuntered COMPLETION DEPTH : 15 0 Fe et DATE : 3/16110 ·3/16/10 l jJl1,j,u11•lli1•I ."f,,Hr,ilt/ Ott .......,...,C'..........., ........ END OF DRILLING (II .): Nol Enccuntered DELAY ED WATER LEVEL (II): l •J lnfo,matiun • .ToBuildOn KEY TO TERMS AND SYMBOLS USED ON LOGS ,,.,...,.,., . ~.,.... UNIFIED SOIL CLASSIFICATION SYSTEM· ASTM D 2487 CONSISTENCY OF COHESIVE SOILS 70 IO :,i,VALL"E SHE .,R STRESGTH HA/\D PEN\ AlliE (D10 .. -.. ,ro1, u,o 11,0 I . I I i I j ! i ' i I i ('0:-.SISTESCY --+-----,-----, ---. -----. -·-!--7- I IO . ; : ! i / . lt------~------------------1 -~-----+-~ J___' ----1------------1~------t--------1 \'ff)· Soll 0 10 l 010 0.125 0 lo O 15 Soft CH ' i ' ' 2 10 ~ 0.12$ (O 0.2, Ollto0$ .5 40 f I t_.• ·--·-:--,-----r------+-·--·--~tedium S1i1T 4 IOI 0 .25100.s O.S 10 1.0 )0 • I Cl : S111f I 1015 --+-------+----·---t---·~--------· ---r---, --------------0 . .5101.0 1.010 2.0 'Q ti ! : I I ........-r ; : I i : : ' I V j__ ___ , __ ...;. ___ , __ __ Vny S1itr Uto~O I O 10 Z.0 2.010 4.0 a: 20 10 0 Hard >JO > l.O 4.0 • -! . i y ! Wi~Oti ' . r----+---r----'-::a~-+---i---r-~------t---+-- ! ! Ill. Of Ol. r, .•• i Ql;QR~lii Of ebAITICl!Y Of co~,~,v~ SOILS 0 10 20 a IO IO 70 IO to 100 110 DEGREE Of PLASTICITY SWELL Liquid Limit PLASTICTY INDEX POTENTIAL UNIFIED SOIL CLASSIFICATION SYSTEM NONF. or SLIGHT 0104 NONE GRAVELS GW Wtll·anJitd anvtt. pa,·el~d m1a1Utt1 . l1nlc ot no fines GRA\1:L.5 <S6\ pu.MS •20011ne GP P'oody·11radcJ 1,fntl lf&"cl·l-lnd m1t1um , linJc os r.~ ftnt11 <~'tco.anc ORA VELS , Qp;(lM fOARSE• {~hon GRAC.ED p ..... ,~ii~ ... pUMI •ioo tit\• 0.\1 Silty gra,'tlJ, po.xty.vraJcJ ,,ncl ,»nd--11h: m1,IW't LOW -I to 20 LOW MEDIUM 20 to 30 MEDIUM SOILS ~,,c,·~ GRAVELS ,·SO", >l?ti ~u.t •100 .. ~ .. GC rt.r•Y "'""· ro«IY ·,ltad<J ., ... 1 . ....i-<1,,. """"" HIGH 30 to 40 HIGH "'-•.:oo sr,e:\·~ SASDS SW w,11 • .,1<1cJ wi.!. ..-.-·,11., ,...i, linl, or nor. ... VERY HIGH >40 VERY HIGII SA.'l>S <n. pa.u,n •200 uc,·t SP Poorly -,lt04td Mnd, 1111,.lly sllldt, lilllc 0< oo finet >SO':I rNIW rracflffl SASDS, SP,SM ....... S·ll,-,. pUHti!OO sic\ .. SM ~,lry ut1.b, poorf)'-11raded \.Md-a,1,-el -1ilt m1'ClUf t U l !t Vt SANOS MOl§!URE CONDfTfON COHESIVE SOILS >12~i p.lUH UOOs1t\•t SC Clayty Mndt. poo,iy ·11r1Jed ,anc:1-.,."1l-<l1y m1,1urc Ml l~1c silts a \tfJ fina ,and,. !nUy °' cla)'f)' fine u.nds. chvn sthl ,.;u, 1liothl o/&II ICI N DESCRll'TON CONDITION SllTs.t: Cl.A YS r1. lnorJ,lftic d&)'I o/row IO rntJNffl pJASC,C tly, IJll"·tll)· c.ll)"t. Fl il<"E-L1qutJ L1m1t < SO w>dv c/a,L sihv ,t.,. In,, clav <JRAIXED OL Orp,m: MIU&: dayt o(low pl.uhc.ity SOII.S Absence ofmoistun:, dusty. DRY dry 10 touch ··S<1.• MH lnors1n1c ,itu, 1n1c1uous or diMom.K.t()I;• line s,anJ o, 11lt -•xo,~,, S1L1S l rLAYS CH lnotpoic clays ofhiJh pl>11,c i1y . fat cl•>• Uqw.,J llm,1 > SO Damp but no visible watc:r MOIST OH Or1arut .MIU .t cl•t• o( m<dnr,, 10 ht~h pl1Sl1C1ly Visible free watc:r WET lllGHL \' ORG .,~IC SOILS PT PHI , humus. '"''lfflP JtMIJ ...,,rh h1ah cww,nic cmtffll RELATIVE DENSITY • GRANULAR SOILS SAMPLER TYPES SOIL TYPES II~ W~~ITD Al'PAAF.ST SPT C.ALIFORSIA ~tODIFIED C'A. RfLATIVE l>F.SSITY (Blow , f<><>I) SAMPLER SA.\IPJ.F.R oE:-;sm· CBlows ·fooll !Alo,--s•foo4) , .. , \"cf)" L""" 0 ,., Oto l 0104 0 to IS Lou-.. ~ 10 10 S 10 1l s 10 12 IS 1u.H \(<drum o..,,. 10 10 JO ll to 40 I J 10 JS .IS 10 6S o ..... Jr, (I) ~o to ro 70 .l.l 1060 OJ toll Vcry o..,., ·lO .')0 ··60 ll 10 100 ABBREVIATIONS Pl -Plastic Limit HP · HANO PENETROMETER LL -Liquid Limit UC • UNCONFINED COMPRESSION TEST WC -Percent Moisture UU -UNCONSOLIDATED UNDRAINED TRIAXIAL .,¥... WA reR SEEPAGE ""'! ,u:,, ,-oo ,cs S><E.A.11 mv,<;TH,1.$ 08rAJM:o av ,IJl()yt ru,s .J. WA TfR LEVEL AT END OF DRILLING NO TXDOT SHELSY CLAY (Cl) CLAY (CHI SILT SAMPLE CON! TUI! ~ ~ D ~ ~ ~ LfMUTON! SHALE SANDSTONl NO ROCK SPLIT o· .. · ~ ~ RECOV!ftY COAi ,· SPOON ·.-:'-._·> ~ o, 1 -~~~ ORAV!L . Fill AUG SAMPLI . . . ASPHALT CONCRUI! U.S . STANOARO SIEVE SIZE (S) CLASSIFICATION Of GRANULAR SOILS I" ,. l/4" 4 10 40 200 SILT OR CLAY CLAY 152 4.79 0 .074 0.002 GRAIN SIZE IN MM Proressional Service Industries, Inc . • 4087 Shilling Way, Dallas , TX 75237 Phone 214/330-9211 , Fax 214/333-285 3